0% found this document useful (0 votes)
9 views376 pages

Retender Specificationspdf

The Super Speciality Paediatric Hospital & Post Graduate Teaching Institute in Noida is inviting sealed tenders for the supply of hospital furniture and medical equipment, with a submission deadline of May 16, 2016. Interested parties must submit their bids in a two-bid system, including a technical and price bid, along with a non-refundable tender fee and refundable earnest money deposit. The tender documents can be downloaded from the hospital's website starting April 29, 2016, and the director reserves the right to accept or reject any tender without providing reasons.

Uploaded by

misbetmedical
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)
9 views376 pages

Retender Specificationspdf

The Super Speciality Paediatric Hospital & Post Graduate Teaching Institute in Noida is inviting sealed tenders for the supply of hospital furniture and medical equipment, with a submission deadline of May 16, 2016. Interested parties must submit their bids in a two-bid system, including a technical and price bid, along with a non-refundable tender fee and refundable earnest money deposit. The tender documents can be downloaded from the hospital's website starting April 29, 2016, and the director reserves the right to accept or reject any tender without providing reasons.

Uploaded by

misbetmedical
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

1

Super Speciality Paediatrc Hospital & Post Graduate Teaching Institute,Sector–30, Noida
Gautam Budh-201303
TENDER NOTICE
Sealed offers are invited from manufacturer/Direct importers/ authorized distributors for the supply
of hospital furniture, various medical equipments in different departments of institute viz. Digital
Radiography System, Biochemistry Auto analyzer with high through put, MRI 3 Tesla Whole Body
with TIM Coils from Head to Toe etc. For detailed information like list of items, earnest money deposit,
terms and conditions & their specifications, you may please visit our website [Link] from
29-04-2016 onward and download the same.
Last date for submission of tender is 16 May 2016 5:00 PM.
Phone: 0120-2450210, time 10:00am to 05:00pm
DIRECTOR
Advt. No.: S-16-17/05

Advt. No.: S-16-17/05

RE-TENDER NOTICE
Super Speciality Paediatrc Hospital & Post Graduate Teaching Institute, Sector–30, Noida Gautam Budh-
201303
Sealed offers are invited from reputed manufacturer/ Direct Importer/ distributor for
supply of the following equipments as per tender conditions as stipulated in the tender
documents. Tender documents duly filled in will be received by speed post / regd. Post / courier
in the office of the Director, Super Speciality Paediatrc Hospital & Post Graduate Teaching
Institute, Sector–30, Noida Gautam Budh-201303 in two bid system i.e. technical bid and price
bid in separate envelops. Then both envelops must be sealed in single envelop. The tender
no. and the name of the item must be super scribed on the top of envelop. The tender fee Rs.
1000.00+ Rs.50.00 (VAT @ of 5%) Total Rs. 1050.00 (Rs. One thousand fifty Only) for each
quoted item (Non refundable) in shape of DD along with the EMD (Refundable) for respective
tender(s) as indicated against each tender must be enclosed separately with tender document
in the shape of PBG/FDR only payable at Noida in favor of the Director, SSPHPGTI, Noida.
Bids will be opened in the presence of authorized representative of the bidders on scheduled
date and time. If any working day is observed as holiday, the next working day will be treated
as last date. In case any legal dispute, the legal jurisdiction shall be court of law at Greater
Noida (UP), India.
Director reserves the right to accept or reject any tenders in part or full without
assigning any reason thereof. The Institute will not be responsible for any postal delay.
DIRECTOR
2
Super Speciality Paediatrc Hospital & Post Graduate Teaching Institute, Sector–30, Noida
Gautam Budh-201303

RE-TENDER DOCUMENTS -TERMS AND CONDITIONS


The following terms & conditions should be compiled with while submitting tender:
1 Tenders should be submitted to the office of the Director, Super Speciality Paediatrc Hospital &
Post Graduate Teaching Institute,Sector–30, Noida Gautam Budh-201303, India under the
sealed cover failing which the tender shall be disqualified.
2 The tender terms and conditions be clearly typed or legibly written giving the full name and
address of the tenderers with pin code number, Mobile No. & fax number and email address.
The tenderers should quote in figures as well as in words the rates and amount tendered by
him/them. Alteration, if any unless legibly attested by the tenderers, with their full signature, shall
invalidate the tender. The tender should be signed by the tenderers himself/themselves or
his/their authorized agent on his/their behalf. In case the tender is signed by the agent the
authority letter in his favour shall be enclosed with tender documents.
3 Sealed Tenders should be submitted in two-bid system (in two identical copies) consisting
earnest money, technical offer & price bid. In case of equipment tender, the Earnest Money,
tender fee and Technical Bid shall be submitted in first part i.e. technical bid and price bid be
submitted in second part, both separately sealed will be sealed in a separate envelope
superscribing the tender no. & name of item on top of the envelope.
4 The tenderers should take care that the rates and amounts are written in such a way that
interpolation is not possible. No blank space should be left, which would otherwise make the
tender liable for rejection.
5 Delivery schedule with definite date of delivery at destination taking into cognizance of transit
facilities must be indicated. This contractual delivery date/period should be inclusive of all the
lead-time. But the delivery schedule must be reckoned as mentioned in order.
6. The tenderers should clearly state whether he/they are manufacturer, accredited agents,
distributor or sole representative (indicating the name of Principal) on the top of the Bid.
7 The tenderer submitting his tender would be deemed to have considered and accepted all the
terms and conditions. No enquiries, verbal or written shall be entertained in respect of
acceptance or rejection of the tender.
8 The quantity shown in the schedule may increase or decrease on any extent depending upon
the actual requirement.
9 The tenderer shall specify after sales services facilities within the Guarantee/Warrantee period.
The warrantee period will be extended for the period of the Instruments/equipment remain out of
order during warrantee period.
10 The tenderer shall also confirm the Installation, Commissioning, Demonstration and Training to
the concerned of this SSPHPGTI, Noida.
11 The tenderer shall submit the pre-requisite information like Civil works/ Electrical details etc.
within 2 weeks from the date of receipt of order or establishment of letter of credit as the case
may be.
12. SSPHPGTI, Noida Reserves the right to cancel/reject in full or any part of the tender which
generally do not fulfill the conditions stipulated in the tender without assigning any reason.
13. Any action on the part of the tenderer to influence any body of the SSPHPGTI, Noida will make
his tender liable to rejection.
14 The tenderers shall submit the offer with in original copy of the tender documents duly signed on
each page. Item-wise rates indicating units can be offered on letter head of the firm.
3

15 In the case of placement of Purchase Order, the vendor (the tenderers whose tender is accepted)
shall have to confirm the purchase order within 7 days from the date of the dispatch of purchase
order otherwise it will be deemed that offer is acceptable to the firm. Notwithstanding any other
provision, the terms & conditions and any other items given in the Purchase order will be treated
as binding with “Errors & omission Expected” basis. However, if the supplier notices any mistake
in the contentions of the order, he must bring the same to the notice of the SSPHPGTI, Noida
and seek clarifications. Supplier will have to bear the responsibility for failure to take this action.
16 The SSPHPGTI, Noida May in writing make any revision or change in the purchase order,
including additions or deletions from the quantities originally ordered in the specifications or
drawings. If any such revisions/changes affect the price or delivery, the same shall be subject to
the adjustment of price/delivery, where requires on a reasonable basis by mutual agreement in
writing which should be communicated.
17 The tenderer should furnish performance bank guarantee of 15% of the order value or FOB value
at the time/ before shipment or supply of goods and this will be released after the successful
completion of warrantee period as committed.
18 The SSPHPGTI, Noida Reserves the right to cancel the purchase order or any part thereof and
shall be entitled to revise the contract wholly or in part by a written notice to the vendor, if :-
 The vendor fails to comply with the terms of the purchase order including specifications
and other technical requirement.
 The vendor becomes bankrupt or goes into liquidation.
 The vendor fails to deliver the goods in time and or does not replace the rejected goods
promptly.
 A receiver is appointed for any of the property owned by the vendor
19. Upon receipt of the said cancellation notice, the vender shall discontinue all works of the
purchase order and matters connected with it.
20 Earnest Money must be paid in shape of PBG/FDR (auto-renewal), drawn in favour of the
Director, SSPHPGTI and payable at Noida (U.P.), India as mentioned in the tender
notification.
21 Unless otherwise specified in the order, the order price shall remain firm and will not be subject
to escalation of any description during the pendency of the order, notwithstanding the change in
the cost of materials, labor and/or variations in taxes, duties and other levies on raw materials
and components it may take place while the order is under execution even if the execution of the
order is delayed beyond the completion date specified in the order for any reason whatsoever.
22 For indigenous goods the price should be on F.O.R. SSPHPGTI. Store basis inclusive of all
levies and duties wherever applicable which should be indicated clearly. The rates of sales tax
should be clearly indicated wherever chargeable. The SSPHPGTI, Noida is not eligible to issue
‘C’ or ‘D’ Form, however the concessional rate of Central Sales Tax admissible to Research
Institutions on purchase of Scientific Instruments/Equipments etc. from certain States like
Maharashtra., Delhi, West Bengal etc. is applicable to this SSPHPGTI, Noida.
23 Prices will be quoted on FOB as well as estimated CIF SSPHPGTI, Noida Store (Insurance
from firm warehouse to SSPHPGTI, Noida warehouse basis) for imported goods. Indian
Agency commission / rebate payable to Indian Agent, if any, shall be shown separately
and that will be payable in equivalent rupee directly to Indian Agent as per declaration
furnished by foreign suppliers. The SSPHPGTI, Noida reserves the right to get their goods
air-freighted/Sea freighted & air insured/marine insured upto site.
4

24 The offer of the tenders shall remain valid for a period of at least 180 days from the date of
opening of the tender.
25 All goods or materials shall be supplied by the tenderers whose tender is accepted, strictly in
accordance with the specifications, drawings, data sheets, other attachments and conditions
stated any alterations of those conditions shall not be made without the consent of the
SSPHPGTI, Noida in writing which must be obtained before any work against the order is
commenced.
All material furnished by the seller pursuant to this order (irrespective of whether engineering,
design data or other information has been furnished, reviewed or approved by the SSPHPGTI,
Noida) will be guaranteed to the best quality of their respective kind (unless otherwise specifically
authorized in writing by the Institute) and shall be free from faulty design (to the extent such
design is not furnished to the SSPHPGTI, Noida) workmanship and materials, and to be of
sufficient size and capacity and of proper materials so as to fulfill in all respects with all operating
conditions, if any , specified in this order.
26 The equipment supplied shall carry an unconditional warranty/guarantee of 60 months from
the date of satisfactory Installation and commissioning of the equipment. If any trouble or defect
originating with the design, materials, workmanship or operating characteristics of any materials
arise at any time from the date of Installation, the same shall promptly as possible make such
alteration, repairs and replacement as soon as notified thereof, the seller shall at his own
expenses and as promptly as may be necessary to permit the materials function in accordance
with the specification and to fulfill the foregoing guarantee/ warranty.
27 The SSPHPGTI, Noida may at his option, remove such defective materials at the seller’s
expense in which event the seller shall, without any cost to the SSPHPGTI, Noida and as
promptly as possible, furnish and install proper materials, repaired or replaced materials shall be
similarly guaranteed for a period of not less 30 (thirty) months from the date of shipment.
28 In the event that the materials supplied do not meet the specifications and are not in accordance
with the drawings, data sheets or the terms of this order, rectification is required at site, the
SSPHPGTI, Noida shall notify to the seller giving full details of differences. The seller shall attend
the site, within seven days of receipt of such notice to meet an agree with representative of the
SSPHPGTI, Noida the action required to correct the deficiency.
29 If the seller fails to attend meeting at site within the time prescribed above, the SSPHPGTI, Noida
shall immediately get the same rectified the work/materials and seller shall reimburse the
SSPHPGTI, Noida all costs and expenses incurred by the SSPHPGTI, Noida in removing such
trouble or defect.
30 100% payments shall be released within 30 days from the date of satisfactory receipt/installation
of materials. Performance Bank Guarantee from Nationalized Bank @ 15% of the ordered
value or FOB value shall be submitted to the SSPHPGTI, Noida before arranging the delivery
till expiry of warranty period. In case of Imported goods/equipment, the payment schedule will
be as follows: -
 75% against satisfactory receipt of goods/equipment through L.C. after submission of
Performance Bank Guarantee from Nationalized Bank @ 15%.
 25% against satisfactory installation of equipment through bank on advice of authority of
the SSPHPGTI, Noida.
31 The mode of payment will be through irrevocable letter of credit or International Bank draft.
However, Indian Agency Commission or Technical Service charges would be paid in Indian
5

rupee after satisfactory receipt & installation of goods at site duly verified by concerned Expert.
Please note, in case of IBD, the original bank draft will be handed over to firm only after
satisfactory receipt and satisfactory installation of the equipment.
32 Time delivery as mentioned in Purchase order shall be the essence of the order and no variation
shall be permitted except with prior authorization in writing from Purchaser.
33 In the event of delay in making delivery on the part of the vendor, it will be at purchaser’s
discretion to receive delivery with a reduction in price of the article/ or equipment.
34. The seller shall categorically specify the extent of Force Majeure conditions prevalent in his
works (such as power restriction etc.) at the time of submitting the bid and whether the same
have taken into consideration or not in the quotations.
In the event of delay delivery and/or unsatisfactory manufacturing progress and supply, the
SSPHPGTI, Noida has the right to cancel the purchase order as whole or in part without liability
for cancellation charges.
In the event of rejection of non-confirming goods the vendor shall be allowed, without any
extension of delivery time to correct the non-conformities, should however the vendor fail to do
so within stipulated time, the SSPHPGTI, Noida may cancel the order.
35 No Payment shall be made for rejected material nor would the tenderer be entitled to claim for
such items.
36 Rejected items would be removed by the tenderer from the site within two weeks of the date
of rejection at their own cost. In case they are not removed they will be auctioned at the risk
and responsibilities of the suppliers without any further notice.
37 In the case of not honouring the supply order, SSPHPGTI, Noida will have the right to impose
penalty as deemed fit to resort to make purchase at the suppliers cost and risk, may forfeit his
security to make purchase at the suppliers cost and risk
38 In the case of non-supply of stores within stipulated period, it will be at the discretion of the
SSPHPGTI, Noida to accept delivery with late delivery clause. In case of indigenous goods @
1% per week maximum to the extent of 10% and incase of import 0.5% per week maximum
to the extent of 5% of the ordered value for delayed supply.
39 All disputes and question, if any arise between the SSPHPGTI, Noida and the bidder out of or in
connection with the terms and conditions contained herein or as to the construction of application
thereof, or the respective rights and obligations of the parties there under or as to any clause or
thing herein contained or by reason of the supply or failure or refusal to supply any material or
as to any other matter in any way relating to these presents shall be referred to the sole
Arbitration, as per Bylaws of SSPHPGTI, Noida. The decision of the sole arbitrator shall be final
and binding upon both parties and subject to adjudication of Greater Noida, Gautam Budh Nagar
Court. Place for arbitration shall be at Greater Noida (U.P.), India. Venue of such arbitration
proceedings shall be the SSPHPGTI, Noida. Arbitration and conciliation Act 1996 and rules
made there under shall be applied to the proceedings under this clause.
40 Sales-Tax Registration certificate/ Vat registration certificate duly attested copy by a Gazzetted
Officer should be also enclosed.
41 Sales Tax certificate or in absence of this certificate you can attach the copy of VAT registration
and copy of current return submitted along with the affidavit from a notary that the firm has never
been black listed must be attached along with the tender documents failing which the tender will
be rejected.
42. Tenderers hereby agree to all terms and conditions stipulated in N.I.T. and undertake to sign the
6

rate Contract or Supply order within the given days from the date of order failing which Security
shall be liable to forfeit. Our requirement from time to time, against the guarantee / warrantee
clause as per the terms and conditions agreed under negotiations would be provided at our
SSPHPGTI, Noida without fail. Any negligence on this account shall be the sole responsibility
of foreign vendor and the liability for compensation will be fixed up by the SSPHPGTI, Noida.
43. The Manufacturer or their Indian representative will ensure a proper after sales service as per
our requirement from time to time, against the guarantee/warrantee clause as per terms and
conditions agreed under negotiations would be provided at our SSPHPGTI, Noida without fail.
Any negligence on this account shall be the sole responsibility of foreign vendor and the liability
for compensation will be fixed by the SSPHPGTI, Noida.
44. Comprehensive Maintenance offer of same for 5 years would be finalized before placement of
order either on comprehensive or semi / non comprehensive basis (with or without spare /
consumables /accessories including labour charges) by the Institute to the tune of 95% uptime
of equipment and that AMC will be effective after expiry of warrantee period.
45. The Price Bid will be opened in the presence of authorized representatives of qualified bidders
within 45 to 60 days from the date of opening of technical bid
46. Criteria of selection of product and comparison evaluation of rates
(a) The evaluation report of technical committee will be the final decision for selecting the firm.
(b) If the product has been quoted in foreign currency, then the exchange rates will be considered
rates prevailing on the date of last date of submission of offer.
(c) While comparing the rates quoted CMC charges will be included in the quoted rates and 20%
additional cost will be added on account of freight, insurance, custom duty, clearing charges
and misc. otherwise as quoted, if the product has been quoted in foreign currency.
47. The price ranking will be carried out as under: -
(i) The exchange rate of the last date of submission of bid will be applicable for price ranking.
(ii) Bidders must also quote unit price of each item/accessory mentioned in
specification of each equipment.
(iii) The prices for optional items will be excluded for ranking purpose i.e.L-1,L-2 etc.
(iv) After omitting ‘optional items’ ranking will be determined as under
Total price: - Price with all accessories as per technical specification + CMC Price
(with spares) for five years after warranty.
 Date of currency conversion i.e. last date for submission of tender bid & this will be the
comparison rate for the offer made in foreign currency of Financial Bid.
 Components to be taken in the consideration to the Financial bid comparison (in case of
import purchases)
(a) Basic cost of the Equipment (CIF Cost upto SSPHPGTI, Noida store including customs
duty and all other clearing charges).
(b) Cost of essential / standard accessories
(c) Warranty period of 5years, in case the offered rates is less than the required period
then the cost of paid warranty to be loaded with a cost for left out period.
(d) Value of CMC (Comprehensive Maintenance Contract) for next 5 year.

A+B+C+D and CIF SSPHPGTI, Noida Store cost will be incorporated with the total cost of goods
along with indigenous, if any.
 Name of Part/ consumables / accessories not covered in the warranty period along with
7

their cost be printed with the bid. These rates will be frozen for period of 5 years followed by
yearly escalation upto the maximum extent of 10%, if requested.
 The supplier is expected to quote their rate on CIF (SSPHPGTI, Noida Store) basis with
breakup of FOB (which is to be paid in foreign currency (freight cost, Customs Duty, clearance
of consignment, AII Charges & freight upto SSPHPGTI, Noida store etc payable in Indian
currency. Claim bill for INR shall be initiated on as per actual (documentary evidence) or
tendered rate which ever is lesser.
48. The supplier will get the equipment/consignment cleared from the customs. The customs Duty
and clearance charges as well as freight charges will be borne by the manufacturer/Indian
representative at the time of clearance which will be reimbursed by the SSPHPGTI, Noida on
production of documentary evidence. Also the insurance will be arranged by the firm effective
form port of shipment to SSPHPGTI, Noida Store and the charges will be reimbursed by the
SSPHPGTI, Noida based on documentary evidence.
49. An undertaking from the firm that the equipment is of the latest model and version. Till date no
revised or amended version has been launched and the spare parts will remain available for at
least 10 years
50. The percentage (%) or amount of Indian Agency Commission must be mentioned in all offers of
overseas suppliers who are offering through their Indian Agent. Please attach the photocopy,
duly attested, of valid Agency certificate issued by their principals in which the percentage or
amount of Indian Agency Commission must be mentioned.
51. Details of after sale service support i.e. from which place and in what time would be taken in
getting the equipment functional.
52. List of installations in India should be provided with the tender documents.
53. An undertaking that the equipment is of latest art of technology and no other model is superseded
this equipment.
54. Software upgradation, if needed, free of cost during warranty/guarantee and CMC period.
55. Annual Maintenance Contract should be 1% without spares without escalation of subsequent
year & 3% to 5% with spares with/without escalation of subsequent year must be undertaken.
Please take this condition as mandatory. If, the tenderer mention that the CMC would be as per
the norms of the SSPHPGTI, Noida then the CMC would be loaded @5% without escalation for
determination of lowest rate but the CMC will be negotiated @3% with/without escalation in case
of their offer is found lowest.
56. CUSTOM CLEARANCE: After arrival of the goods at New Delhi Airport, Indian agent or Indian
subsidiary of the principal firm is solely responsible for getting the material clearance from
customs. SSPHPGTI, Noida will provide all custom documents for custom clearance on the
demand of agent. Transportation from New Delhi to SSPHPGTI, Noida Store is also the
responsibility of authorized agent. All charges/ expenses incurred in this process will be
reimbursed to firm after submitting the bill along with documentary proof in original. Please note
that the freight forwarder or clearing agent should be approved from IATA. NO DEMURRAGE /
WHARFAGE CHARGES WILL BE PAYBALE BY THE SSPHPGTI, NOIDA UNDER ANY
CIRCUMSTANCES. NO ADVANCE PAYMENT WILL BE PAYABLE FOR CUSTOM DUTY&
CLERANCE/ FREIGHT / INSURANCE ETC.
57. Break up of quoted items: Unit price of each product and accessories should be quoted
separately
58. Note that each tender should be quoted & sealed separately, if more than one tender is
8

submitted failing which the submitted tender will not be received and considered for
opening of the same and liable to be rejected.
59. Bidders should also quote rates for relevant consumables/accessories etc in the price bid.
60. SSPHPGTI may enter into rate contract for qualified equipments, accessories and consumables
at mutually agreed terms and conditions if required.
61. In case of any contradiction in general terms and conditions mentioned in tender document and
general condition mentioned with technical specifications of each item than the terms and
condition mentioned in tender documents will be final and bidder should quote accordingly.
62. If the price of any essential accessory/ consumable is not quoted than the bidder will provide
free of cost. For proprietary consumables used in equipments bidder must also quote price for
proprietary consumables.
63 If CE or FDA written in specifications then-CE certificate means Europian CE either Europian
word written or not And FDA certificate means US-FDA either US word written or not .

DIRECTOR
SSPHPGTI, Noida
9

Advt. No.: S-16-17/05


Last Date Date of
Sl. Tender No. Name of items Qty. EMD Rs. of Opening
submissio of
n of Tender
Tender
1. 01/SSPHPGTI/T3/2016- Medium Throughput Fully 2 40000/- 16.5.16 18.5.16 at
17/ BIO-CHEM /01 Automated Clinical Chemistry 05:00 pm 09:30ama
Analyzer m
2. 03/SSPHPGTI/T3/2016- Fully Automated 1 20000/- 16.5.16 18.5.16 at
17/BIO-CHEM/03 Chemiluminiscence System 05:00 pm 09:30am
3. 04/SSPHPGTI/T3/2016- Low throughput Fully Automated 1 10000/- 16.5.16 18.5.16 at
17/BIO-CHEM/04 Immunoassay Analyzer 05:00 pm 09:30am
4. 05/SSPHPGTI/T3/2016- Fully Automated Electrolyte 2 2000/- 16.5.16 18.5.16 at
17/BIO-CHEM/05 analyzer 05:00 pm 09:30am
5. 07/SSPHPGTI/T3/2016- Microplate Elisa Reader With 1 10000/- 16.5.16 18.5.16 at
17/BIO-CHEM/07 Washer & Incubator 05:00 pm 09:30am
6. 14/SSPHPGTI/T3/2016- Breath analyzer 1 1000/- 16.5.16 18.5.16 at
17/GASTRO/07 05:00 pm 09:30am
7. 15/SSPHPGTI/T3/2016- pH Meter 1 1000/- 16.5.16 18.5.16 at
17/GASTRO/08 05:00 pm 09:30am
8. 16/SSPHPGTI/T3/2016- High Resolution Impedance 1 20000/- 16.5.16 18.5.16 at
17/GASTRO/09 Manometry System and Impedance 05:00 pm 09:30am
pH
9. 19/SSPHPGTI/T3/2016- ICU bed 30 20000/- 16.5.16 18.5.16 at
17/PED/02 05:00 pm 09:30am
10. 26/SSPHPGTI/T3/2016- Digital weighing scale 4 1000/- 16.5.16 18.5.16 at
17/PED/09 05:00 pm 09:30am
11. 27/SSPHPGTI/T3/2016- Digital weighing scale - small 4 1000/- 16.5.16 18.5.16 at
17/PED/10 05:00 pm 09:30am
12. 28/SSPHPGTI/T3/2016- Stadiometer 4 1000/- 16.5.16 18.5.16 at
17/PED/11 05:00 pm 09:30am
13. 29/SSPHPGTI/T3/2016- Infantometer 4 1000/- 16.5.16 18.5.16 at
17/PED/12 05:00 pm 09:30am
14. 32/SSPHPGTI/T3/2016- Ophthalmoscope 5 1000/- 16.5.16 18.5.16 at
17/PED/15 05:00 pm 09:30am
15. 34/SSPHPGTI/T3/2016- Vacuum assisted automated tissue 2 1000/- 16.5.16 18.5.16 at
17/PATH/01 processor 05:00 pm 09:30am
16. 35/SSPHPGTI/T3/2016- Automatic tissue embedding 2 1000/- 16.5.16 18.5.16 at
17/PATH/02 system with hot and cold table with 05:00 pm 09:30am
paraffin dispenser
10

17. 36/SSPHPGTI/T3/2016- Automatic Microtome 2 1000/- 16.5.16 18.5.16 at


17/PATH/03 05:00 pm 09:30am
18. 37/SSPHPGTI/T3/2016- Cryostat 1 1000/- 16.5.16 18.5.16 at
17/PATH/04 05:00 pm 09:30am
19. 38/SSPHPGTI/T3/2016- Grossing Station 1 1000/- 16.5.16 18.5.16 at
17/PATH/05 05:00 pm 09:30am
20. 39/SSPHPGTI/T3/2016- Cytospin 2 1000/- 16.5.16 18.5.16 at
17/PATH/06 05:00 pm 09:30am
21. 42/SSPHPGTI/T3/2016- Fully Automated Coagulation 2 5000/- 16.5.16 18.5.16 at
17/PATH/09 Analyzer 05:00 pm 09:30am
22. 43/SSPHPGTI/T3/2016- Fully Automated Haemoglobin 1 1000/- 16.5.16 18.5.16 at
17/PATH/10 Analyzer 05:00 pm 09:30am

23. 44/SSPHPGTI/T3/2016- Fully Automated Urine Analyzer 2 1000/- 16.5.16 18.5.16 at


17/PATH/11 05:00 pm 09:30am
24. 45/SSPHPGTI/T3/2016- Trinocular Fluorescence 3 10000/- 16.5.16 18.5.16 at
17/PATH/12 Microsocpe With Camera 05:00 pm 09:30am
25. 46/SSPHPGTI/T3/2016- Centrifuge machine 17 1000/- 16.5.16 18.5.16 at
17/PATH/13 05:00 pm 09:30am
26. 48/SSPHPGTI/T3/2016- Deep freezer (-20 degrees c) 04 10000/- 16.5.16 18.5.16 at
17/PATH/15 05:00 pm 09:30am
27. 49/SSPHPGTI/T3/2016- Hot air oven 06 5000/- 16.5.16 18.5.16 at
17/PATH/16 05:00 pm 09:30am
28. 50/SSPHPGTI/T3/2016- Incubator 13 5000/- 16.5.16 18.5.16 at
17/PATH/17 05:00 pm 09:30am
29. 51/SSPHPGTI/T3/2016- Binocular microscope 10 10000/- 16.5.16 18.5.16 at
17/PATH/18 05:00 pm 09:30am
30. 52/SSPHPGTI/T3/2016- Operation Table 01 5000/- 16.5.16 18.5.16 at
17/PED SURG/01 nos 05:00 pm 09:30am
31. 55/SSPHPGTI/T3/2016- Pediatric Rigid Bronhosopy Set (01 5000/- 16.5.16 18.5.16 at
17/PED SURG/04 Set) 05:00 pm 09:30am
32. 56/SSPHPGTI/T3/2016- Pediatric Combined ultrasonic and (01 5000/- 16.5.16 18.5.16 at
17/PED SURG/05 radiofrequency generator Set Set) 05:00 pm 09:30am
33. 57/SSPHPGTI/T3/2016- Pediatric Cysto-urethroscopy Set (01 5000/- 16.5.16 18.5.16 at
17/PED SURG/06 Set) 05:00 pm 09:30am
34. 58/SSPHPGTI/T3/2016- Surgical Hand Instruments 10000/- 16.5.16 18.5.16 at
17/PED SURG/07 R.C 05:00 pm 09:30am
35. 59/SSPHPGTI/T3/2016- Pediatric Laparoscopy Set (01 100000/- 16.5.16 18.5.16 at
17/PED SURG/08 Set) 05:00 pm 09:30am
36. 60/SSPHPGTI/T3/2016- Pediatric Uro-dynamic study/ ARM (01 5000/- 16.5.16 18.5.16 at
17/PED SURG/09 System Set) 05:00 pm 09:30am
37. 61/SSPHPGTI/T3/2016- Microplate elisa reader with 1 20000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY washer & printer 05:00 pm 09:30am
/01
38. 62/SSPHPGTI/T3/2016- Automated Immunoanalyser 1 10000/- 16.5.16 18.5.16 at
11

17/ MICROBIOLOGY 05:00 pm 09:30am


/02
39. 63/SSPHPGTI/T3/2016- Fully automated elisa processor 1 40000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY 05:00 pm 09:30am
/03
40. 64/SSPHPGTI/T3/2016- Automated blood and sterile 1 20000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY body fluid culture system 05:00 pm 09:30am
/04
41. 65/SSPHPGTI/T3/2016- High resolution binocular 6M+ 10000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY microscopes with digital image 3C+ 05:00 pm 09:30am
/05 analysis system 3L
42. 66/SSPHPGTI/T3/2016- Fluorescence microscope with 1 10000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY digital image analysis system 05:00 pm 09:30am
/06
43. 67/SSPHPGTI/T3/2016- Trinocular research microscope 1 20000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY for bright field, phase contrast 05:00 pm 09:30am
/07 and fluorescence with digital
image analysis system
44. 68/SSPHPGTI/T3/2016- Automated microbial 1 20000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY identification & antibiotic 05:00 pm 09:30am
/08 susceptibility system
45. 69/SSPHPGTI/T3/2016- Automated mycobacterial 1 50000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY culture and sensitivity ( 1st line 05:00 pm 09:30am
/09 and 2nd line dst)system: (
propriety)
46. 70/SSPHPGTI/T3/2016- Genexpert system 1 20000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY 05:00 pm 09:30am
/10
47. 71/SSPHPGTI/T3/2016- Refrigerated centrifuge 1 5000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY 05:00 pm 09:30am
/11
48. 72/SSPHPGTI/T3/2016- Refrigerated microcentrifuge 1 5000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY 05:00 pm 09:30am
/12
49. 73/SSPHPGTI/T3/2016- Incubator shaker 1 1000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY 05:00 pm 09:30am
/13
50. 74/SSPHPGTI/T3/2016- Laminar air flow 1 5000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY 05:00 pm 09:30am
/14
51. 75/SSPHPGTI/T3/2016- Biological safety cabinet class ii 2 5000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY type a2 05:00 pm 09:30am
/15
52. 76/SSPHPGTI/T3/2016- Biological safety cabinet class ii 3 5000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY type b2 05:00 pm 09:30am
12

/16
53. 77/SSPHPGTI/T3/2016- Bod incubator 1 5000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY 05:00 pm 09:30am
/17
54. 78/SSPHPGTI/T3/2016- Co2 incubator 1 5000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY 05:00 pm 09:30am
/18
55. 80/SSPHPGTI/T3/2016- Autoclave ( vertical)- automated 4 5000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY 05:00 pm 09:30am
/20
56. 81/SSPHPGTI/T3/2016- Ultra water purification system 1 5000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY 05:00 pm 09:30am
/21
57. 82/SSPHPGTI/T3/2016- Pcr workstation 1 5000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY 05:00 pm 09:30am
/22
58. 83/SSPHPGTI/T3/2016- Real time pcr system 1 20000/- 16.5.16 18.5.16 at
17/MICROBIOLOGY 05:00 pm 09:30am
/23
59. 84/SSPHPGTI/T3/2016- Automated nucleic acid 1 20000/- 16.5.16 18.5.16 at
17/ MICROBIOLOGY extraction system along with 05:00 pm 09:30am
/24 tissue homogenizer
60. 85/SSPHPGTI/T3/2016- Neonatal ventilator 05 50000/- 16.5.16 18.5.16 at
17/NEONA/01 05:00 pm 09:30am

61. 87/SSPHPGTI/T3/2016- Led phototherapy 06 1000/- 16.5.16 18.5.16 at


17/ NEONA/03 05:00 pm 09:30am
62. 88/SSPHPGTI/T3/2016- Radiant warmer 10 1000/- 16.5.16 18.5.16 at
17/ NEONA/04 05:00 pm 09:30am
63. 89/SSPHPGTI/T3/2016- Blood gas analyzer 02 10000/- 16.5.16 18.5.16 at
17/ NEONA/05 05:00 pm 09:30am

64. 90/SSPHPGTI/T3/2016- Syringe infusion pump - single 20 10000/- 16.5.16 18.5.16 at


17/ NEONA/06 syringe 05:00 pm 09:30am

65. 91/SSPHPGTI/T3/2016- Syringe infusion pump- multiple 05 10000/- 16.5.16 18.5.16 at


17/ NEONA/07 syringe 05:00 pm 09:30am

66. 94/SSPHPGTI/T3/2016- C Arm Image Intensifier 02 10000/- 16.5.16 18.5.16 at


17/ Ortho/02 no 05:00 pm 09:30am
67. 96/SSPHPGTI/T3/2016- Hip Spica Table 02 10000/- 16.5.16 18.5.16 at
17/ Ortho/04 no 05:00 pm 09:30am
68. 98/SSPHPGTI/T3/2016- Arthroscopy Set 01 20000/- 16.5.16 18.5.16 at
17/ Ortho/06 no 05:00 pm 09:30am
13

69. 100/SSPHPGTI/T3/2016 Orthopaedic Double Fowler Bed 03 1000/- 16.5.16 18.5.16 at


-17/ Ortho/08 with Balkan Frame System no 05:00 pm 09:30am

70. 101/SSPHPGTI/T3/2016 Battery Drill 03 5000/- 16.5.16 18.5.16 at


-17/ Ortho/09 no 05:00 pm 09:30am
71. 102/SSPHPGTI/T3/2016 Ultrasonic Osteotome 01 5000/- 16.5.16 18.5.16 at
-17/ Ortho/10 no. 05:00 pm 09:30am
72. 107/SSPHPGTI/T3/2016 04 20000/- 16.5.16 18.5.16 at
Anesthesia work stations
-17/ anesthesia/01 Nos 05:00 pm 09:30am
73. 110/SSPHPGTI/T3/2016 5000/- 16.5.16 18.5.16 at
Flash steam sterilizer 01
-17/ anesthesia/04 05:00 pm 09:30am
74. 111/SSPHPGTI/T3/2016 100000/- 16.5.16 18.5.16 at
Monitoring system for icu 01
-17/ anesthesia/05 05:00 pm 09:30am
75. 112/SSPHPGTI/T3/2016 200000/- 16.5.16 18.5.16 at
Icu Ventilators 20
-17/ anesthesia/06 05:00 pm 09:30am
76. 116/SSPHPGTI/T3/2016 4 40000/- 16.5.16 18.5.16 at
Transport ventilators
-17/ anesthesia/10 NOS 05:00 pm 09:30am
77. 121/SSPHPGTI/T3/2016 Endoscopy Sinus Surgery Set 20000/- 16.5.16 18.5.16 at
1 set
-17/ ENT/04 05:00 pm 09:30am
78. 123/SSPHPGTI/T3/2016 ON 10000/- 16.5.16 18.5.16 at
-17/ ENT/06 Fibre-optic Laryngoscope E 05:00 pm 09:30am
UNI
T
79. 124/124/SSPHPGTI/T3/ As 10000/- 16.5.16 18.5.16 at
General Instruments R.C.
2016-17/ ENT/07 per 05:00 pm 09:30am
Date Extended up to 16th may
spec
2016
ts
80. 128/SSPHPGTI/T3/2016 MLS Set 10000/- 16.5.16 18.5.16 at
One
-17/ ENT/11 Date Extended up to 16th may 05:00 pm 09:30am
set
2016
81. 130/SSPHPGTI/T3/2016 ON 1000/- 16.5.16 18.5.16 at
-17/ ENT/13 E 05:00 pm 09:30am
Rigid Esophagoscopy Set
UNI
T
82. 132/SSPHPGTI/T3/2016 Tracheostomy tubes R.C 3 1000/- 16.5.16 18.5.16 at
-17/ ENT/15 Date Extended up to 16 may 2016 each 05:00 pm 09:30am
83. 135/SSPHPGTI/T3/2016 pH Meter 01 1000/- 16.5.16 18.5.16 at
-17/ BB/02 05:00 pm 09:30am
84. 136/SSPHPGTI/T3/2016 Autoclave 01 5000/- 16.5.16 18.5.16 at
-17/ BB/03 05:00 pm 09:30am
85. 137/SSPHPGTI/T3/2016 Table Top Centrifuge 01 1000/- 16.5.16 18.5.16 at
-17/ BB/04 05:00 pm 09:30am
86. 142/SSPHPGTI/T3/2016 Dielectric tube sealer (Portable) 02 5000/- 16.5.16 18.5.16 at
-17/ BB/09 05:00 pm 09:30am
87. 146/SSPHPGTI/T3/2016 Semi-automated blood grouping 02 5000/- 16.5.16 18.5.16 at
14

-17/ BB/13 and cross matching system 05:00 pm 09:30am


Date Extended up to 16th may
2016
88. 147/SSPHPGTI/T3/2016 Refrigerated centrifuge 02 10000/- 16.5.16 18.5.16 at
-17/ BB/14 05:00 pm 09:30am
89. 148/SSPHPGTI/T3/2016 Platelet agitator / incubator 02 10000/- 16.5.16 18.5.16 at
-17/ BB/15 Date Extended up to 16th may 05:00 pm 09:30am
2016.
90. 151/SSPHPGTI/T3/2016 Electronic Double Pan Component 02 1000/- 16.5.16 18.5.16 at
-17/ BB/18 Balance 05:00 pm 09:30am
Date Extended up to 16th may
2016.
91. 152/SSPHPGTI/T3/2016 VDRL shaker (Rotator) 02 1000/- 16.5.16 18.5.16 at
-17/ BB/19 05:00 pm 09:30am
92. 153/SSPHPGTI/T3/2016 Sterile connecting device 02 10000/- 16.5.16 18.5.16 at
-17/ BB/20 05:00 pm 09:30am
93. 154/SSPHPGTI/T3/2016 Automated hematology analyzer:3 01 5000/- 16.5.16 18.5.16 at
-17/ BB/21 part 05:00 pm 09:30am
Date Extended up to 16th may
2016.
94. 155/SSPHPGTI/T3/2016 Semi-Automated Coagulation 01 5000/- 16.5.16 18.5.16 at
-17/ BB/22 Analyzer 05:00 pm 09:30am
95. 156/SSPHPGTI/T3/2016 Plasma thawer for transfusion 02 10000/- 16.5.16 18.5.16 at
-17/ BB/23 (+37C) 05:00 pm 09:30am
Date Extended up to 16th may
2016.
96. 157/SSPHPGTI/T3/2016 Cryobath 01 1000/- 16.5.16 18.5.16 at
-17/ BB/24 Date Extended up to 16th may 05:00 pm 09:30am
2016.
97. 158/SSPHPGTI/T3/2016 Mannual Plasma Expressor 04 1000/- 16.5.16 18.5.16 at
-17/ BB/25 Date Extended up to 16th may 05:00 pm 09:30am
2016.
98. 159/SSPHPGTI/T3/2016 Multi-Head Tube Sealer (Bench 01 5000/- 16.5.16 18.5.16 at
-17/ BB/26 Top) 05:00 pm 09:30am
99. 160/SSPHPGTI/T3/2016 Laminar Air Flow (Bio Safety 01 5000/- 16.5.16 18.5.16 at
-17/ BB/27 Cabinet) 05:00 pm 09:30am
100. 161/SSPHPGTI/T3/2016 Chemiluminescence based fully 01 50000/- 16.5.16 18.5.16 at
-17/ BB/28 automated immunoassay for TTI 05:00 pm 09:30am
testing
101. 162/SSPHPGTI/T3/2016 Apheresis machine 01 20000/- 16.5.16 18.5.16 at
-17/ BB/29 05:00 pm 09:30am
102. 163/SSPHPGTI/T3/2016 Automatic Component Preparation 01 20000/- 16.5.16 18.5.16 at
-17/ BB/30 Machine 05:00 pm 09:30am
103. 164/SSPHPGTI/T3/2016 Micro Pipettes (Mechanical) Give 16.5.16 18.5.16 at
-17/ BB/31 n in 05:00 pm 09:30am
15

a
Tabl
e in
spec
ts.
104. 165/SSPHPGTI/T3/2016 Phacoemulsification system 1 20000/- 16.5.16 18.5.16 at
-17/ Optho/01 05:00 pm 09:30am
105. 166/SSPHPGTI/T3/2016 Slit lamp with anterior segment 2 5000/- 16.5.16 18.5.16 at
-17/ Optho/02 imaging system 05:00 pm 09:30am
106. 167/SSPHPGTI/T3/2016 Auto kerato-refractometer 1 5000/- 16.5.16 18.5.16 at
-17/ Optho/03 05:00 pm 09:30am
107. 168/SSPHPGTI/T3/2016 Non contact tonometer with 1 5000/- 16.5.16 18.5.16 at
-17/ Optho/04 pachymeter 05:00 pm 09:30am
108. 169/SSPHPGTI/T3/2016 Ophthalmic nd :yag laser 1 20000/- 16.5.16 18.5.16 at
-17/ Optho/05 05:00 pm 09:30am
109. 170/SSPHPGTI/T3/2016 Ophthalmic microscope 1 50000/- 16.5.16 18.5.16 at
-17/ Optho/06 05:00 pm 09:30am
110. 171/SSPHPGTI/T3/2016 Ophthalmic full field perimete 1 20000/- 16.5.16 18.5.16 at
-17/ Optho/07 05:00 pm 09:30am
111. 172/SSPHPGTI/T3/2016 Non contact optical biometer 1 20000/- 16.5.16 18.5.16 at
-17/ Optho/08 05:00 pm 09:30am
112. 173/SSPHPGTI/T3/2016 High definition OCT 1 20000/- 16.5.16 18.5.16 at
-17/ Optho/09 05:00 pm 09:30am
113. 174/SSPHPGTI/T3/2016 Synoptophore 1 1000/- 16.5.16 18.5.16 at
-17/ Optho/10 05:00 pm 09:30am
114. 175/SSPHPGTI/T3/2016 Cryo unit 1 1000/- 16.5.16 18.5.16 at
-17/ Optho/11 05:00 pm 09:30am
115. 176/SSPHPGTI/T3/2016 Occuloplasty unit 1000/- 16.5.16 18.5.16 at
-17/ Optho/12 05:00 pm 09:30am
116. 177/SSPHPGTI/T3/2016 ophthalmic operation table 2 1000/- 16.5.16 18.5.16 at
-17/ Optho/13 05:00 pm 09:30am
117. 178/SSPHPGTI/T3/2016 Ophthalmic a – scan ultrasound 1 5000/- 16.5.16 18.5.16 at
-17/ Optho/14 biometer 05:00 pm 09:30am
118. 180/SSPHPGTI/T3/2016 Fully automated ethylene oxide 1 1000/- 16.5.16 18.5.16 at
-17/ Optho/16 gas sterilizer (eto) 05:00 pm 09:30am
119. 181/SSPHPGTI/T3/2016 Auto fundus camera with 1 20000/- 16.5.16 18.5.16 at
-17/ Optho/17 angiography unit 05:00 pm 09:30am
120. 183/SSPHPGTI/T3/2016 High speed table top steriliser 1 1000/- 16.5.16 18.5.16 at
-17/ Optho/19 05:00 pm 09:30am
121. 184/SSPHPGTI/T3/2016 Auto lensometer 1 1000/- 16.5.16 18.5.16 at
-17/ Optho/20 05:00 pm 09:30am
122. 185/SSPHPGTI/T3/2016 Ultrasonic instrument cleaner 1 1000/- 16.5.16 18.5.16 at
-17/ Optho/21 05:00 pm 09:30am
123. 186/SSPHPGTI/T3/2016 Pentacam 1 10000/- 16.5.16 18.5.16 at
-17/ Optho/22 05:00 pm 09:30am
16

124. 187/SSPHPGTI/T3/2016 Posterior vitrectomy 1. 50000/- 16.5.16 18.5.16 at


-17/ Optho/23 05:00 pm 09:30am
125. 188/SSPHPGTI/T3/2016 Ophthalmic microscope for minor 1 10000/- 16.5.16 18.5.16 at
-17/ Optho/24 OT 05:00 pm 09:30am
126. 189/SSPHPGTI/T3/2016 Retcam 1 10000/- 16.5.16 18.5.16 at
-17/ Optho/25 05:00 pm 09:30am
127. 190/SSPHPGTI/T3/2016 Digital flat panel radiography unit 1 50000/- 16.5.16 18.5.16 at
-17/ Radio/01 05:00 pm 09:30am
128. 191/SSPHPGTI/T3/2016 Digital portable x-ray machine 1 20000/- 16.5.16 18.5.16 at
-17/ Radio/02 05:00 pm 09:30am
129. 193/SSPHPGTI/T3/2016 Ultrasound with color doppler 02 50000/- 16.5.16 18.5.16 at
-17/ Radio/04 05:00 pm 09:30am
130. 195/SSPHPGTI/T3/2016 Waste trolleys- Red 550 L, R.C. 5000/- 16.5.16 18.5.16 at
-17/ Biomedical Waste Yellow 550 L, Black 550 L, 05:00 pm 09:30am
Management/01 White 550 L
131. 196/SSPHPGTI/T3/2016 Set of waste containers with pedal R.C. 5000/- 16.5.16 18.5.16 at
-17/ Biomedical Waste and with Holding Rack- Set of 05:00 pm 09:30am
Management/02 Red / yellow / black, 20L,

132. 197/SSPHPGTI/T3/2016 Set of waste containers with pedal R.C. 5000/- 16.5.16 18.5.16 at
-17/ Biomedical Waste without Rack-Red / yellow / black, . 05:00 pm 09:30am
Management/03 10L,

133. 198/SSPHPGTI/T3/2016 Wheeled Waste containers with R.C. 5000/- 16.5.16 18.5.16 at
-17/ Biomedical Waste pedal- Black, 50L, Yellow , 50L, 05:00 pm 09:30am
Management/04 Red, 50L,
134. 199/SSPHPGTI/T3/2016 Disinfection Bins ( with perforated R.C. 5000/- 16.5.16 18.5.16 at
-17/ Biomedical Waste Bucket) Red, 20L, 05:00 pm 09:30am
Management/05
135. 200/SSPHPGTI/T3/2016 Waste containers: small for general R.C. 5000/- 16.5.16 18.5.16 at
-17/ Biomedical Waste waste- 05:00 pm 09:30am
Management/06
Stainless Steel exterior with lnner
black bucket, 20L
136. 201/SSPHPGTI/T3/2016 Waste container: Big for general R.C. 5000/- 16.5.16 18.5.16 at
-17/ Biomedical Waste waste- 05:00 pm 09:30am
Management/07 Stainless Steel exterior, 50L,
137. 202/SSPHPGTI/T3/2016 Weighing machine: small (table 6 1000/- 16.5.16 18.5.16 at
-17/ Biomedical Waste top) 05:00 pm 09:30am
Management/08
138. 206/SSPHPGTI/T3/2016 Skin Grafting Set- 5000/- 16.5.16 18.5.16 at
-17/ Plastic sur. /02 01 05:00 pm 09:30am
139. 209/SSPHPGTI/T3/2016 Gouges for cartilage carving for Ear 1 set 1000/- 16.5.16 18.5.16 at
-17/ Plastic sur. /05 reconstruction 05:00 pm 09:30am
140. 210/SSPHPGTI/T3/2016 Cleft lip and Palate set- 1000/- 16.5.16 18.5.16 at
17

-17/ Plastic sur. /06 01 05:00 pm 09:30am


141. 212/SSPHPGTI/T3/2016 Surgical magnifying Lupe 04 10000/- 16.5.16 18.5.16 at
-17/ Plastic sur. /08 Nos 05:00 pm 09:30am
142. 214/SSPHPGTI/T3/2016 Surgical Microscope for Plastic and 1 50000/- 16.5.16 18.5.16 at
-17/ Plastic sur. /10 Reconstructive Surgery 05:00 pm 09:30am
143. 216/SSPHPGTI/T3/2016 Surgeon operating chair -02 1000/- 16.5.16 18.5.16 at
-17/ Plastic sur. /12 05:00 pm 09:30am
144. 218/SSPHPGTI/T3/2016 DENTAL X-RAY R.C. 1000/- 16.5.16 18.5.16 at
-17/Dental/01 05:00 pm 09:30am
145. 220/SSPHPGTI/T3/2016 RADIOVISIOGRAPHY UNIT R.C. 1000/- 16.5.16 18.5.16 at
-17/Dental/03 05:00 pm 09:30am
146. 221/SSPHPGTI/T3/2016 DENTAL CHAIR R.C. 1000/- 16.5.16 18.5.16 at
-17/Dental/04 05:00 pm 09:30am
147. 222/SSPHPGTI/T3/2016 Whole Body Multi Slice CT 01 150000/- 21.5.16 21.5.16 at
-17/ Radio/06 Scanner (128-Slice) 03:00 pm 04:30pm
148. 223/SSPHPGTI/T3/2016 Direct Digital Flat Panel 01 500000/- 16.5.16 18.5.16 at
-17/ Radio/07 fluoroscopy & Radiography 05:00 pm 09:30am
149. 224/SSPHPGTI/T3/2016 3.0 Tesla MRI 01 200000/- 21.5.16 21.5.16 at
-17/ Radio/08 03:00 pm 04:30pm
150. SSPHPGTI/T3/2016- Printing stationary items for Rate R.C. 10000/- 16.5.16 18.5.16 at
17/Printing/01 05:00 pm 09:30am
Contract
151. SSPHPGTI/T3/2016- Consumable stationary items for R.C. 10000/- 16.5.16 18.5.16 at
17/Stationary/01 05:00 pm 09:30am
Rate Contract
152. SSPHPGTI/T3/2016- Printer Toner and Cartridge for R.C. 10000/- 16.5.16 18.5.16 at
17/Toner/01 R.C. 05:00 pm 09:30am
R.C.
153. SSPHPGTI/T3/2016- Anesthesia R.C. Items R.C. 20000/- 16.5.16 18.5.16 at
17/Anesthesia/01 R.C. 05:00 pm 09:30am
154. SSPHPGTI/T3/2016- CR reader 01 10000/- 16.5.16 18.5.16 at
17/Radio/CR reader/01 05:00 pm 09:30am
155. SSPHPGTI/T3/2016- Orthopedic Difficult Implant As 5000/- 16.5.16 18.5.16 at
17/ortho set /01 per 05:00 pm 09:30am
Removal Set spec

156. SSPHPGTI/T3/2016- Orthopaedic General Instrument As 5000/- 16.5.16 18.5.16 at


per 05:00 pm 09:30am
17/ortho set /02 Set spec

157. SSPHPGTI/T3/2016- Orthopaedic Bone Grafting Set As 5000/- 16.5.16 18.5.16 at


per 05:00 pm 09:30am
17/ortho set /03 spec
158. SSPHPGTI/T3/2016- Orthopaedic External Fixator Set As 5000/- 16.5.16 18.5.16 at
per 05:00 pm 09:30am
17/ortho set /04 spec
18

159. SSPHPGTI/T3/2016- Orthopaedic Large Fragment Set As 5000/- 16.5.16 18.5.16 at


per 05:00 pm 09:30am
17/ortho set /05 spec
160. SSPHPGTI/T3/2016- Orthopaedic Mini Fragment Set As 5000/- 16.5.16 18.5.16 at
per 05:00 pm 09:30am
17/ortho set /06 spec
161. SSPHPGTI/T3/2016- Orthopaedic Miscellaneous As 5000/- 16.5.16 18.5.16 at
per 05:00 pm 09:30am
17/ortho set /07 Instrument Set spec

162. SSPHPGTI/T3/2016- Orthopaedic Nailing Instrument Set As 5000/- 16.5.16 18.5.16 at


per 05:00 pm 09:30am
17/ortho set /08 spec
163. SSPHPGTI/T3/2016- Orthopaedic Small Fragment Set As 5000/- 16.5.16 18.5.16 at
per 05:00 pm 09:30am
17/ortho set /09 spec
164. SSPHPGTI/T3/2016- Orthopaedic Spine Instrument Set As 5000/- 16.5.16 18.5.16 at
per 05:00 pm 09:30am
17/ortho set /10 spec
165. SSPHPGTI/T3/2016- Orthopaedic Wiring Instrument Set As 5000/- 16.5.16 18.5.16 at
per 05:00 pm 09:30am
17/ortho set /11 spec
166. SSPHPGTI/T3/2016- Binocular Loupe with LED Light 01 5000/- 16.5.16 18.5.16 at
05:00 pm 09:30am
17/ortho/12
167. SSPHPGTI/T3/2016- LED Head light with Digital 01 5000/- 16.5.16 18.5.16 at
05:00 pm 09:30am
17/ortho/13 Recorder

168. SSPHPGTI/T3/2016- Formalin Chambers 04 5000/- 16.5.16 18.5.16 at


05:00 pm 09:30am
17/ortho/14
169. SSPHPGTI/T3/2016-17/ Medical Gas cylinder and Gases R.C. 10000/- 16.5.16 18.5.16 at
Gas cylinder/01 05:00 pm 09:30am
R. C
19

Sl.N Tender No. Item Name & Specifications


o.
1. 01/SSPHPGTI/T Medium Throughput Fully Automated Clinical Chemistry Analyzer
3/2016-17/ BIO-
CHEM /01 A. TECHNICAL SPECIFICATIONS:

1. Fully Automated chemistry analyzer (Not Dry Chemistry) with


minimum 8-10 open channels, Discrete, Multi-channel, Random
access analyzer 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 No. 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 approved reagents without any extra cost
to the hospital
2. Assay Mode: Photometric end point, kinetic, bichromatic and
immunoturbidimetric.
3. Throughput: At least 400-5500 or more tests per hour.
4. Onboard parameters: Minimum 50 onboard parameters at a
time.
5. Sample: Plasma, Serum, Urine, CSF and other body fluid analysis
facility.
6. Sample loading: At least 50 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.
9. System should have facility for continuous loading of stat samples
without interrupting the routine run with more than 10 stat
sample positions.
10. Photometer: Multi-wavelength based photometric system with
minimum of 8 wavelengths ranging from 340-700 nm.
11. Lamp: Halogen/xenon lamp with life of atleast~800 hours. One
lamp should be provided free of cost with the equipment besides
the normal standard accessories.
12. Bar Code facility for samples and reagents.
20

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 be able to
use 2-25 µl sample.
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: Online inventory of the reagents with
number of remaining tests and expiry should be available on
screen.
18. Cuvettes: Semi-disposable/Disposable/Permanent hard glass /
quartz cuvettes with onboard washing facility. Cuvette should be
provided by the the company FOC till whole life of equipment.
19. Should have auto dilution of sample and re-run capability for out
of range samples.
20. Quality control: Real time, individual and cumulative quality
control with automatic QC programming with L-J graphs. Printout
of QC charts & reports.

21. Software :
 Compatible, programmable user friendly software with
comprehensive data processing and management system.
 Graphical user interface software.
 LIS and HIS capability.
 Complete backup of the database for calibration, control
and patients sample result.
 Preferably 10,000 patient results storage and multitasking
facility on computer.
22. Manufacturer should provide a link with an additional computer
in the nearby room for the review/retrieval of reports from the
main equipment.
23. The system should be supplied with necessary pre-requisites and
startup kits free of cost ( with required calibrators , controls, wash
, buffer , sample cups , tips or any other consumable) as per the
requirement of the user.
24. Water purification unit (if applicable): All vendors shall have to
supply the compatible water treatment plant (based on RO
principle or any latest technology) for the instrument along with
necessary plumbing and adequate size storage tank. Inbuilt TDS
21

meter should be there. 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.
25. 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.

B. ACCESSORIES: (to be provided free of cost )


1. One lamp should be provided free of cost with the equipment
besides the normal standard accessories.
2. The company should provide the free Preventive Maintenance
kit at the time of installation and during warranty period

3. Compatible online UPS for the whole equipment with


maintenance free batteries for minimum 1 hour back-up should
be supplied with the system. Maintenance of UPS should be the
firm’s responsibility and should have the same warranty and
guarantee terms as for the instrument.
4. Dust cover
5. Start Up kit as the requirement attached

START UP KIT FOR MEDIUM THROUGHPUT


CHEMISTRY ANALYZER
Sl. 1000 tests each of 200 tests each 100 tests each
No.
1. Glucose Amylase. CreatineKinase
(CK)
2 Total Bilirubin Lipase Creatine Kinase –
MB (CKMB)
3 Direct Bilirubin Gamma Iron (Fe)
Glutamyltransfera
se (GGT)
4 Alanine Lactate Toatl Iron
Aminotransferase(AL binding capacity
T) (TIBC)
5 Aspartate Magnesium
AminoTransferase
(AST)
6 Alkaline Ammonia
Phosphatase.
7 Total Protien (TP) LDL Cholesterol
8 Albumin.
22

9 Blood Urea Nitrogen


(BUN)
10 Creatinine
11 Uric Acid
12 Calcium (Ca)
13 Phosphorus
14 Cholesterol
15 Triglyceride
16 HDL Cholesterol
17 Sodium (Na+)
18 Potassium ( K+)
19 Lactate
Dehydrogenase
(LDH)

C. STANDARDS , CERTIFICATION AND SAFETY:

1. Should have quality certification of US FDA & Eu-CE approved


certification for equipment as well as for the reagents. The
certificate must be enclosed.
2. Manufactures should also be manufacturing the reagents/kits needed
for the machine.

D. DOCUMENTS REQUIRED :

1. Supplier must provide original documentary proof of the date and place
of manufacturing of supplied equipment.
2. Complete circuit diagram, service manual and operating manual.

3. User/Technical/ Maintenance Manuals in English


4. Certificate of Calibration, Validation certificate and Inspection (NABL
Compliant) at the time of installation.
5. Operation qualification, Performance qualification and installation
qualification should be submitted at the time of bidding of tender.
6. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time of
bidding of tender.
7. List of all consumables and its cost including reagents, calibrators ,
suitable QC sera , maintenance kits , equipments spare parts (with their
part number) and accessories should be quoted at the time of bidding of
tender only, in tabular manner and price should be fixed for 5 years.
International Currency Depreciation profit shall also be passed to the
23

Institute. Cost per test as per the pack size should be quoted at the time
of bidding of tender only.
8. Log Book with instruction 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.
9. List of at least 3 installations and satisfactory functioning certificate
minimum for 5 years from government hospitals/NABL certified labs
especially from the HOD or in-charge of the lab should be furnished in
the technical bid.
10. Technical specifications Compliance Performa: Technical
specifications Compliance report to be submitted in a tabulated and
point wise Performa clearly mentioning the page/ paragraph number of
original catalogue/data sheet.

E. GENERAL SPECIFICATIONS :

1. Calibration of the equipment (NABL Compliant) to be done free of


cost once every 6 months during warranty period.
2. All Software up gradation to be provided free of cost during warranty
period.
3. Assured supply of spares and consumables for 10 years at least.
4. Local Service time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues.
5. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
6. Validation of various parameters should be done up to the user
satisfaction at the time of installation at the cost of the company only.
7. The system should be supplied with necessary pre-requisites and
startup kits free of cost with required calibrators and controls as per
the requirement of the user at the time of installation.
8. On-site training: Comprehensive and full training of all users by
suppliers for operating the equipment at installation point.
9. If the Company manufacturing the Equipment is acquired by another
Company, all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.
10. Back up analyzer wherever demanded will apply same terms and
conditions of warranty , CMC , Breakdown and all other specifications
as mentioned as for the primary equipment.
11. Manufacturer should also be manufacturing the reagents/kits needed
for the machine.

2. 03/SSPHPGTI/T FULLY AUTOMATED CHEMILUMINISCENCE SYSTEM


3/2016-17/BIO-
24

CHEM/03 A. TECHNICAL SPECIFICATIONS:

1. Fully Automated latest immunoassay analyzer to perform quantitative


analysis of hormones, cancer markers ,cardiac markers , infectious
markers and other special immunoassays .
2. The system should be based on latest Chemiluminiscence technology
for measuring the assays with very high sensitivity and linearity.
System should be latest in the order of manufacturing line of the
company.
3. On board sample capacity should be at least 30 and facility of
continuous loading of samples should be there.
4. Universal Sample tray should accommodate multiple sample tube
sizes/sample cups/pediatric cups.
5. Universal barcode reader should be able to read multiple barcode
types.
6. It should have the capability to do the assay in continuous, random,
batch and stat mode.
7. It should have the facility to process various body fluids like serum,
plasma, urine and other body fluids.
8. It should have a throughput of more than 80 tests/ hr.
9. It should have the facility for detection of clot, bubble, haemolysis,
viscosity and inadequate sample.
10. The amount of sample required should be 10 to 150µl per test
depending on the parameter.
11. It should have facility for on board dilution and reflex dilution for high
and abnormal sample.
12. It should preferably have disposable tip sampling system to prevent
carryover.
13. At least 40 different Parameters should be available on the system/ on
board washing facility and minimum of 15 parameters must be done at
one time.
14. All the reagents should be ready to use.
15. Preferably it should have the inbuilt refrigeration system with
controlled temperature and humidity for reagent storage to maintain
the stability of reagents on board.
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. Calibration of parameters should be lot based. No daily calibration of
parameters should be required. It should have multiple lot calibration
capabilities and calibration curve transition facility.
19. On board reagent stability should preferably be of minimum of 30
days.
25

20. Instrument should be able to do all system checks before producing


the patients results and the same should be available both on screen
and on print.
21. It should have suitable inbuilt software for monitoring QC system for
the quality of result obtained.

22. It should have the self- diagnosis and error recovery system with
onboard operator guides for efficient trouble shooting purpose.
23. Patient results should be available both test wise/patient wise with
storage of at least 2000 results.
24. It should be compatible to the laboratory information system and
Hospital information system for on-line computerization of patient’s
reports.
25. It should have online status for worksheet, sample, reagents, tips,
quality controls.
26. It should have the facility to collect both liquid and solid waste for
disposal as applicable.
27. Manufacturer should be manufacturing the following kits Anti
Tg ,Anti TPO, FT3, FT4, TSH, T3, T4, FSH, LH, Prolactin,
Insulin, DHEA-S , Progesterone, Testosterone , free PSA , Total
PSA , Ferritin , Vitamin B12 , Vitamin D3, Intact PTH, AFP ,
estradiol , cortisol, GH/IGF1, βhCG, and all other latest
available tests.
28. The company must provide 200 tests reagents each of the following
list with all necessary calibrato, control and other consumables free of
cost along with the equipment as a free start up kit . The list includes:
TSH , Free T3 , free T4 , anti TPO Ab, Vit. D, PTH , Ferritin ,
Vit.B12 , Prolactin and Testosterone. The firm should also provide
other consumables like wash buffer, diluents, calibrators , control ,
assay tips and assay cups etc. which are required to run the tests and
may be sufficient to run the no. of the tests mentioned above.
29. Manufacturer should provide a link with an additional computer in the
nearby room for the review/retrieval of reports from the main
equipment.
B. ACCESSORIES: ( to be provided free of cost )

1. The company should provide the free Preventive Maintenance kit


at the time of installation and during warranty period
2. Compatible online UPS for the whole equipment with maintenance
free batteries for minimum 1-hour back-up should be supplied with
the system.
3. Dust cover

C. STANDARDS , CERTIFICATION AND SAFETY:


26

1. Should have quality certification of US FDA & EuCE approved


certification for equipment as well as for the reagents. The
certificate must be enclosed.
2. Manufactures should also be manufacturing the reagents/kits
needed for the machine.

D. DOCUMENTS REQUIRED:

1. Supplier must provide original documentary proof of the date and place
of manufacturing of supplied equipment.
2. Complete circuit diagram, service manual and operating manual.
3. User/Technical/ Maintenance Manuals in English
4. Certificate of Calibration, Validation certificate and Inspection (NABL
Compliant) at the time of installation.
5. Operation qualification, Performance qualification and installation
qualification should be submitted at the time of bidding of tender.
6. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time of
bidding of tender.
7. List of all consumables and its cost including reagents, calibrators ,
suitable QC sera , maintenance kits , equipments spare parts (with their
part number) and accessories should be quoted at the time of bidding of
tender only, in a tabulated manner and price should be fixed for 5
years. International Currency Depreciation profit shall also be passed to
the Institute. Cost per test as per the pack size should be quoted at the
time of bidding of tender only.
8. Log Book with instruction 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.
9. List of at least 3 installations and satisfactory functioning certificate
minimum for 5 years from government hospitals/NABL certified labs
especially from the HOD or in-charge of the lab should be furnished in
the technical bid.
10. Technical specifications Compliance report Performa: Technical
specifications Compliance report to be submitted in a tabulated and
point wise Performa clearly mentioning the page/ paragraph number of
original catalogue/data sheet.

E. GENERAL SPECIFICATIONS :

1. All the participating firms should quote the price of all required spares
and consumables for upkeep & smooth functioning of the equipment
27

for a period of 5 years. In case of non compliance, the firm has to


replace the spares free of cost till the warranty period.
2. Calibration of the equipment (NABL Compliant) to be done free of
cost once every 6 months during warranty period.
3. All Software up gradation to be provided free of cost during warranty
period.
4. Assured supply of spares and consumables for 10 years at least.
5. Local Service time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues.
6. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
7. Validation of various parameters should be done up to the user
satisfaction at the time of installation at the cost of the company only.
8. The system should be supplied with necessary pre-requisites and
startup kits free of cost with required calibrators and controls as per
the requirement of the user at the time of installation.
9. On site demonstration facility should be available at a reputed
institution preferably in Delhi/NCR before final approval of
equipment.
10. On-site training: Comprehensive and full training of all users by
suppliers for operating the equipment at installation point.
11. If the Company manufacturing the Equipment is acquired by another
Company, all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.
12. Manufacturer should also be manufacturing the reagents/kits needed
for the machine.
13. All rates wherever required to be quoted in Indian currency.

3. 04/SSPHPGTI/T LOW THROUGHPUT FULLY AUTOMATED IMMUNOANALYSER


3/2016-17/BIO-
CHEM/04
A. TECHNICAL SPECIFICATIONS

1. The system should be automated analyser, bench top model with


facility for in built print out of results.
2. The System should be based on Chemilluminisence / enzyme linked
fluorescence assay /or any other comparable technology.
3. There should be no manual intervention required after loading of the
samples.
4. System Must have the immunochemistry parameters ( TSH , FT3, FT4,
Anti TPO, Anti Tg, LH, FSH, Prolactin, Estradiol, Progesterone,
28

Testosterone, AFP, Cortisol, Vit. D , Ferritin , preferably sepsis


markers (Pro Calcitonin), and regular routine immunoassay
parameters.
5. The system should be able to carry out minimum 15 tests at a time
with facility of even performing single tests without any additional
cost.
6. Supplier must supply controls and calibrators free with every kit ( no
additional cost)
7. System must have long calibration frequency.
8. The validity/shelf life/stability should be till the expiry mentioned on
the kit box to optimise usage of the reagent.
9. There should be minimal fluidics to minimise the frequency of break
downs.
10. The pack sizes should be 50-100 tests or more).
11. The equipment shoul d be US FDA and EU CE certified. The certificate
must be enclosed.
12. Technical support must be provided by principle organization.
13. System must come with printer and all required accessory.
14. Compatible online UPS with maintenance free batteries for minimum
one-hour back-up should be supplied with the system.
15. All Software upgradation to be provided free of cost for 5 years.
16. The company must provide 100 tests reagents each of the following
list with all necessary calibrator , control and other consumables free
of cost along with the equipment as a free start up kit . The list
includes: TSH , Free T3 , free T4 , anti TPO Ab, Vit. D, Ferritin
,Prolactin and Testosterone. The firm should also provide other
consumables like wash buffer, diluents, calibrators , control , assay tips
and assay cups etc. which are required to run the tests and may be
sufficient to run the no. of the tests mentioned above.
17. Manufacturer should provide a link with an additional computer in the
nearby room for the review/retrieval of reports from the main
equipment.

B. ACCESSORIES: ( to be provided free of cost )

1. The company should provide the free Preventive Maintenance kit


at the time of installation and during warranty period
2. Controls and Calibrators should be provided by the Company free
of cost.
3. Compatible online UPS for the whole equipment with maintenance
free batteries for minimum 1 hour back-up should be supplied with
the system. Maintenance of UPS should be the firm’s responsibility
29

and should have the same warranty and guarantee terms as for the
instrument.
4. Personal computer with compatible laser printer is to be provided.
5. Dust cover

C. STANDARDS , CERTIFICATION AND SAFETY:

1. Should have quality certification of US FDA&EuCE approved


certification for equipment as well as for the reagents. The
certificate must be enclosed.
2. Manufactures should also be manufacturing the reagents/kits
needed for the machine.

D. DOCUMENTS REQUIRED :

1. Supplier must provide original documentary proof of the date and place
of manufacturing of supplied equipment.
2. Complete circuit diagram, service manual and operating manual.
3. User/Technical/ Maintenance Manuals in English
4. Certificate of Calibration, Validation certificate and Inspection (NABL
Compliant) at the time of installation.
5. Operation qualification, Performance qualification and installation
qualification should be submitted at the time of bidding of tender.
6. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time of
bidding of tender.
7. List of all consumables and its cost including reagents, calibrators ,
suitable QC sera , maintenance kits , equipments spare parts (with their
part number) and accessories should be quoted at the time of bidding of
tender only, in a tabulated manner and price should be fixed for 5
years. International Currency Depreciation profit shall also be passed to
the Institute. Cost per test as per the pack size should be quoted at the
time of bidding of tender only.
8. Log Book with instruction 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.
9. List of at least 3 installations and satisfactory functioning certificate
minimum for 5 years from government hospitals/NABL certified labs
especially from the HOD or in-charge of the lab should be furnished in
the technical bid.
10. Technical specifications Compliance report Performa: Technical
specifications Compliance report to be submitted in a tabulated and
30

point wise Performa clearly mentioning the page/ paragraph number of


original catalogue/data sheet.

E. GENERAL SPECIFICATIONS :

1. Calibration of the equipment (NABL Compliant) to be done free of


cost once every 6 months during warranty period.
2. All Software up gradation to be provided free of cost during warranty
period.
3. Assured supply of spares and consumables for 10 years at least.
4. Local Service time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues.
5. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
6. Validation of various parameters should be done up to the user
satisfaction at the time of installation at the cost of the company only.
7. The system should be supplied with necessary pre-requisites and
startup kits free of cost with required calibrators and controls as per
the requirement of the user at the time of installation.
8. On site demonstration facility should be available at a reputed
institution preferably in Delhi/NCR before final approval of
equipment.
9. On-site training: Comprehensive and full training of all users by
suppliers for operating the equipment at installation point.
10. If the Company manufacturing the Equipment is acquired by another
Company, all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.
11. Manufacturer should also be manufacturing the reagents/kits needed
for the machine.
12. All rates wherever required to be quoted in Indian currency.

4. 05/SSPHPGTI/T FULLY AUTOMATED ELECTROLYTE ANALYZER


3/2016-17/BIO- A. TECHNICAL SPECIFICATIONS :
CHEM/05

1. Microprocessor controlled Electrolyte Analyzer with the


measured parameter of Na+ ,K+ and Ca++ .
2. It should be based on “ISE Technology (direct potentiometry ) .
3. Sample type- serum, plasma, urine and body fluid .
4. Sample volume should be less than 150 µl.
5. Analyzing time - less than 60 seconds/test.
6. Sample throughput should be more than 50 samples / hour .
31

7. Built in programmers of standby mode facility should be there for


economical operations.
8. Auto calibration facility should be there. Longer
calibration interval time would be desired.
9. It should have Maintenance free electrodes with at least
2 year long life.
10. Should have data display on built in LCD display screen.
11. Should have report print out on fast low noise thermal printer.
12. It should have facility to interface with computer on an
external printer.
13. QC and calibration data results should be accessible
both on screen and printer.
14. It should also have individual switch ON/OFF facility of the parameter
with different combinations.
15. Should have automatic flagging of abnormal result.
16. Certification : EuCE&US FDA certified equipment .
17. Backup analyzer of same configuration is to be provided along with the
main equipment. Same reagent packs should be used on both the
analyzers.

B. ACCESSORIES: ( to be provided free of cost )

1. The company should provide the free Preventive Maintenance kit


at the time of installation and during warranty period.
2. Compatible online UPS for the whole equipment with maintenance
free batteries for minimum 1/2 hour back-up should be supplied
with the system.
3. Dust cover

C. STANDARDS , CERTIFICATION AND SAFETY:

1. The equipment should be USFDA & EU CE certified. The certificate


must be enclosed.
2. Manufactures should also be manufacturing the reagents/kits needed
for the machine.
3. Same Certification criteria will apply both to equipment and reagent.

D. DOCUMENTS REQUIRED :

1. Supplier must provide original documentary proof of the date and


place of manufacturing of supplied equipment.
2. Complete circuit diagram , service manual and operating manual .
3. User/Technical/ Maintenance Manuals in English
32

4. Certificate of Calibration, Validation certificate and Inspection (NABL


Compliant) at the time of installation.
5. Operation qualification, Performance qualification and installation
qualification should be submitted at the time of bidding of tender.
6. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time of
bidding of tender.
7. List of all consumables and its cost including reagents, calibrators ,
suitable QC sera , maintenance kits , equipments spare parts (with their
part number) and accessories should be quoted at the time of bidding of
tender only , in a tabulated manner and price should be fixed for 5
years. International Currency Depreciation profit shall also be passed to
the Institute. Cost per test as per the pack size should be quoted at the
time of bidding of tender only.
8. Log Book with instruction 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.
9. List of at least 3 installations and satisfactory functioning certificate
minimum for 5 years from government hospitals/NABL certified labs
especially from the HOD or in-charge of the lab should be furnished in
the technical bid.
10. Technical specifications Compliance report Performa: Technical
specifications Compliance report to be submitted in a tabulated and
point wise Performa clearly mentioning the page/ paragraph number of
original catalogue/data sheet.

E. GENERAL SPECIFICATIONS :

1. Calibration of the equipment (NABL Compliant) to be done free of


cost once every 6 months during warranty period.
2. All Software up gradation to be provided free of cost during warranty
period.

3. Assured supply of spares and consumables for 10 years at least.


4. Local Service time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues.
5. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
6. The vendor supplying the instrument should have own application
support laboratory in India, preferably in Delhi / NCR for local &
efficient after sales service-support.
7. Validation of various parameters should be done up to the user
satisfaction at the time of installation at the cost of the company only.
33

8. The system should be supplied with necessary pre-requisites and


startup kits free of cost with required calibrators and controls as per
the requirement of the user at the time of installation.
9. On site demonstration facility should be available at a reputed
institution preferably in Delhi/NCR before final approval of
equipment.
10. On-site training: Comprehensive and full training of all users by
suppliers for operating the equipment at installation point.
11. If the Company manufacturing the Equipment is acquired by another
Company, all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.
12. Manufacturer should have at least 5 years standing in the market. The
company should provide a suitable proof for the same.
13. Manufacturer should also be manufacturing the reagents/kits needed
for the machine.
14. All rates wherever required to be quoted in Indian currency.

5. 07/SSPHPGTI/T MICROPLATE ELISA READER WITH WASHER & INCUBATOR


3/2016-17/BIO-
CHEM/07 A. SPECIFICATIONS FOR ELISA READER:

1. Should be a 8 Channel ELISA Microplate Reader.


2. Open System with facility for saving at least 100 or more ELISA protocols
3. It Should be able to read all types of micro well plates with transparent
bottom – flat, C-, U- and V- shaped.
4. Both end point and kinetic reactions should be read.
5. Should have multiple levels of operator access for security.
6. Light source should be LED based technology .
7. Operating temperature should be between 15 - 35°C.
8. Calibration- Metrological tool should be available with the service
provider to check the different aspects of reader as well as accreditation
requirements.
9. Photometric range should be between 0 to 4.000 OD with minimum
Resolution of 0.0001 OD.
10. It should have a wavelength range between 400-750nm , with both
single and dual wave length reading option.
11. Should have at least 5 Standard filters to read at 405, 450, 492, 550 &
620nm .
12. Should have in built plate shaking with minimum of 3 speeds and
minimum upto 5 minutes.
13. Instrument should be able to read one 96 well micro plate with in 30
seconds for faster turnaround time .
34

14. Memory back up option should be available for data management.


15. High degree of Accuracy , Linearity & Precision with CV ≤ 2% .
16. The ELISA reader should be European CE/IVD Certified. The software
should preferably have FDA clearance.
17. The user interface should be through external PC/ Laptop with minimum
programming steps.
18. Instrument should have external compatible laser printer facility with
USB port based printers with one extra cartridge. (Printer must print OD
results in rows and columns, indicating the O.D. of each well and also
indicate the O.D. of blank wells).
19. All accessories & electric fitting to be included.
20. Two compulsory visits/ year (every 06 months )for calibration and check
up irrespective of complaints during the warranty period (Bidder has to
calibrate the equipment with NABL ,ISO I5189, 2012/ Equivalent
standards.) .
21. Should be provided with compatible online UPS for 60 minute backup.
22. Should be provided with compatible laptop/PC and software for data
storage.
23. Power supply should be 100-240V AC

B. SPECIFICATIONS FOR ELISA WASHER:

1. Washer manifold should be 8 or 12 channel( both to be provided)


2. Pump used for aspiration and dispensing should be Vacuum Pump
3. Needle height should be adjustable for dispensing and aspiration
according to the size
of the wells.
4. At least 50 nos or more of protocol should be programmable in the
system.
5. Strip mode & Plate Mode washing both should be present
6. Soak time should be programmable up to 9 sec in strip mode and up
to 5 minutes in plate mode.
7. Total no of cycles available for each method should be from 1- 9.
8. Should be able to adapt both U, flat or curved bottom plates
9. Dispensing volume should be 50- 3000 µl with 50 µl. increment
10. High accuracy of ≥ 90%.
11. High degree of Precision with CV <10%
12. One Waste Bottle should be along with vacuum bottle
13. Wash Bottle should be one
14. Rinse Bottle should be one
15. Automatic Priming should be done at the registered change of Buffer
16. Plate Carrier should be autoclavable
35

17. It should have the feature of omitting the strip.


18. Residual volume per well should be less than 6 µl.
19. Washer Should be EU CE/ FDA approved

C. ACCESSORIES: ( to be provided free of cost )

1. Microplate Shaker Incubator:

a) System should be able to accommodate 2-4 microplates at a time.


b) Temperature should be programmable from 30-40 ⁰C
c) The temperature variation should be < ± 1.0 ⁰C.
d) Should able to accommodate any type and manufacturer
microplate.
e) System should be EU CE / USFDA certified.

2. Calibration test plate with software (Multicheck plate)


3. Dust cover
4. Set of pipettes consisting of :
a) Single channel variable volume pipettes 0.5-10 µl, 5-40 µl, 40-200
µl, 200-1000 µl,.
b) 8 channel variable volume multi channel pipettes 5-50 µl and 50-300
µl
Pipettes should offer easy in lab . calibration, quick tip ejection , click
volume setting and high accuracy and precision.
D. STANDARDS , CERTIFICATION AND SAFETY:-

1. The reader should be European CE/IVD Certified. The software


should preferably have FDA clearance.
2. Washer Should be EU CE/ FDA approved
3. Microplate Shaker Incubator should be EU CE / USFDA certified.

E. DOCUMENTS REQUIRED :

1. Supplier must provide original documentary proof of the date and


place of manufacturing of supplied equipment.
2. Complete circuit diagram , service manual and operating manual .
3. User/Technical/ Maintenance Manuals in English
4. Certificate of Calibration, Validation certificate and Inspection (NABL
Compliant) at the time of installation.
5. Operation qualification, Performance qualification and installation
qualification should be submitted at the time of installation .
36

6. Certificate of Traceability for calibrators, traceable to


national/international reference standards to be submitted at the time of
bidding of tender.
7. List of all consumables and its cost including reagents, calibrators ,
suitable QC sera , maintenance kits , equipments spare parts (with their
part number) and accessories should be quoted at the time of bidding of
tender only, in a tabulated manner and price should be fixed for 5
years. International Currency Depreciation profit shall also be passed to
the Institute. Cost per test as per the pack size should be quoted at the
time of bidding of tender only.
8. Log Book with instruction 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.
9. List of at least 3 installations and satisfactory functioning certificate
minimum for 5 years from government hospitals/NABL certified labs
especially from the HOD or in-charge of the lab should be furnished in
the technical bid.
10. Technical Specifications Compliance report Performa: Technical
specifications Compliance report to be submitted in a tabulated and
point wise Performa clearly mentioning the page/ paragraph number of
original catalogue/data sheet.

F. GENERAL SPECIFICATIONS :

1. Calibration of the equipment (NABL Compliant) to be done free of


cost once every 6 months during warranty period.
2. All Software up gradation to be provided free of cost during
warranty period.
3. Assured supply of spares and consumables for 10 years at least.
4. Local Service time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues.
5. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
6. The vendor supplying the instrument should have own application
support laboratory in India, preferably in Delhi / NCR for local &
efficient after sales service-support.
7. Validation of various parameters should be done up to the user
satisfaction at the time of installation at the cost of the company only.
8. The system should be supplied with necessary pre-requisites and
startup kits free of cost with required calibrators and controls as per
the requirement of the user at the time of installation.
37

9. On site demonstration facility should be available at a reputed


institution preferably in Delhi/NCR before final approval of
equipment.
10. On-site training: Comprehensive and full training of all users by
suppliers for operating the equipment at installation point.
11. If the Company manufacturing the Equipment is acquired by another
Company, all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.
12. Manufacturer should have at least 5 years standing in the market.
The company should provide a suitable proof for the same.
13. Manufacturer should also be manufacturing the reagents/kits
needed for the machine.
14. All rates wherever required to be quoted in Indian currency.

6. 14/SSPHPGTI/T Breath analyzer


3/2016-
17/GASTRO/07 Hydrogen and methane analyzer for pediatric use
I. The machine should detect hydrogen & methane in
exhaled air.
II. The analyzer should be simple, specific and accurate by
one part per million (1 ppm) for recording hydrogen &
methane gases.
III. The analyzer should give corrected reading for the
hydrogen & methane gases taking account of O2 gases
percentage (%).
IV. The moisture driers should be free from heavy metals.
V. System should have short warm up time, less than 1 hour
VI. On line Breath Sampling for instant results and patient
compliance
VII. Humidity levels 30 - 75 % Non-condensing
VIII. Should have low calibration requirement frequency
IX. It should be CE certified.
X. It should have both direct measurement & breath bag
measurement possibility
38

XI. System should have screen displaying real time reading


graphs and values
XII. Analyzer should have inbuilt suction system to suck the
sample directly from Breath Bag
XIII. Consumable should contain Anti-Bacterial Filters for
Optimum Infection control
XIV. It should be complete with software & consumables such
as breath bags - 100 Pcs ,on line mouth pieces - 100 Pcs
,filters - 5 No..
XV. Latest model is mandatory
XVI. Warranty and guarantee as per institute rules
XVII. Consumable should be mentioned separately with costing

7. 15/SSPHPGTI/T pH Meter
3/2016- Specification :-
17/GASTRO/08 Bench top microprocessor based pH meter should consist of Ph meter stand
road, electric holder, electrode with NTC sensor, should have following salient
feature
Rage pH : 0 -14 mV Rang; Temp range- -
+1200mv 5 to +250 deg
C
Resolutio Ph : 0.001Ph Mv : 0.1mV Temp. Temp : +
n Accuracy : 0.6 deg C
0.1deg C
Accuracy Ph : + mV: + 0.02 mV
0.003pH

Caliberation
I. Ph calibration (number of buffer) 1,2 or 3.
II. Automatic consideration of the temperature behavior of the stored
buffer solutions.
III. Monitoring of slope and Ph (as) with arbitrary limit values.
IV. High Impedance electrode input 1 no., Pt 1000/NTC temp sensor input
2 nos., Reference input 1 no.
V. Three point Ph calibration with facility to store the temperature
dependence of the buffer used. Automatic buffer recognition with
facility to store calibration data.
39

VI. Facility to enter user and sample identification.


VII. Facility to store >150 results with date time and identification
VIII. Result printout according to GLP/ISO norms, facility to send the result
to LIMS.
IX. Facility to monitor slope and asymmetry Ph against freely definable
limit values.
X. Drift controlled, time controlled and difference controlled measured
value acquisition.
XI. Simultaneous display of Ph and Temperature.
XII. Facility to connect the printer through IrDA port.
XIII. Power supply 220V/50Hz.

Conditions :
I. Feature should be substantiated with proper principal company
catalogue.
II. Should operate under a quality management system which complies
with the requirement of ISO 9001:2008 for design, manufacture and
services.
III. Copies of all certification should be attached with quotation.
IV. in-house service engineers or authorized distributors from principal
companies or authorized agents should be available on one-day notice
basis in care of emergency
V. Only principal companies or authorized distributors from principal
companies shoul quote
VI. Compliance sheet should be attached

8. 16/SSPHPGTI/T High Resolution Impedance Manometry System


3/2016-
17/GASTRO/09 and Ambulatory Impedance pH recorder
1. High Resolution manometry System (solid state) with facility for
recording impedance manometry.
I. The recording of manometry and impedance should be
simultaneous to avoid patient discomfort due to repeated
intubations.
II. The system should have facility for esophageal and ano-rectal
menometry and impedance
III. System should have 36 channels
40

IV. Pediatric Catheters for esophageal (channels between 16-36) - 2


Nos
V. Catheters for ano-rectal manometry (Channels between 8-20) –
1 No.
VI. HRIM catheter 22 channel esophageal + 7 channel impedance –
1 No.
VII. Compatible high resolution manometry and impedance software
for esophageal manometry, anorectal manometry and sphincter
of Oddi manometry, Biofeedback.
VIII. The software should have latest 3.0 Chicago classification.
IX. Software should have capability of 3D topography assessment.
X. It should have provision for upgradation of the software.
2. 24hrs portable impedance pH metry system, wireless
compatible with
Catheters for Ph = Impedance
A- 1Ch pH + 5 or 6 Impedance = 25 Nos.
B- 2 Ch pH = 5 or 6 Impedance = 25 Nos.
C- Buffer Solution 4.0 and 7.0, - 6 Nos. bottles each.
D- Carry bag for pH recorder - 1 No.

Computer : Latest generation Windows based, i5 Processor, minimum


2.8 Giga Hz, 4 GB RAM, DVD Writer, Monitor Size minimum 19 Inches
TFT Monitor, 1 TB Hard Drive, Key board, Mouse with color laser
Printer,

Terms & Conditions: -

a) The cost of consumable should be quoted for 5 years.


41

b) It should be certified that if the instrument becomes


nonfunctional, it will be repaired within the shortest possible time
period (02 weeks).
c) USFDA/ European CE.

9. 19/SSPHPGTI/T ICU Bed


3/2016-
17/PED/02 1. It should have removable head & leg rail boards.
2. The dimensions should be approximately 2m X 1m.
3. There should be an option for folding side rails.
4. Zero complete flat bed position should be possible.
5. Bed mobile on high quality castor wheels, which are provided with lock &
free movements.
6. Operating using oil free electrical drives.
7. Body made of mild rust free metal tubes (2mm)
8. Head & Leg section titling angle up to 75 degree.
9. Trendelenburg movement angle up to 20 degree.
10. Reverse Trendelenburg movement angle up to 20 degree.
11. To be supplied with certified and compatible air-mattresses (at least 2
per bed) of appropriate Size, which are waterproof, radiolucent, covered by
easily cleanable, non-inflammable, antibacterial material sheet & air controlled
pressure pump.
Air-mattresses;-
a)Alternating inflatable air mattress /dynamic air flow mattress system with
interlinked replaceable cells.
b) Covers should be water proof.
c)The mattress should have 1 in 4 alternating cycle for inflation and deflation
with tubular cells.
d)height of the mattress should be minimum 12.00 cm or more when inflated.

 Submission of technical specification compliance sheet in table form is


must.
 Original instruction manual (Xerox copy will not be acceptable) and training
CD/DVD, if applicable, should be provided.
 The unit should be able to perform with in ambient temperature range
between 15 and 45 degree Celsius and usual range of humidity in the region.
The unit should comply to prevalent standards in terms of environmental
safety, electricity usage etc.
 Company should provide certification from manufacturer that the model
quoted is latest and not obsolete, and spares will be available for next 5 years
after the completion of warranty.
 Company should provide free of cost up gradation of software as and when
required and available.
42

 Company should have office or branch office in Delhi NCR. The firm should
provide 24 hrs phone no. and email id of support staff for registration of
complaints. All the complaints/queries over the use of model has to be
attended within 24 hours of reporting and in case of persistent problem
rendering the item unusable, there should be provision of stand by unit till
the problem is rectified in the reported unit.
 Technical approval may be provided after on-site demonstration of all
specifications as per tender document.
 The company should certify that the equipment has not been sold to any of
the government institute below the quoted price till now. Report of
satisfactory working of the equipment, from at least 3 government institutes
using the product, provided within last 2 years should be made available
 Price should be quoted including 5 years comprehensive warranty (including
all required consumable and non-consumable items) and thereafter 5 years
comprehensive maintenance contract (CMC) (including all required
consumable and non-consumable items). Rate contract should be provided
for all accessories and optional items for next 5 years.
 It should be US FDA / European CE approved. (Please attach the certificate
of approval). The manufacturer should be compliant to relevant standards as
ISO etc.

10. 26/SSPHPGTI/T DIGITAL WEIGHING SCALE


3/2016- 1. Medical grade electronic weighing scale for weighing children upto
17/PED/09 100 Kg with an accuracy of 10-20 g.
2. It should include a bassinet/cradle for weighing infants with acrylic
sidewalls which can drop down and are lockable to prevent fall of
babies and a platform for standing for older children.
3. It should have easy to correct zero error and facility to tare upto 500g
& hold
4. Display should be large enough to be visible from a distance of 4-6 feet
to a normal eye.
5. The unit should run on 220V AC and should be provided with a
compatible adapter
6. Submission of technical specification compliance sheet in table form is
must.
7. Original instruction manual (Xerox copy will not be acceptable) and
training CD/DVD, if applicable, should be provided.
8. All the complaints/queries over the use of model has to be attended
within 24 hours of reporting and in case of persistent problem rendering
the item unusable, there should be provision of stand by unit till the
problem is rectified in the reported unit.
9. Technical approval may be provided after on-site demonstration of all
specifications per tender document.
It should be US FDA / European CE approved. (Please attach the certificate of
approval).
43

11. 27/SSPHPGTI/T DIGITAL WEIGHING SCALE (SMALL)


3/2016- 1. Microprocessor based digital electronic weighing scale
17/PED/10 2. Weight range: Upto 30 kg
3. Accuracy at least +/- 1g (0.05oz)
4. Minimum weight which can be measured is 2gm
5. Weighing unit: Standard display in grams and should have kg/lbs switch-
over.
6. Functions:
1. a. Tare and b. Automatic switch off
7. Automatically switches off after 5-10minutes of non-use
8. Unit preferably should have “Freeze reading feature” to show reading even
when the baby is removed
9. It should have stainless Steel surface allows easy cleaning of the Surface.
10. Basinet size approximately: 450 x 300 mm ±20mm
11. LED display should be large enough to be visible from a distance of 3-4
feet to a normal eye
12. The unit should be able to run on mains and/or inbuilt battery with power
supply of 220 / 240 V, 50-60Hz with DC adaptor
13. Should be supplied with 1 spare set of fuses
2. Submission of technical specification compliance sheet in table form is
must.
3. Original instruction manual (Xerox copy will not be acceptable) and training
CD/DVD, if applicable, should be provided.
4. All the complaints/queries over the use of model has to be attended within
24 hours of reporting and in case of persistent problem rendering the item
unusable, there should be provision of stand by unit till the problem is
rectified in the reported unit.
5. Technical approval may be provided after on-site demonstration of all
specifications per tender document.
6. It should be US FDA / European CE approved. (Please attach the certificate
of approval). The manufacturer should be compliant to relevant standards as
ISO etc.

12. 28/SSPHPGTI/T STADIOMETER


3/2016- 1. With head rod
17/PED/11 2. Measuring range: 20-205cm –Graduation : 1mm
3. Wall mountable, smooth operation. Robust platform for stand
4. Resistant to change in size due to temperature and humidity changes
5. Product should be available for onsite demonstration if asked.
6. CE/FDA/BIS/ISO approved product.

13. 29/SSPHPGTI/T INFANTOMETER-


3/2016- 1) Measuring range in Cm : 10 – 100 cm
17/PED/12 2) Measuring range in inch: 4 – 39”
3) Graduation {Measuring Rod} : 1 mm / 1/ 16 inch
44

4) Measure (WxHxD): 1110x 115 x 333 mm, 43.7 x 4.5 x 13.1 inch
5) Net weight : 1.6 kg, 3.5 lbs
6) Functions: Mobile measuring and weighing
7) 6. Product should be available for onsite demonstration if asked.
8) 7. CE/FDA/BIS/ISO approved product.

14. 32/SSPHPGTI/T OPHTHALMOSCOPE-


3/2016- 1) Should be rechargeable battery with Charger / mains operated. Should be
17/PED/15 CE/FDA/BIS approve product.
2) Should have halogen / LED light source
3) Should have red-free filters
4) Should have small and large spot sizes, fixation targets, slit aperture, hemi-
spot and cobalt blue filter .
5) Should have wheel control with lens powers ranging from +20D to -35D in
single diopter steps up to 10D and 5D steps above that.
6) Should have illuminated lens dial. Should have rubber brow rest.
7) Should have dust free optics and a spherical optical system
8) Should be supplied with a carrying case.
9) If halogen lamp is used, then the following additional accessories should
be supplied
a. Bulb – 1 no , Bulb holder , Bulb cover

10) . Product should be available for onsite demonstration if asked.


11) . CE/FDA/BIS/ISO approved product.

15. 34/SSPHPGTI/T VACUUM ASSISTED AUTOMATED TISSUE PROCESSOR


3/2016-
17/PATH/01
 Fully automatic carousel type, bench top model with 12 stations
with 10 reagent stations and 2 wax baths.
 Container capacity should be 1.8 Lit or more
 The system should have inbuilt vacuum and with fume control.
 Metal tissue basket having less base diameter compare to upper
diameter to avoid baskets getting stuck and capacity 100
cassettes or more
 Audible alarms, error message and warning codes.
 Ergonomic control panel with full protected keyboard and LCD.
 Easy editing and changing of programs, even during a processing
run.
 Delayed start function up to > 7 days.
 More than 8 freely selectable program
 Drain time 60 seconds between stations
 Machine should have the option of interrupting an automatic
process for reloading or removing cassettes if needed.
45

 Baskets should be automatically immersed in a station during the


power failure. Baskets should not stay in air in the event of power
failure
 Automatic cutoff at the end of processing cycle, with the tissue
basket in second wax bath until it is removed.
 All the containers should remain closed while not operating
 Indication of date, time, remaining time in process step, step
number and reagent description.
 two extra containers should be provided
 Mains voltage: 220-240 V/50-60 Hz;
 Should have Power back up (UPS) at least one hrs
 Electrical safety for medical equipments in compliance with IEC
60601
 Comprehensive training of lab staff and equipment support services
till familiarity with the equipment
 Certificate of calibration and inspection from manufacturer
 User/technical/maintenance manual
 List of important spare parts and accessories with their part [Link]
costing
 Log book with instruction for daily,weekly,monthly and quarterly
maintenance and checklist
 There should be a provision for demonstration before final approval of
equipment
 User list along with satisfactory performance certificate from reputed
Govt. Institution

16. 35/SSPHPGTI/T AUTOMATIC TISSUE EMBEDDING SYSTEM WITH HOT AND COLD
3/2016- TABLE WITH PARAFFIN DISPENSER
17/PATH/02

 Equipment should be bench top model with high specimen


throughput
 The instrument should incorporate embedding module and cold
plate.
 Paraffin reservoir capacity of at least 3 litres

 Temperature range of -Paraffin reservoir :50degree C - 70 deg C


 Heated embedding module should have adjustable paraffin dispenser
control with paraffin flow rate adjustment.
 Working surface temperature 55 degree to 70 degree C with option to
set temperature by user
 >60 cassette molds capacity
 Precisely metered and adjustable gravity feed paraffin dispenser to
deliver the right amount of paraffin.
46

 Foot pedal control for paraffin dispensing


 Spacious Paraffin collection tray to collect excess paraffin from work
surface
 Cold plate temperature minus 5 to 15 degree
 cold plate to accommodate at least 60-80 cassette molds
 should have a magnifying lens adjustable in any position and well
illuminated working area
 All functions of the system controlled through electronic system with
digital programmable on and off timer
 Accessories - SS moulds small size-25 Nos, SSmoulds medium size
– 25 Nos
 The system should work on 220-240 V, 50 Hz.
 Provide Power back up (UPS) for 30 minutes breakup
 Five years warranty period and 5 years CMC after expiry of
warranty period
 Electrical safety for medical equipments in compliance with IEC
60601

 Comprehensive training of lab staff and equipment support services


till familiarity with the equipment
 Certificate of calibration and inspection from manufacturer
 User/technical/maintenance manual
 List of important spare parts and accessories with their part no. and
costing
 Log book with instruction for daily,weekly,monthly and quarterly
maintenance and checklist
 There should be a provision for demonstration before final approval
of equipment
 user list along with satisfactory performance certificate from reputed
Govt. Institution

17. 36/SSPHPGTI/T AUTOMATIC MICROTOME


3/2016-
17/PATH/03 The instrument should have Motorised feeding system with optional motorized
and manual sectioning with rocking brake, separate control panel for display,
blade holder, disposables blades

 Section thickness setting: 1 to 100 microns


 Setting values: 1 to 5 micron in 1.0 micron increment
5 to 20 micron in 1 micron increment
20 to 60 micron in 5 micron increment
60 to 100 in 10 micron increment
 Horizontal specimen feed: 28 mm +/- 1 mm, feed motion via step
motor
47

 Vertical specimen stroke length: 70 mm.


 Specimen orientation: Horizontal 8 deg, Vertical 8 deg.
 Trimming Section selectable from 2 micron onwards
 Specimen retraction should occur on return stroke
 Voltage supply: 230/240 V-50/60 Hz.
 Accessories:disposable Blades- high profile -1000 nos , low profile
– 1000 nos
 5 yrs warranty and 5 yrs CMC after expiry of warranty
 Electrical safety for medical equipments in compliance with IEC
60601
 Comprehensive training of lab staff and equipment support services
till familiarity with the equipment
 Certificate of calibration and inspection from manufacturer
 User/technical/maintenance manual
 List of important spare parts and accessories with their part [Link]
costing
 Log book with instruction for daily,weekly,monthly and quarterly
maintenance and checklist
 There should be a provision for demonstration before final approval
of equipment
 User list along with satisfactory performance certificate from reputed
Govt. Institution

18. 37/SSPHPGTI/T CRYOSTAT


3/2016-
17/PATH/04  The Cryostat should be a floor standing model
 Cryo chamber temperature setting should be 0°Cto -40°C
 Specimen cooling facility available should be in the temperature
range of – 10 to – 50 deg C.
 Maximum cooling time up to maximum low temperature should be
less than 4 hours after start up.
 Actively cooled quick freezing shelf should be at -45 °C.
 Specimen storage shelf should store up to 8 chucks.
 section thickness setting range from 0.5 to 30 micrometer should be
available.
 Fully Automatic Sectioning with an option of manual operation
should be available.
 Equipment should be suitable for sectioning of maximum specimen
size: 40mm x 55mm.
 Vertical specimen stroke length available should be 45-60mm, with
a horizontal specimen feed of 20-30mm
 Trimming facility from 5 to 150 μm +/- 0.5 um, in steps of 5,
10,30,50,100,150 μm should be available.
 Disposable blade holder system with lateral displacement and
48

integrated glass anti-roll guide should be available.


 Glass anti-roll guide with anti static feature to facilitate perfect
stretching of sections should be available
 Specimen precision orientation by in x/y/z axis should be available.
 Instrument should have closed drainage system to allow controlled
disposal of fluids.
 Automatic & manual chamber defrost facility should be available
 Manual disinfection facility should be available.
 System should be quoted with Disposable Blade system – 1 packet
 Power requirement 220-240 V/ 50-60Hz
 5 yrs warranty and 5 yrs CMC after expiry of warranty
 Electrical safety for medical equipments in compliance with IEC
60601
 Equipment should be CE- European/ US FDA approved.
 Comprehensive training of lab staff and equipment support services
till familiarity with the equipment
 Certificate of calibration and inspection from manufacturer
 User/technical/maintenance manual
 List of important spare parts and accessories with their part [Link]
costing
 Log book with instruction for daily,weekly,monthly and quarterly
maintenance and checklist
 There should be a provision for demonstration before final approval
of equipment
User list along with satisfactory performance certificate from
reputed Govt. Institution

19. 38/SSPHPGTI/T GROSSING STATION


3/2016-
17/PATH/05  The equipment should be a floor mounted model
 Minimum Dimensions of station- length x width x height: 60 x
30 x 80 (in inches) with table dimension not less than 60 x 30 x
33(in inches)
 Should have large sink made up of stainless steel with provision
for 2 taps with pressure pump for flow of water
 There should be a formalin tank on top of the station with direct
supply system to the work area.
 Both water and formalin faucets should be available in the work
area.
 The station should be made of noncorrosive high grade stainless
steel.
 Exhaust ( suitable as per the site requirement)with filters for
formalin vapours should be available.
 Sink should have removable filters on drain to trap debris/tissue bits.
49

 Working area should have good illumination.


 Magnetic front board should be available to stick instruments for
grossing.
 Sink with drain board would be preferred
 Provide UPS power back up
 Power supply- 220-240 V/50Hz
 Accessories- polyethylene dissecting board
Paper and glove box holder
Option for camera bracket
 five years warranty period and 5 years CMC after expiry of
warranty periodElectrical safety for medical equipments in
compliance with IEC 60601
 Comprehensive training of lab staff and equipment support services
till familiarity with the equipment
 User/technical/maintenance manual

List of important spare parts and accessories with their part no. and
costing

20. 39/SSPHPGTI/T CYTOSPIN


3/2016-  The equipment should be a Bench-top centrifuge for cytology specimens
17/PATH/06  The equipment should be capable of thin-layer cell preparation for
retrieving cells from various body fluids especially paucicellular fluids
and preserving their morphology
 Should be capable of processing up to 12 specimens at one time
 Should be equipped with Biological safety cabinet for safety of the
operator
 Auto-lid lock during rotation with a special lid-release mechanism
should be available
 Should be designed for easy disinfection and also have a wipe- clean
control panel
 Should be resistant to accidental fluid spillage on the electronic
components with capped disposable sample compartments/ chambers
for elimination of aerosol
 May have different sizes of disposable chambers
 Safety alarms during all stages of operation should be available
 Microprocessor based controls and programming for time and speed
with pull-out program card for fast retrieval
 220 V, 50 Hz
 Speed 200 to 2,000 rpm
 The equipment should have an automated slide preparation system that
produces uniform thin-layer slides, processing should remove obscuring
blood, mucus, debris and also thoroughly mix the sample
 fiveyrs warranty with 5 yrs CMC after expiry of warranty
50

 Electrical safety for medical equipments in compliance with IEC


60601
 Comprehensive training of lab staff and equipment support services
till familiarity with the equipment
 Certificate of calibration and inspection from manufacturer
 User/technical/maintenance manual
 List of important spare parts and accessories with their part [Link]
costing
 Log book with instruction for daily,weekly,monthly and quarterly
maintenance and checklist
 There should be a provision for demonstration before final approval
of equipment
User list along with satisfactory performance certificate from reputed Govt.
Institution

21. 42/SSPHPGTI/T FULLY AUTOMATED COAGULATION ANALYZER


3/2016-
17/PATH/09
 Fully automated, bench top coagulation analyzer.
 Simultaneous measurement of clotting, chromogenic & immunological
assays.
 Principle based on change in light scatter/change in viscosity by
electromagnetic clot detection system.
 Continuous loading during run and STAT facility should be available on
the analyzer.
 Parameters like ProthrombinTime, Activated Partial Thromboplastin
Time, Fibrinogen, Thrombin Time, All Factors, AntiThrombin III,
Heparin, Protein C, Protein S, Lupus Anticoagulant, Plasminogen,
Antiplasmin, Activated Protein C Resistance, D-Dimer, fibrin monomer
and von Willibrand Factor should be possible on the analyzer.
 Should have a throughput of at least 100 tests per hour for PT.
 Should be able to add, delete, rerun tests during the run.
 It should be able to do automatic dilutions of samples and standards for
calibration.
 Should have facility for two-way host communication for transfer of data
and results along with an in-built Bar code reader.
 Analyzer should be OPEN SYSTEM.
 Analyzer should have a built-in QC facility.
 Should have data storage capacity of more than 500 patients with at least
10 results per patient.
 Graphic printer should be provided with the equipment.
 Original System Packs (Reagents/consumables/controls/calibrators) for
first 500 tests each of PT & APTT shall be supplied free of cost along
with the equipment.
51

 Regular supply of essential reagents within 2-3 weeks of order and with
at least 80% of available shelf life for smooth performance of the
equipment without any interruption on this account for next 10 years at
least.
 All accessories, like UPS, cables, ports and spares etc as necessary for
complete, smooth and breakdown-free functioning of the entire system
shall be the responsibility of the supplier.
 The system should be guaranteed for a period of 5 years including all
consumable parts like batteries, calibrators whenever required as per the
need of the tests except the main kits for the tests, from the date of
commissioning. After installation, five years comprehensive
maintenance warranty of the equipment, inclusive of all parts /
components, batteries of UPS, consumables for printers etc. and all the
other works carried out by the suppliers shall be provided with regular
upgradation with newer technology, as and when evolved.
 USFDA/EUCE Certified

22. 43/SSPHPGTI/T FULLY AUTOMATED HAEMOGLOBIN ANALYZER


3/2016-  Fully automated HPLC based system for quantification of normal and
17/PATH/10 variant haemoglobins.
 Capable of directly analyzing 10 or more blood samples per hour
 Sample capacity more than 200.
 Continuous or batch wise sample analysis with random access and
sample bar code sensor
 Accurate quantitation with chromatogram print out with patient’s
identity.
 Data management system software and data storage of all analyzed
samples in serial and chronological order
 System should be complete in all respects with compatible computer
and printer,
 5KVA online UPS, and necessary software
 Power 220/230 V, 50Hz
 HPLC system should have the capacity for upgradation
 The company should have an installation base in India and excellent
service support in Delhi/ NCR Comprehensive training of lab staff and
equipment support services till familiarity with the equipment
 Certificate of calibration and inspection from manufacturer
 User/technical/maintenance manual
 Log book with instruction for daily,weekly,monthly and quarterly
maintenance and checklist
 Third party Q.C.
52

 User list along with satisfactory performance certificate from reputed


Govt. Institution
 Warranty will be 10 years (5 years comprehensive and further 5
years labour free) after satisfactory installation of the equipment.
 Note: Spares which will be required to use in future after
comprehensive warranty, list with the price should be given with
quotation.
 USFDA/EUCE certified.

23. 44/SSPHPGTI/T FULLY AUTOMATED URINE ANALYZER


3/2016- Equipment should be compact bench top automated urine chemistry and
17/PATH/11 sediment analyser
 Measuring system based on fluorescence Flowcytometry for sediment
analysis
 Scattergram and histogram for easy interpretation
 Test throughput 100 samples / hour or more.
 Sample ID via manual entry, barcode reader or download from host
 Manual and automated sampler mode
 Memory of at least 10,000 samples and 300 control results (3 levels)
 Test parameters: biochemical- specific gravity. pH, nitrite, protein,
glucose, ketones, urobilinogen, bilirubin, blood, osmolality and
microscopic- RBC, WBC, squamous epi. cells, non-squamous epi. cells,
yeast, crystals, cast, bacteria, mucus, sperm and pathological cast
 Flagging parameters: pathological cast, crystals, small round cells,
sperm. Yeast and mucus
 System should comply with ISLH by using only uncentriguged native
urine sample
 Controls for chemistry and sediments should be available
 Results can be output to Printer or can be transferred to LIS/HIS.
 Supplied with suitable UPS for 1 hr backup
 Five years warranty period with 5 years CMC after warranty period
 Comprehensive training of lab staff and equipment support services
till familiarity with the equipment
 Certificate of calibration and inspection from manufacturer
 User/technical/maintenance manual.
 USFDA/EUCE certified.

List of important spare parts and accessories with their part [Link] costing

24. 45/SSPHPGTI/T TRINOCULAR FLUORESCENCE MICROSOCPE WITH CAMERA


3/2016-
17/PATH/12 1 Microscope Upright Microscope with Infinity corrected Optical
body / Optical system capable to upgrade with fluorescent
53

system attachment.

2 Magnification 40X-1000X
range
3 Nosepiece Quadriple revolving mechanism in-ward adjusted
with multiple ball bearings.
4 Course and fine Coaxial Coarse/Fine focusing with cross roller guide
focusing incorporated: fine motion at least 0.2mm per rotation
/ 37.7mm per rotation.
5 Stage Rectangular mechanical stage with anti corrosive
coating (long life), Scratch proof stage with a
travelling range of at-least 70mm(X) 50mm(Y) with
two slide holder. The X-Y control on right hand side
and specimen holder with spring clips on the left side
protective mechanisms for smooth operation.
Refocusing Mechanisms or equivalent to reduce
mechanical depreciation.
6 Eyepiece tube Trinocular tube with interpupillary distance: 47-
70mm, adjustable by Co-axial movement.
7 Anti mould The system should be anti fungus treated
agent
8 Condenser Universal condenser for all application
9 Eyepiece 10X eye pieces with at least 20mm F.O.V and
diopter adjustment facility on both eyes.

10 Objectives Long working distance Achromat objectives at


least:-
Achromat 4x N.A. 0.10, W.D 30.0mm or better,
Achromat 10x N.A. 0.25, W.D 7.0mm or better,
Achromat 40x, N.A. 0.65, W.D 0.65 mm or better,
Achromat 100x oil, N.A. 1.25, W.D 0.23 mm (spring
loaded)

Achromat 20x, N.A 0.40, W.D 3.90 mm or better


and Achomat 2x, NA .06. WD 7.50 mm or
better(should quote as optional).
11 Illumination High illumination white light LED illumination with
60,000 hrs. Lamp life having fly eye optics or similar
for Eco-uniform illumination for Bright filed, Phase
contrast, simple polarizing observation.
54

12 Fluorescence Fluorescent attachment of LED illumination,


attachment manually switchable two channel / cube, wavelength
of 470nm and 525 nm, with intensity control remote,
alignment free, easy ON/OFF control button, LED
lights source of over 10,000 hours life time.
13 Camera Digital Color CCD camera of 5 million pixel
resolution, 2/3” CCD chip, 12-14 bit digital out-put,
7-10 FPS live display, 2x2 & 4x4 binning feature,
along with suitable C-mount adapter. Microscope,
camera and software should be from same
manufacturer.
14 Software Image Analysis Software (Licensed): The software
should have the following features:- Basic Image
acquisition, movie recording, Time-lapse, FL
imaging, Intensity measurements, manual counting,
line profile, spatial measurements such as length,
width, area, perimeter, etc. should be same make.
15 Computer Branded computer processor i3, 4GB, RAM, 500GB
HDD, Win 7 Prof. OS, Key board, mouse,
compatible UPS.
16 Certification must be EUCE/USFDA certification
Service track record for at-least 15 years
17 Up gradation System should have capability to upgrade in Phase
contrast, Dark-field, Polarizing technique, teaching
heads, Drawing tube as required.
25. 46/SSPHPGTI/T CENTRIFUGE MACHINE
3/2016-
17/PATH/13 A. TECHNICAL SPECIFICATIONS

1. Purpose: Low speed centrifugation for serum work


2. General: Non refrigerated , variable speed , compact ,strong
fabricated and corrosion resistant steel body ,
programmable , easy to operate and microprocessor
controlled
3. Capacity: Total capacity of the machine 400 ml or more
4. Lid: Soft touch lid for effortless loading and closing with
automatic lid lock
5. Rotor: Brushless metallic rotor, swing out bucket type, should
be autoclave able , capacity 4X100 ml
6. Speed: Maximum speed to be 4000 rpm or more and
maximum RCF to be 2600 g or more . should have an
option of setting in RPM or RCF .
7. Timer: 1- 99 minutes or more and facility for continuous mode
should be available.
55

8. Display: System should have touch key pad for data entry and
large LED display of speed and time .
9. Safety features:
1. Alarm: Audible alarm after completion of run
2. Locking of settings to protect form unintentional adjustments
3. Safety feature lid lock and lid interlock

B. STANDARD AND CERTIFICATIONS

1. Should meet IEC-60601-1-2 :2001(Or Equivalent BIS) General


Requirements of Safety for Electromagnetic Compatibility
2. Should be EU CE/us FDA and IVD certified and approved.
3. Certificate of calibration and inspection ( NABL compliant) should be
provided at the time of installation.

C. ACCESSORIES TO BE PROVIDED

1. Adapters:
1. For 1.5-2 ml eppendorf tubes
2. For 5 ml eppendorf tubes
3. for 2.6 ml to 7 ml tube, maximum diameter
13mm, X 16 nos. or more .
4. for 9-15 ml tube , X 16 nos. or more .
5. for 15 ml conical X 8 nos.
6. for 50 ml conical X 4 nos.
2. 2 spare fuses 2 spare fuses, cord & plug to work on 220 volts
50 HZ A.C.
3. Suitable Servo Stabilizer.

D. DOCUMENTS REQUIRED :

1. Supplier must provide original documentary proof of the date and place
of manufacturing of supplied equipment.
2. Complete circuit diagram wherever applicable
3. User/Technical/ Maintenance Manuals in English
4. Certificate of Calibration, Validation certificate and Inspection (NABL
Compliant) at the time of installation.
5. Operation qualification, Performance qualification and installation
qualification should be submitted at the time of bidding of tender.
6. List of all consumables and its cost including maintenance kits ,
equipments spare parts (with their part number) and accessories should
be quoted at the time of bidding of tender only and price should be fixed
for 5 years.
56

7. Log Book with instruction 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.
8. List of at least 3 installations and satisfactory functioning certificate
from government hospitals/NABL certified labs especially from the
HOD or in-charge of the lab should be furnished in the technical bid.
9. 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.

E. GENERAL SPECIFICATIONS

1. Warranty: Comprehensive warranty for 5 yearsincluding spares and


labor ( from the date of completed satisfactory installation). Warranty
charges not to be quoted separately. The warranty should also include
all accessories (UPS+ computer + printer system wherever applicable ).
2. No spare parts/accessories of the equipment including accessories like
RO water system ,UPS with batteries, computer or printer will be
purchased by the hospital during the warranty period and all these shall
be provided free of cost by the bidder only.
3. All the participating firms should quote the price of all required spares
and consumables for upkeep & smooth functioning of the equipment
for a period of 5 years.
4. Rates of CMC (including spares and labor) to be quoted for subsequent
5 years.
5. Calibration of the equipment (NABL Compliant) to be done free of
cost once every 6 months during warranty period.
6. All Software and Hardware up gradation to be provided free of cost
during warranty period.
7. Assured supply of spares and consumables for 10 years at least.
8. The firm should provide a 24 hour phone number and email id for
registering complaint which should be attended within 24 hours and
equipment to be made functional within 48 hours during warranty and
CMC period.
9. Down time should not be more than 24hrs on any week and cumulative
not more than 100 hrs per annum.
10. The vendor supplying the instrument should have own application
support laboratory in India, preferably in Delhi / NCR for local &
efficient after sales service-support.
11. On site demonstration facility should be available at a reputed
institution preferably in Delhi/NCR before final approval of equipment.
12. On-site training: Comprehensive and full training of all users by
suppliers free of cost till familiarity with the equipment at installation
point.
57

13. If the Company manufacturing the Equipment is acquired by another


Company, all terms and conditions including warranty and CMC should
be transferred and complied to by the new Company.

26. 48/SSPHPGTI/T DEEP FREEZER (-20oC)


3/2016-
17/PATH/15 A. TECHNICAL SPECIFICATIONS

1. Should be suitable for storage of serum/ plasma / cryoprecipitate


2. Temperaturerange -20˚C to -30˚C or wider range
3. Internalcapacity minimum 350 litres.
4. Construction : i)Solid corrosion free vertical cabinet
ii)Should have twin external lockable door ( top/bottom)
iii)Separate 5-6 adjustable inner shelves
i v)Separate chamber racks to be pulled out for easy
handling
v) Automatic closing of front door below an opening
angle of 90º
vi)Lockable castor wheels / adjustable feet at front and
castor at back
5. Refrigeration: i) CFC free
ii) Hold over time of 2 hour or more at ambient
temperature (10 º to 40 º C)
iii) Heavy duty refrigeration system with hermetically
sealed durable compressor
iv) Auto defrost
6. Display : i) Microprocessor controlled digital display of all function
with integrated audio –visual temperature alarm function.
ii) Minimum 4 hour battery back up for display
iii) 7 days inkless graphic temperature recorder
7. Casing and door should have poly urethane foam (PUF) insulation .
Vacuum insulation panel is desired .
8. Should have facility for connection to external monitoring system.
9. To be operational at 220-240 V at 50-60 Hz at single /double phase .

B. STANDARDS AND CERTIFICATIONS


a. Equipment should be with EU CE or US FDA.
b. Equipment must meet electrical safety specifications of IEC
61010/Equivalent Indian safety standard
c. Firm should supply the relevant calibration certificate for the
equipment from NABL accredited Lab.

C. ACCESORIES TO BE PROVIDED
58

1. Suitable online UPS for the whole equipment for 30 min back
up.
2. Should provide a set of equipment for calibration (
thermometer calibrated by NABL compliant lab ) and routine
preventive maintenance
3. Temperature recording paper for full period of warranty
4. System should be quoted with 2ʺ , 3ʺ , 4 ʺ vertical racks and
suitable boxes with divider and suitable boxes with lids to hold 0.6 ml ,
1.5 ml , 2 ml , 3.5 ml , 5 ml tubes , 5 boxes each.

D. DOCUMENTS REQUIRED
1. Supplier must provide original documentary proof of the date and place
of manufacturing of supplied equipment.
2. Complete circuit diagram wherever applicable
3. User/Technical/ Maintenance Manuals in English
4. Certificate of Calibration, Validation certificate and Inspection (NABL
Compliant) at the time of installation.
5. Operation qualification, Performance qualification and installation
qualification should be submitted at the time of bidding of tender.
6. List of all consumables and its cost including maintenance kits ,
equipments spare parts (with their part number) and accessories
should be quoted at the time of bidding of tender only and price should
be fixed for 5 years.
7. Log Book with instruction 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.
8. List of at least 3 installations and satisfactory functioning certificate
from government hospitals/NABL certified labs especially from the
HOD or in-charge of the lab should be furnished in the technical bid.
9. 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.

E. GENERAL SPECIFICATIONS

1. Calibration of the equipment (NABL Compliant) to be done free of


cost once every 6 months during warranty period.
2. All Software up gradation to be provided free of cost during warranty
period.
3. Assured supply of spares and consumables for 10 years at least.
59

4. The firm should provide a 24 hour phone number and email id for
registering complaint which should be attended within 24 hours and
equipment to be made functional within 48 hours during warranty and
CMC period.
5. Down time should not be more than 24hrs on any week and cumulative
not more than 100 hrs per annum.
6. The vendor supplying the instrument should have own application
support laboratory in India, preferably in Delhi / NCR for local &
efficient after sales service-support.
7. On site demonstration facility should be available at a reputed
institution preferably in Delhi/NCR before final approval of
equipment.
8. On-site training: Comprehensive and full training of all users by
suppliers free of cost till familiarity with the equipment at installation
point.
9. If the Company manufacturing the Equipment is acquired by another
Company, all terms and conditions including warranty and CMC should
be transferred and complied to by the new Company.

27. 49/SSPHPGTI/T HOT AIROVEN


3/2016-
17/PATH/16 A. TECHNICAL SPECIFICATIONS

1. ShouldbeMicroprocessor based digitallycontrolled equipment suitable


fordailyusage.
2. Construction: i) Should havedouble walled construction,
ii) Innerchambershould beof stainless steel.
iii) Outer chambermade of corrosion proof steel
with powder coating / acrylic finish
iv) Insulatedstainlesssteeldoor fitted
withheavyhinges and mechanical door lock.
v) Adjustable stainless steelshelves minimum 2
in number
vi) Size of inner chamber : Approximately
55X45X40 cm
vii) Inner chamber volume : 90 -120 Litre or more
viii) Inner chamber should have internal lighting
facility
3. Temperature Range : i) 50-250 degree C, with digitaltemperature
controller
ii) Uniform temperature control by forced mechanical
convection and high quality heating elements
iii) Separate temperature sensor and digital safety
60

thermostat
4. Display : i) Digital time and temperature indicator cum controller
with inbuilt display.

5. Electrical requirement : 220-240 V / 50 Hz – 60 Hz , with Indian plug

B. STANDARDS AND CERTIFICATIONS

1. Must be compliant with EU CE or US FDA.


2. Equipment must meet electrical safety specifications of IEC
61010/ Equivalent Indian electrical safety norms.
3. Firm should supply the relevant calibration certificate for the
equipment from NABL accredited Lab.

C. ACCESSORIES TO BE PROVIDED:
1. Suitable online UPS for 30 min back up
2. Extra power plug – 1 no.
3. Perforated shelf – additional 1 in number including shelf support
4. Should provide a set of equipments for calibration (eg
thermometer) and routine Preventive Maintenance as per
manufacturer documentation in service/technical manual.
5. Support stand with heavy duty lockable casters

D. DOCUMENTS REQUIRED :

1. Supplier must provide original documentary proof of the date and


place of manufacturing of supplied equipment.
2. Complete circuit diagram wherever applicable
3. User/Technical/ Maintenance Manuals in English
4. Certificate of Calibration, Validation certificate and Inspection
(NABL Compliant) at the time of installation.
5. Operation qualification, Performance qualification and installation
qualification should be submitted at the time of installation.
6. List of all consumables and its cost including maintenance kits ,
equipments spare parts (with their part number) and accessories
should be quoted at the time of bidding of tender only and price
should be fixed for 5 years.
7. Log Book with instruction 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.
61

8. List of at least 3 installations and satisfactory functioning certificate


from government hospitals/NABL certified labs especially from the
HOD or in-charge of the lab should be furnished in the technical bid.
9. 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.

E. GENERAL SPECIFICATIONS

1. Warranty: Comprehensive warranty for 5 yearsincluding spares and


labor ( from the date of completed satisfactory installation). Warranty
charges not to be quoted separately. The warranty should also include
all accessories (UPS+ computer + printer system wherever applicable ).
2. No spare parts/accessories of the equipment including accessories like
RO water system ,UPS with batteries, computer or printer will be
purchased by the hospital during the warranty period and all these shall
be provided free of cost by the bidder only.
3. All the participating firms should quote the price of all required spares
and consumables for upkeep & smooth functioning of the equipment
for a period of 5 years.
4. Rates of CMC (including spares and labor) to be quoted for subsequent
5 years.
5. Calibration of the equipment (NABL Compliant) to be done free of
cost once every 6 months during warranty period.
6. All Software and Hardware up gradation to be provided free of cost
during warranty period.
7. Assured supply of spares and consumables for 10 years at least.
8. The firm should provide a 24 hour phone number and email id for
registering complaint which should be attended within 24 hours and
equipment to be made functional within 48 hours during warranty and
CMC period.
9. Down time should not be more than 24hrs on any week and cumulative
not more than 100 hrs per annum.
10. The vendor supplying the instrument should have own application
support laboratory in India, preferably in Delhi / NCR for local &
efficient after sales service-support.
11. On site demonstration facility should be available at a reputed
institution preferably in Delhi/NCR before final approval of equipment.
12. On-site training: Comprehensive and full training of all users by
suppliers free of cost till familiarity with the equipment at installation
point.
62

13. If the Company manufacturing the Equipment is acquired by another


Company, all terms and conditions including warranty and CMC should
be transferred and complied to by the new Company.

28. 50/SSPHPGTI/T INCUBATOR


3/2016-
17/PATH/17 A. TECHNICAL SPECIFICATIONS

1. Capacity: 150 -200 litres


2. Temperature Conditions:
a) Temperature rangeAmbient + 10 º to 60 º c
b) Temperature deviation by +- 0.5 º c at 37 º c
temperature
c) Inbuilt temperature sensor
d) Temperaturedeviation over time at 37 º c +-0.3º c
e) Temperature setting at 1 º c increment
f) Uniform temperature by forced mechanical convection
3. The unit should be microprocessor based
4. With digital temperature controller cum indicator
5. Construction : i) Should have inbuilt timer with display in min/hours
ii) Inner chamber : Stainless steel
iii) Internal glass door or outer door with glass window
for easy viewing
iv) Internal lighting for easy viewing
v) Outer body : Corrosion proof steel with powder
coating / acrylic finish
vi) Shelves :Should have minimum 2 adjustable
perforated stainless steel
vii) Door : Doors to be insulated with rubber magnetic
seal gasket
6. Alarm: i) Audio Visual alarm for temperature deviation
ii) Door open alarm

7. All process data with RS-232 /Ethernet interface


8. Electrical requirement : 220-240 V / 50 Hz – 60 Hz , with Indian plug

B. STANDARDS AND CERTIFICATIONS


1. ISO 9001:2008 / Equivalent certified and
2. Should be compliant with EU CE or US FDA.
3. Equipment must meet electrical safety
specifications of IEC 61010/ Equivalent Indian
electrical safety norms.
63

4. Firm should supply the relevant calibration


certificate for the equipment from NABL
accredited Lab.

C. ACCESSORIES TO BE PROVIDED
1. Suitable online UPS for 30 min back up .
2. Extra power plug – 1 no.
3. Perforated shelf – additional 1 in number including
shelf support
4. Stainless steel shelf with Petri dish holder ( 90mm)-1 no. with shelf
support
5. Drip tray -1 number
6. Trays for holding 150 mm Tube holder – 2 in number
7. Should provide a set of equipments for calibration (eg
thermometer) and routine Preventive Maintenance as per
manufacturer documentation in service/technical manual.
8. Support stand with heavy duty lockable casters

D. DOCUMENTS REQUIRED

1. Supplier must provide original documentary proof of the date and


place of manufacturing of supplied equipment.
2. Complete circuit diagram wherever applicable
3. User/Technical/ Maintenance Manuals in English
4. Certificate of Calibration, Validation certificate and Inspection
(NABL Compliant) at the time of installation.
5. Operation qualification, Performance qualification and installation
qualification should be submitted at the time of bidding of tender.
6. List of all consumables and its cost including maintenance kits ,
equipments spare parts (with their part number) and accessories
should be quoted at the time of bidding of tender only and price
should be fixed for 5 years.
7. Log Book with instruction 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.
8. List of at least 3 installations and satisfactory functioning certificate
from government hospitals/NABL certified labs especially from the
HOD or in-charge of the lab should be furnished in the technical bid.
9. 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.
64

E. GENERAL SPECIFICATIONS

1. Warranty: Comprehensive warranty for 5 yearsincluding spares and


labor ( from the date of completed satisfactory installation). Warranty
charges not to be quoted separately. The warranty should also include
all accessories (UPS+ computer + printer system wherever applicable ).
2. No spare parts/accessories of the equipment including accessories like
RO water system ,UPS with batteries, computer or printer will be
purchased by the hospital during the warranty period and all these shall
be provided free of cost by the bidder only.
3. All the participating firms should quote the price of all required spares
and consumables for upkeep & smooth functioning of the equipment
for a period of 5 years.
4. Rates of CMC (including spares and labor) to be quoted for subsequent
5 years.
5. Calibration of the equipment (NABL Compliant) to be done free of
cost once every 6 months during warranty period.
6. All Software and Hardware up gradation to be provided free of cost
during warranty period.
7. Assured supply of spares and consumables for 10 years at least.
8. The firm should provide a 24 hour phone number and email id for
registering complaint which should be attended within 24 hours and
equipment to be made functional within 48 hours during warranty and
CMC period.
9. Down time should not be more than 24hrs on any week and cumulative
not more than 100 hrs per annum.
10. The vendor supplying the instrument should have own application
support laboratory in India, preferably in Delhi / NCR for local &
efficient after sales service-support.
11. On site demonstration facility should be available at a reputed
institution preferably in Delhi/NCR before final approval of equipment.
12. On-site training: Comprehensive and full training of all users by
suppliers free of cost till familiarity with the equipment at installation
point.
13. If the Company manufacturing the Equipment is acquired by another
Company, all terms and conditions including warranty and CMC should
be transferred and complied to by the new Company.

29. 51/SSPHPGTI/T BINOCULAR MICROSCOPE


3/2016-
17/PATH/18 A. TECHNICAL SPECIFICATIONS

1 Microscope body: Upright, Infinity corrected Optical system


65

2 Magnification : 40 X-1000X .
3 Nosepiece: Quadruple revolving mechanism with multiple ball
bearings.
4 Course and fine focusing : Coaxial Coarse/Fine focusing with cross
roller guide incorporated: fine motion .
5 Stage : Scratch Proof rectangular mechanical stage with right hand
control
6 Eyepiece tube: Trinocular tube with interpupillary distance:
aaproximately 47-75mm, adjustable by Co-axial movement.
7 Anti mould agent
8 Condenser :Abbe condenser with approxt.N.A 1.25 for bright field.
9 Eyepiece;10X eye pieces with at-least 20-22 mm F.O.V and diopter
adjustment facility on both eyes.
10 Objectives: Long working distance Achromat objectives at least:-
i. Achromat 4x N.A. 0.10, or better,
ii. Achromat 10x N.A. 0.25, or better,
iii. Achromat 40x, N.A. 0.65, or better
iv. Achromat 100x oil, N.A. 1.25, (spring loaded)
11 Illumination: High illumination white light LED illumination with
minimum 50,000 hrs. Lamp life with uniform illumination.
12 Upgradation:Microscope should be capable to upgrade with phase
contrast application/ attachment.
13 Spares: (should quote as Spare in main quote, free of cost )
i. Achromat 10x N.A. 0.25, or better
ii. Achromat 40x, N.A. 0.65 or better
iii. Achromat 100x oil, N.A. 1.25, (spring loaded)
iv. Achromat 20x, N.A 0.40 or better
v. Micrometer Eye piece
vi. Eye Piece with Pointer
vii. Micrometer Stage
viii. “C” mount for camera attachment in future.
ix. “F Mount”
x. LED Lamp- Qty : 1 No spare

B. ACCESSORIES: ( to be provided free of cost )


i. A Dust Cover
ii. A Box to store the Microscope and Spares
iii. A lens wiping cloth/paper
iv. Lens wiping solution- 5 vials
v. Research Grade Oil for Oil Immersion – 5 Bottles

C. STANDARDS , CERTIFICATION AND SAFETY:


1. Should be US FDA / European CE approved.
2. Should be ISO/ Equivalent Certified
66

D. DOCUMENTS REQUIRED :
1. Supplier must provide original documentary proof of the date and place
of manufacturing of supplied equipment.
2. Complete circuit diagram wherever applicable
3. User/Technical/ Maintenance Manuals in English
4. Certificate of Calibration, Validation certificate and Inspection (NABL
Compliant) at the time of installation.
5. Operation qualification, Performance qualification and installation
qualification should be submitted at the time of bidding of tender.
6. List of all consumables and its cost including maintenance kits ,
equipments spare parts (with their part number) and accessories
should be quoted at the time of bidding of tender only and price should
be fixed for 5 years.
7. Log Book with instruction 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.
8. List of at least 3 installations and satisfactory functioning certificate
from government hospitals/NABL certified labs especially from the
HOD or in-charge of the lab should be furnished in the technical bid.
9. 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.

E. GENERAL SPECIFICATIONS

1. Calibration of the equipment (NABL Compliant) to be done free of


cost once every 6 months during warranty period.
2. All Software and Hardware up gradation to be provided free of cost
during warranty period.
3. Assured supply of spares and consumables for 10 years at least.
4. The firm should provide a 24 hour phone number and email id for
registering complaint which should be attended within 24 hours and
equipment to be made functional within 48 hours during warranty and
CMC period.
5. Down time should not be more than 24hrs on any week and cumulative
not more than 100 hrs per annum.
6. The vendor supplying the instrument should have own application
support laboratory in India, preferably in Delhi / NCR for local &
efficient after sales service-support.
7. On site demonstration facility should be available at a reputed
institution preferably in Delhi/NCR before final approval of equipment.
67

8. On-site training: Comprehensive and full training of all users by


suppliers free of cost till familiarity with the equipment at installation
point.
9. If the Company manufacturing the Equipment is acquired by another
Company, all terms and conditions including warranty and CMC should
be transferred and complied to by the new Company.

30. 52/SSPHPGTI/T OPERATION TABLE


3/2016-17/PED
SURG/01 [Link] Specifications-
1. Dimensions: Length: 200 to 220 cms including extensions. Width: 40
to 45 cms ( should have with additional side extensions), Min. Height:
75 cms or less, Max. Height: 105 cms or more.
2. Table weight carrying capacity: Normal position- 200 Kilograms or
above; Lateral tilt/ reverse position- 150 kilograms or above
3. Should be electrically operated/Electrohydraulic and manual in
electric failure.
4. Should have full length x-ray translucent top and x-ray cassette tunnel
accessible from either side.
5. Should have sliding table top (20 cm or more) towards head end and
leg end, to facilitate access for C-arm image intensifier.
6. Should have scratch resistant, anti-fingerprint, easy to clean surface.
7. The complete table should be easy to transport with castor wheels for
360degrees rotation and breaks/ locks.
8. Mattress should be of good quality that spans table top, breakable for
improved patient support, must be antistatic and easy to fix without
crevices.
9. Should allow multiple operating positions such as height adjustment,
Trendelenburg/reverse Trendelenburg position (±250 or more), lateral
tilt (±200 or more), prone and kidney elevation.
10. The handset/remote should be durable and multiple functions control
e.g. Trendelenburg, lateral tilt, supine, back section up/down for
sitting, oblique, reverse Trendelenburg positions, extension/break
function, auto zero/levelling, base fixation/release functions.
Achieving zero level position should be single button function from
the handset.
11. Should have removable and preferably interchangeable, head and leg
sections. Leg sections should permit breaking of the table and hence
flexion at knee.
12. Attachments- Should have the facility for and be provided with the
a. Attachments for lithotomy position for adolescents, small
children and infants.
68

b. Adjustable horseshoe headrest preferably with silicon


paddings and X-ray compatibility- Adult and pediatric sizes
c. Should have side bars for fixing other attachments like
Mayo table and anaesthesia screen.
d. Should have separate accessory fixing clamps of sliding
nature on the side bars: both circular socket clamp and
circular rotary clamp
e. Should be provided with two attachable arm table for
upper limb surgeries, with radiolucent top and adjustable
vertical post.
f. Should have fracture table attachment and pelvic post for
lower limb surgeries.
g. Should have additional following accessories – side
supports for torso, pelvic and sacral supports.
13. Should have removable and folding arm position supports.
14. Should have stainless steel or superior material base and columns.
15. Should have base providing a plenty of space for the surgical team’s
feet.
16. Should have a battery system for full back up for at least 3hours.
17. Should be US FDA / CE (European/Japanes) approved.
1. IMPORTANT INSTRUCTIONS:

1.1 It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

1.2 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

1.3 All information asked for must be provided in the compliance statement
under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching with
the technical details in the compliance statement and the technical
brochure – reciprocally.

1.4 The Technical Committee shall be free to relax the above specifications;
or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the Technical
Committee shall not be challengeable under any administrative or legal
process.
69

1.5 All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for
import and installation of the equipment/spares etc.

1.6 Supplier must ensure the availability of ‘expertise service’ and


maintenance in Delhi/NCR. Spare parts and repair for the next 10 years
must be ensured.

1.7 Application Specialist should be available for on-site training and for
training of the medical and technical staff of the Institute as and when
required.

1.8 Price of L1 shall be based on price bid of the main equipment with all
consumables and accessories (scope of supply) as well as cost of annual
CMC from 6th to 10th years.
2. SUPPLIER’S BACKGROUND:

2.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of supply, installation and maintenance of
Operation table from the same principals for more than three years
continuously at the time of quoting this tender. The Principals must have
world-wide base of installations of such equipment including at least two
installations in reputed medical institutions in India with a functional
track record of over 2 years.

2.2 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.
3. INSTALLATION:

3.1 Installation shall be free of cost and shall be the responsibility of the
supplier.

3.2 All accessories as necessary for complete, smooth and breakdown-free


functioning of the entire system should be installed and shall be the
responsibility of the supplier.
70

4. SPARES :
1
2
4.1 The supplier shall commit in writing to maintain regular supply of
essential consumables, software upgradations and spares for smooth
performance of the equipment without any interruption on this account
for next 10 years at least.

4.2 The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after
guarantee/warranty period must be attached/enclosed along with the
sealed quotation failing which their bids are liable to be rejected.

4.3If any spares & accessories other than the price list attached/enclosed by
the firm are required for future repair it will be borne by the firm only.

4.4 The rates of these items (Consumables, Nonconsumables and


Accessories) shall not increase till the next five years. However, if there
is a drop in the rates of any of these items, the benefits of the same shall
be passed to the Institute immediately by the supplier. An unambiguous
commitment in writing for the same shall be submitted by the Supplier
while submitting his bid against this tender.

5. AFTER SALE SERVICE:

5.1 The supplier shall provided complete on-site training to all the staff of the
department. A factory-trained service engineer well versed to handle and
maintain the equipment shall be available within 6 hours of the call,
whenever needed.

6. WARRANTY/GUARANTEE:

6.1 After installation, the system should be guaranteed for a period of 5


years including all spares and accessories from the date of commissioning.
Cost of annual CMC from 6th to 10th year must be quoted separately.
Annual CMC cost for 6th-10th year shall be included for price comparison.
Vendors not quoting CMC rates for 6th -10th year shall stand rejected. There
should be free, regular upgradation with newer technology, as and when
evolved during the entire period of warranty/CMC.

6.2 The Principals shall give an unqualified commitment that the maintenance
and guarantee of the equipment shall in no way be affected by any change
in its administrative or trade set up like change in the authorized agent or
71

any merger, transfer (in part or full), amalgamation or separation of the


company or any of its constituents etc for that matter.

6.3 A list of installations existing in the country /abroad with ‘satisfactory


service certificate’ (from at least 2 medical institutions in India), should be
submitted to support the claim of a good performance of the equipment.

7. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.

31. 55/SSPHPGTI/T
3/2016-17/PED Pediatric Rigid Bronhosopy Set
SURG/04
GENERAL SPECIFICATIONS:

1. Should be a completely integrated system with components like


Bronchoscope sheaths/tubes, Telescopes, scope attachments, Optical
and non optical forceps should be from same single manufacturer.
2. Telescopes should be of standard sizes, compatible with various light
sources and camera heads.
3. Should be US FDA/ CE European approved product.
4. Product should have MDD safety standards where ever applicable,
whether listed in this document or not.
5. All the documentation including but not limited to user manuals, service
manuals etc. should to be provided in English only.

TECHNICAL SPECIFICATIONS AND SCOPE OF SUPPLY:

1. Bronchoscope sheaths -
a. Size 2.5, length 20 cm (01 in number).
b. Size 3, length 20cm (01 in number)
c. Size 3, length of 25-28 cm (01 in number)
d. Size 3.5, length of 20 cm (01 in number)
e. Size 3.5, Length 25- 28 cm (01 in number).
f. Size 4, Length 30 cm (01 in number).
g. Size 4.5, Length 30 cm (01 in number).
h. Size 5, Length 30 cm (01 in number).
72

2. Telescopes -
a. Bronchoscopic telescope 0 degree, Length 18 - 20 cm, autoclavable,
fibre optic light transmission incorporated, compatible for use with
bronchoscope sheath size 2.5 (01 in number).
b. Bronchoscopic telescope 0 degree, Length 30 cm, autoclavable, fibre
optic light transmission incorporated, compatible for use with
bronchoscope sheath size 3.5, 4, 4.5 and 5 (01 in number).
c. Bronchoscopic straight forward telescope 0 degree, Length 36 - 38 cm,
autoclavable, fibre optic light transmission incorporated, compatible for
use with bronchoscope sheath size 4, 4.5 and 5 (02 in number).

3. Optical Forceps -
a. Optical forceps for paediatric bronchoscope, 2x2 teeth, with spring
action handle, compatible for use with Bronchoscope sheath size 3.5
and telescope of length 30 cm. (02 in number)
b. Optical forceps for paediatric bronchoscope, 2x2 teeth, with spring
action handle, compatible for use with Bronchoscope sheath size 4, 4.5
and 5 and telescope of length 36 – 38 cm.(02 in number)
c. Optical forceps for paediatric bronchoscope, alligator, with spring
action handle, compatible for use with Bronchoscope sheath size 3.5
and telescope of length 30 cm. (02 in number)
d. Optical forceps for paediatric bronchoscope, alligator, with spring
action handle, compatible for use with Bronchoscope sheath size 4, 4.5
and 5 and telescope of length 36 - 38 cm. (02 in number)
e. Optical grasping peanut forceps, fenestrated, for soft foreign bodies,
with spring action handle, compatible for use with Bronchoscope sheath
size 3.5 and telescope of length 30 cm (02 in number)
f. Optical grasping peanut forceps, fenestrated, for soft foreign bodies,
with spring action handle, compatible for use with Bronchoscope sheath
size 4, 4.5 and 5 and telescope of length 36 - 38 cm. (03 in number)
g. Optical biopsy forceps with spring action handle, compatible for use
with Bronchoscope sheath size 3.5 and telescope of length 30 cm (01 in
number).

4. Non optical forceps-


a. Bronchoscope forceps with alligator jaw, double action jaw, sheath
diameter 2 mm, working length > 35 cm (02 in number).
b. Bronchoscopy forcep with pointed, serrated jaws, double action jaws,
diameter 2mm, working Length > 35 cm (02 in number)
c. Bronchoscopy peanut forcep with fenestrated jaws, straight jaw, for
soft foreign bodies, double action jaws, diameter 2mm, working length
> 35 cm (02 in number)
d. Semi flexible bronchoscopic alligator forceps, single action jaw, 1 mm
/ 35 cms (02 in number).
e. Bronchoscopic flat coin forecep,
73

5. Scope attachments-
a. Rubber telescope guide for use with telescope and optical forcep. (01
Box of 10 pieces)
b. Side port guide piece. (01 Box of 10 pieces)
c. Prismatic light deflector/ proximal illumination insert, autoclavable,
with connection to fibre optic light cable. (02 in number)
d. Telescope Bridge to be used with telescope for bronchoscope tubes.
(01 in number)
e. Glass window plug (01 in number)
f. Adaptor with sliding glass window (01 in number)
g. Injection needle, for bronchoscope tubes (02 in number)
h. Adaptor, for respirator (01 in number)
i. Adjustable telescope magnifier swing away type, autoclavable. (01 in
number)
j. Suction tube , 2.5 diameter, WL 35 cm (02 in number)
k. Aspirator for collecting secretions, with cut off holes and spare glass
(02 in number)
Suitable customized trays for safe sterilization and storage of above
instruments- 1 Set

N.B.

The rates of all the consumables/non-consumables and accessories should


be quoted separately for repurchase. The parts that are NOT covered in
warranty should also be quoted separately for repurchase.

Bidder will be required to demonstrate the quoted product along with all
accessories before the technical committee, failure to demonstrate on
schedule date and time will result in outright rejection of the bid.

1. IMPORTANT INSTRUCTIONS:

2.1 It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and supply of the equipment / spares etc.

2.2 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

2.3 All information asked for must be provided in the compliance statement
under the heading given above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching with
74

the technical details in the compliance statement and the technical


brochure – reciprocally.

2.4 The Technical Committee shall be free to relax the above specifications;
or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the Technical
Committee shall not be challengeable under any administrative or legal
process.

2.5 All the equipments/ accessories/ software offered against this tender
should have approval of the regulatory/ Standardization board of the
country of origin of the equipments for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals of the Competent Authorities for import and
installation of the equipment/spares etc.

2.6 Supplier must ensure the availability of ‘expertise service’ and


maintenance in Delhi/ NCR. All accessories, as necessary for complete,
smooth and breakdown-free functioning of the entire system and shall
be the responsibility of the supplier.

2.7 Application Specialist should be available for on-site training and for
training of the medical and technical staff of the Institute as and when
required after supply.

2.8 Price of L1 shall be based on price bid of the main equipment (Scope of
supply – Parts 1 to 6).

2. SUPPLIER’S BACKGROUND:

3.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of supply, installation and maintenance of
paediatric bronchoscope sets from the same Principals for more than
three years continuously at the time of quoting this tender. The Principals
must have world-wide base of installations of such equipment including
at least two installations in reputed medical institutions in India with a
functional track record of over 2 years.

3.2 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.
75

3. SPARES :

1.1 The supplier shall commit in writing to maintain regular supply of


essential consumables, software upgradations and spares for smooth
performance of the equipment without any interruption on this account
for next 10 years at least.

1.2 The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after warranty and CMC
period must be attached/enclosed along with the sealed quotation failing
which their bids are liable to be rejected.

1.3 If any spares & accessories other than the price list attached/enclosed by
the firm are required for future repair it will be borne by the firm only.

1.4 The rates of these items (Consumables, Non-consumables and


Accessories) shall not increase till the next five years. However, if there
is a drop in the rates of any of these items, the benefits of the same shall
be passed to the Institute immediately by the supplier. An unambiguous
commitment in writing for the same shall be submitted by the Supplier
while submitting his bid against this tender.

4. AFTER SALE SERVICE:

4.1 The supplier shall provide complete on-site training to all the staff of the
department. A factory-trained service engineer well versed to handle and
maintain the equipment shall be available whenever needed.

5. WARRANTY/GUARANTEE:

5.1 After installation, the system should be guaranteed for a period of 5


years including all spares, accessories and any other part required for
faultless and uninterrupted functioning of the equipment from the
date of commissioning; any repair/ replacement will be done by the
supplier without any charges.
5.2 The Principals shall give an unqualified commitment that the
maintenance and guarantee of the equipment shall in no way be
affected by any change in its administrative or trade set up like change
in the authorized agent or any merger, transfer (in part or full),
amalgamation or separation of the company or any of its constituents
etc. for that matter.
5.3 A list of installations existing in the country /abroad with ‘satisfactory
service certificate’ (from at least 2 medical institutions in India), should
76

be submitted to support the claim of a good performance of the


equipment.

32. 56/SSPHPGTI/T
3/2016-17/PED Pediatric Combined ultrasonic and radiofrequency generator
SURG/05 Set

GENERAL SPECIFICATIONS:

1. Should be a completely integrated system with components like


generator, cart, probes, foot switches etc. should be from same single
manufacturer.
2. Should be US FDA/ CE European approved product.
3. Product should confirm to the following international standards,
EN (IEC) 60601-1, EN (IEC) 60601-1-2, EN (IEC) 60601-2-2, EN (IEC)
60601-1-8
4. System should provide Class 1 protection against electric shock
5. Power input to be 220-240V AC, 50 HZ fitted with Indian plug.
6. All the documentation including but not limited to user manuals,
service manuals etc. should to be provided in English only.

TECHNICAL SPECIFICATIONS :

1. System should have a universal connector to connect Ultrasonic


energy and RF (radiofrequency) energy instruments.
2. System should have automatic instrument recognition.
3. System should have a touch screen display for setup, operation and
diagnostics.
4. System should be a single generator that provides Ultrasonic energy
and RF energy for soft tissue dissection and vessel sealing. It should
also have a single footswitch for operating ultrasonic energy or RF
energy instruments
5. System should have the ability to select hand switch or footswitch
activation or both for Ultrasonic and RF energy instruments and the
ability to change selection during use.
6. System should not have lateral thermal spread more than 1+-0.6 mm.
7. System should have standby mode.
8. System should come equipped with system diagnostics and
troubleshooting guide for any problems in the systems.
9. System should have onscreen warning display system for generator
overheating, generator software upgrade, hand piece errors and
instrument errors etc.
10. System should be able to power ultrasonic energy instruments with
45 KHz or more frequency and have the ability to power ultrasonic
energy instruments in the frequency range of 30-80 KHz in future
77

11. System should be compatible with open as well as laparoscopic


surgery.
12. System should be compatible with both 5mm and 10mm instruments.
13. System should have at least 3-5 power settings levels with power
level display for ultrasonic energy instruments.
14. System should be able to measure the tissue impedance and
automatically control the RF energy delivery accordingly.
15. System should be able to simultaneously seal and transect vessels up
to and including 7mm, large tissue pedicles and vascular bundles.
16. System should provide temperature controlled energy delivery and
maintain tissue temperature approximately at 100 degree Celsius.
17. System should have RF Energy hand instruments that deliver high
compression uniformly across seal area.
18. System should have RF Energy hand instruments that provide tissue/
vessel seal strength to withstand bursting pressure of 7 times the
systolic pressure.
19. All hand probes for open and laparoscopy procedures should be able
to simultaneously cut and coagulate tissues.
20. Preferably there should be dual foot receptacles to connect two
footswitches, to allow simultaneous use by two surgeons
21. System should have power entry filters to suppress electromagnetic
disturbances to other monitors and should be defibrillator protected.
22. USFDA&EUCE certified.

SCOPE OF SUPPLY :

1. Combined generator- 01 (As per specifications above)

To be provided with-

a. Foot switches (02)


b. All the necessary cables (02 Set)
c. All the necessary adaptors for ultrasonic and radiofrequency
instruments (01 Set)
d. Hand piece (Transducer)- minimum activation 300.
e. Generator Cart- 01

2. RF Energy hand instruments-

a. Hand probes of 5mm shaft diameter for laparoscopic


procedures with round tips (5mm tip width) with shaft length
35cm with 58 degree articulation or nearby equivalent each
side and should be both hand & foot activated, device should
be able to simultaneously cut and coagulate tissues- (06)
b. Hand probe straight with curved jaws 14 cm- (06)
78

c. Hand probe straight with curved jaws 25 cm- (02)

3. Ultrasonic hand instruments-


a. 5 mm Laparoscopic curved shear, 36cm long- (06)
b. 5 mm curved shear, 23 cm long- (03)
c. 9 cm shears with curved tip for open surgery (06)

4. UPS (1KVA)- (01) For backup power supply of the system. Can be
made in India. Should be ISO certified. To be supplied with all the
necessary accessories.

N.B.

The rates of all the consumables/non-consumables and accessories should


be quoted separately for repurchase. The parts that are NOT covered in
warranty and CMC should also be quoted separately for repurchase.

Bidder will be required to demonstrate the quoted product along with all
accessories before the technical committee, failure to demonstrate on
schedule date and time will result in outright rejection of the bid.

1. IMPORTANT INSTRUCTIONS:

3.1 It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

3.2 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

3.3 All information asked for must be provided in the compliance statement
under the heading given above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching with
the technical details in the compliance statement and the technical
brochure – reciprocally.

3.4 The Technical Committee shall be free to relax the above specifications;
or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the Technical
Committee shall not be challengeable under any administrative or legal
process.
79

3.5 All the equipments/ accessories/ software offered against this tender
should have approval of the regulatory/ Standardization board of the
country of origin of the equipments for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals of the Competent Authorities for import and
installation of the equipment/spares etc.

3.6 Supplier must ensure the availability of ‘expertise service’ and


maintenance in Delhi/ NCR. Availability of spare parts and repair for the
next 10 years must be ensured.

3.7 Application Specialist should be available for on-site training and for
training of the medical and technical staff of the Institute as and when
required after supply.

3.8 Price of L1 shall be based on price bid of the main equipment (Scope of
supply – Parts 1 to 4), plus cost of CMC from 6th to 10th years.

2. SUPPLIER’S BACKGROUND:

4.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of supply, installation and maintenance of
Combined ultrasonic and radiofrequency generator from the same
Principals for more than three years continuously at the time of quoting
this tender. The Principals must have world-wide base of installations of
such equipment including at least two installations in reputed medical
institutions in India with a functional track record of over 2 years.

4.2 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

3. INSTALLATION:

1.1 Installation shall be free of cost and shall be the responsibility of the
supplier.

1.2 All accessories, as necessary for complete, smooth and breakdown-free


functioning of the entire system and shall be the responsibility of the
supplier.

4. SPARES :
80

2.1 The supplier shall commit in writing to maintain regular supply of


essential consumables, software up gradations and spares for smooth
performance of the equipment without any interruption on this account
for next 10 years at least.

2.2 The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after warranty and CMC
period must be attached/enclosed along with the sealed quotation failing
which their bids are liable to be rejected.

2.3 If any spares & accessories other than the price list attached/enclosed by
the firm are required for future repair it will be borne by the firm only.

4.4 The rates of these items (Consumables, Non-consumables and


Accessories) shall not increase till the next five years. However, if there
is a drop in the rates of any of these items, the benefits of the same shall
be passed to the Institute immediately by the supplier. An unambiguous
commitment in writing for the same shall be submitted by the Supplier
while submitting his bid against this tender.

5. AFTER SALE SERVICE:

5.1 The supplier shall provide complete on-site training to all the staff of the
department. A factory-trained service engineer well versed to handle and
maintain the equipment shall be available whenever needed.

5.2 The supplier shall give a commitment for 98% uptime of the equipment,
calculated on annual basis, with penalty equivalent to double the amount
of daily cost of the unit for each day’s delay’s in proper functioning of the
unit beyond 2% downtime per annum (calculated on the basis of the total
cost of the AT divided by the total life span of the equipment taken as
equivalent to 3000 working days), subject to minimum penalty of Rs. Two
thousand per day for the extra down time period of more than 7 days in
a given calendar year. That means a total 7 (seven) days of downtime shall
be permitted in a span of every 12 months, without invoking the penalty
clause.

33. 57/SSPHPGTI/T
3/2016-17/PED Pediatric Cysto-urethroscopy Set
SURG/06
GENERAL SPECIFICATIONS:

7. Should be a completely integrated system with components like


telescopes, cysto-urethroscope sheath, obturators, resectoscopes,
81

working instruments, light source system should be from same single


manufacturer.
8. Telescopes should be of standard sizes, compatible with various light
sources and camera heads.
9. Should be US FDA/ CE European approved product.
10. Product should be light weight with good quality metal, durable, with
easy assembly and handling.
11. Product should have IEC safety standards where ever applicable,
whether listed in this document or not.
12. Power input to be 220-240V AC, 50 HZ fitted with Indian plug.
13. All the documentation including but not limited to user manuals, service
manuals etc. should to be provided in English only.
14. The instruments are to be supplied with all the necessary trays for
proper handling, storage and sterilization.

TECHNICAL SPECIFICATIONS AND SCOPE OF SUPPLY:

6. Telescopes (02)-
a. Straight telescope 0 degree.
b. Diameter 1.9 mm, Working Length 20 cm.
c. Autoclavable.
d. Fibre optic light transmission incorporated.

7. Cysto-urethroscope (01)-
a. Cysto-urethroscope sheath with obturator 8/8.5 FR.
b. With working channel allowing 3-4 FR instrument.
c. Autoclavable.
d. Should be supplied with following instruments:
7.d.1. Flexible biopsy forceps 3 Fr, Working Length 230 – 250 mm (02
in number).
7.d.2. Flexible grasping forceps 3 Fr, Working length 230-250 mm (03
in number).

8. Resectoscope (01)-
a. Resectoscope sheath 9 Fr. (compatible with electro-cautery)
b. With obturator.
c. With Luer Lock stop cock.
d. Y connector
e. Spring mechanism with connecting tube for inflow.
f. Movable thumb support and fixed irrigation port.
g. Electrotome consisting of:
8.g.1. Working element passive cutting action and compatible with
resectoscope sheath (01 in number).
8.g.2. Cutting loop (05 in number).
82

8.g.3. Coagulating electrode, hook shaped, with ball end (01 in


number).
8.g.4. Coagulating electrode, angled, pointed (03 in number).
8.g.5. Cold/ Sickle Knife, Hook shape (10 in number).
8.g.6. Telescope bridge, with one lockable channel (01in number).
8.g.7. Monopolar high frequency cord, working length 300cm (04 in
number).

9. Urethrotome (01)-
a. Urethrotome sheath 8/8.5 Fr with obturator
b. With Luer lock stopcock
c. Including connecting tube for inflow
d. Compatible working element

10. Integral/ Composite Cystoscopes (01)-


a. Paediatric Compact cysto-urethroscope, 8-9 Fr., Working Length 140
mm.
b. Offset/ angled eyepiece with straight working channel.
c. 0 degree telescope, Fiber optic light transmission incorporated.
d. Two lateral irrigation port.
e. One 4 -5 Fr instrument working channel.
f. Autoclavable.
g. With following instruments:
10.g.1. Grasping forceps for foreign body removal, double action jaw,
Semi flexible/ rigid 3 Fr, Working length 260- 300 mm (03 in
number).
10.g.2. Biopsy Forceps, double action jaw, Semi flexible/rigid, 3 Fr,
Working length 300mm (01 in number).
10.g.3. Hook electrode, unipolar, 3 Fr, Working length 50 cm (03 in
number).

11. Integral/Composite Cystoscopes (01) (To be quoted separately)-


a. Compact cystourethroscope for neonates and infants.
b. 4.5/6.5 Fr infant cystoscope.
c. 0°degree angle of view with offset/angled eyepiece.
d. Straight working channel and fiber optics light transmission
incorporated.
e. Working Channel allowing 2-3 Fr instrument.
f. Working length 110 mm, with following instruments:
11.f.1. Compatible Monopolar flexible bug bee electrodes in sterile
pack, stainless steel/ PTFE material made, 250- 350 mm (02 in
number).
11.f.2. Light weight optical fibre cable 1.5 -2 mm, 200-250 mm- (01 in
number)

12. Fibre-optic Light Cables (02)-


83

a. Should be light weight have diameter of about 2.5-3.5 mm with length


of 250 – 300 cm, heat-resistant.
b. Should be flexible and autoclavable.

13. LED Light Source (01)-


a. 220 V, Illumination equal to 175-200 watts or more.
b. Simple user interface with preferably LCD touch screen.
c. Standby mode should be available.
d. Universal jaw assembly to adapt to any make of fiber-optic cable.
e. More than 20000 hours bulb life.
f. Color temperature should be between 4500 to 6000 K.
g. To be supplied with all necessary accessories such as power cables etc.
h. Certified to IEC and class 1 protection.

N.B.

The rates of all the consumables/non-consumables and accessories should


be quoted separately for repurchase. The parts that are NOT covered in
warranty and CMC should also be quoted separately for repurchase.

Bidder will be required to demonstrate the quoted product along with all
accessories before the technical committee, failure to demonstrate on
schedule date and time will result in outright rejection of the bid.

1. IMPORTANT INSTRUCTIONS:

1. It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

2. All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

3. All information asked for must be provided in the compliance


statement under the heading given above. The vendors shall submit
point-wise compliance statement in regard to the specifications asked
for in the tender and should mention corresponding page numbers
matching with the technical details in the compliance statement and
the technical brochure – reciprocally.

4. The Technical Committee shall be free to relax the above specifications;


or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the
84

Technical Committee shall not be challengeable under any


administrative or legal process.

5. All the equipments/ accessories/ software offered against this tender


should have approval of the regulatory/ Standardization board of the
country of origin of the equipments for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment/spares etc.

6. Supplier must ensure the availability of ‘expertise service’ and


maintenance in Delhi/ NCR. Availability of spare parts and repair for the
next 10 years must be ensured.

7. Application Specialist should be available for on-site training and for


training of the medical and technical staff of the Institute as and when
required after supply.

8. Price of L1 shall be based on price bid of the main equipments (Scope


of supply – Parts 1 to 4 and 6-7), plus cost of CMC from 6th to 10th
years.

2. SUPPLIER’S BACKGROUND:

5.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of supply, installation and maintenance of
paediatric cysto-urethroscopes sets from the same Principals for more
than three years continuously at the time of quoting this tender. The
Principals must have world-wide base of installations of such equipment
including at least two installations in reputed medical institutions in India
with a functional track record of over 2 years.

5.2 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

3. INSTALLATION:

1.3 Installation shall be free of cost and shall be the responsibility of the
supplier.
85

1.4 All accessories, as necessary for complete, smooth and breakdown-free


functioning of the entire system and shall be the responsibility of the
supplier.

4. SPARES :
3.1 The supplier shall commit in writing to maintain regular supply of
essential consumables, software upgradations and spares for smooth
performance of the equipment without any interruption on this
account for next 10 years at least.
3.2 The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after warranty and CMC
period must be attached/enclosed along with the sealed quotation
failing which their bids are liable to be rejected.
3.3 If any spares & accessories other than the price list attached/enclosed
by the firm are required for future repair it will be borne by the firm
only.
3.4 The rates of these items (Consumables, Non-consumables and
Accessories) shall not increase till the next five years. However, if there
is a drop in the rates of any of these items, the benefits of the same
shall be passed to the Institute immediately by the supplier. An
unambiguous commitment in writing for the same shall be submitted
by the Supplier while submitting his bid against this tender.

5. AFTER SALE SERVICE:

5.1 The supplier shall provide complete on-site training to all the staff of the
department. A factory-trained service engineer well versed to handle and
maintain the equipment shall be available whenever needed.

5.3 The supplier shall give a commitment for 98% uptime of the equipment,
calculated on annual basis, with penalty equivalent to double the amount
of daily cost of the unit for each day’s delay’s in proper functioning of the
unit beyond 2% downtime per annum (calculated on the basis of the total
cost of the AT divided by the total life span of the equipment taken as
equivalent to 3000 working days), subject to minimum penalty of Rs. One
thousand per day for the extra down time period of more than 7 days in
a given calendar year. That means a total 7 (seven) days of downtime shall
be permitted in a span of every 12 months, without invoking the penalty
clause.

34. 58/SSPHPGTI/T
3/2016-17/PED Surgical Hand Instruments
86

SURG/07
A. General specifications:
1. All the instruments quoted, should have US FDA or CE (European)
approval. Certificates to this effect have to be enclosed with the
Technical Bid.
2. A certificate from the Principal Company has to be attached clearly
mentioning where their manufacturing factories are located, giving city
& country of manufacture.
3. Material used in instruments should be of high quality with superior
corrosion resistance.
4. Dimensions of the instruments can vary by 10% (+/-) of the size asked
for.
5. Physical demonstration of the instruments is necessary.
6. It is preferable to have all the instruments in the part (b) from the
same manufacturer, however in case, some of the instruments are not
being manufactured by the same principal maximum 6 instruments can
be of different make/brand. The rest of the quality and standards
criteria would remain same. This exemption would not be applicable on
needle holders and scissors.
7. Special Instruments in the part (c) are optional and to be quoted
separately for each instruments.

B. List of Instruments required

Instruments
Quant
S.N. Instrument name Comments
ity
Straight 100mm, Need
1 Hartmann mosquito forceps 24
to be delicate
Curved 100mm need to
2 Hartmann mosquito forceps 32
be delicate
3 Leriche delicate forceps straight 150mm 32
4 Leriche delicate forceps curved 150mm 32
Delicate straight
5 Spencerwell mosquito forceps 24
200mm
6 Spencerwell mosquito forceps Delicate curved 200mm 24
7 Artery forceps mosquito Curved 6”, fine tip 32
8 Artery forceps mosquito Straight 6”, fine tip 32
Artery forceps mixter right angle
9 5", fine tip 3
(or Gemini)
Artery forceps mixter right angle
10 7”,fine tip 3
(or Gemini)
87

Artery forceps mixter right angle (


11 9’, fine tip 2
or Gemini)
Sarot art forceps serrated curved
12 250mm 6
jaws
13 Kocher forceps straight 1x2 150mm , fine tip 8
14 Kocher forceps curved 1x2 150mm , fine tip 8
15 Kocher-ochsner forceps straight 1x2 225mm , fine tip 10
16 Kocher-ochsner forceps curved 1x2 225mm, fine tip 10
170mm, with angled
17 Satinsky clamp 4
stem
200mm, with angled
18 Satinsky clamp 4
stem
Cat’s paw (Semi
19 Wound hook Kilner double end sharp)/finger tip 8
combination, 165mm
Blade size 12x15x70
20 Rib spreader Finocheitto, 2
mm
Blade Size 28x30x100
21 Rib spreader Finocheitto, 2
mm
Blade size 31x45x145
22 Rib spreader Finocheitto, 2
mm
Blade size 42x61x180
23 Rib spreader Finocheitto, 1
mm
Roux retractor set of 3 different
24 165mm average length 2 sets
sizes of blades
Ribbon retractor malleable /
25 12x200mm 4
copper
Ribbon retractor malleable/
26 25x200mm 4
copper
27 Weitlaner retractor 110mm semi sharp 3
28 Adson-beckman retractor 140 mm semi sharp 3
29 Adson-beckman retractor 165 mm semi sharp 3
30 Mollison retractor sharp 140 mm semi sharp 3
31 Mollison retractor sharp 155mm semi sharp 2
Oval ring 150x170 mm,
Denis Brown Retractor with 4
32 To be provided with 2 1
blades Set
extra blades
33 Kocher Langenbeck retractor 35x 8 mm 6
34 Kocher Langenbeck retractor 41x11 mm 4
35 Kocher Langenbeck retractor 70x14 mm 4
Blade sizes 70x40
4
36 Morris retractor mm/70x50mm/
each
70x65mm
37 Deaver retractor 12mm X 170mm 4
88

38 Deaver retractor 19mm x 178mm 4


39 Deaver retractor 35mm x 300mm 4
40 Czerny retractor 38x22mm, 175mm 6
Maximum inter blade
distance 235 mm,
41 Balfour self retaining retractor Lateral blades 60 mm 1 set
deep, central blade
62x76 mm
42 Waugh delicate tissue forceps 1x2 250mm 4
160 mm Needs to be
43 Babcock atraumatic forceps 12
soft & fine
44 Allis atraumatic forcpes 8.4 x255mm 12
6.2mm X 155mm,
45 Allis atraumatic forcpes 16
Needs to be soft
46 Duval atraumatic lung forceps 230mm, Should be soft 1
115mm, Fine, golden
47 Metzenbaum scissors curved 5
handle
115mm, Fine, golden
48 Metzenbaum scissors straight 4
handle
145mm, golden handle,
Metzenbaum scissor delicate
49 preferably tungsten 6
curved
carbide tip
145mm, golden handle,
Metzenbaum scissor delicate
50 preferably tungsten 4
straight
carbide tip
180mm, golden handle,
Metzenbaum scisors delicate
51 preferably tungsten 5
curved
carbide tip
230mm, golden handle,
52 Metzenbaum scissors curved preferably tungsten 5
Carbide tip
53 Metzenbaum scissors curved 260 mm, golden handle 5
54 Mayo scissors curved 140mm 5
55 Mayo scissors straight 140mm 6
56 Mayo scissors straight 190mm 5
57 Mayo scissors curved 190mm 4
Curved
58 Scissors Jameson 130mm,Tungsten 4
carbide tip
Curved
59 Scissors Jameson 150mm,Tungsten 4
carbide tip
Sharp tip curved
60 Iris scissors 4
110mm
61 Iris scissors Sharp tip straight 4
89

110mm
Sharp tip, curved
62 Stevens scissors 4
115mm
63 Potts de Martel scissors 45 degrees/ 185mm 2
straight 10 mm
64 Micro Atraumatic bulldog clamp jaw/50mm long, Should 2
be soft and light weight
Angled 14 mm jaw De
Bakey type/50mm long,
65 Micro Atraumatic bulldog clamp 2
Should be soft and light
weight
curved 23 jaw /78mm
De Bakey Atraumatic bulldog
66 long, Should be soft and 2
curved
light weight
curved 31 jaw/86mm
De Bakey Atraumatic bulldog
67 long, Should be soft and 2
curved
light weight
68 Lister sinus forceps 160mm 2
69 Desjardins gallstone forceps 205 mm 1
230 mm, more than 900
70 Randle kidney stone clamp 1
curve, Delicate
71 Guyon Catheter guide 365 mm 1
Number 1, 160 mm
72 Kleinert-Kutz skin hook 8
Knurled handle
135mm, very delicate,
73 Ryder needle holder serrated, tungsten 5
carbide tip
serrated 175mm,
74 Ryder needle holder tungsten carbide tip, 5
golden handle
260 mm heavy
serrated, Tungsten
75 Hegar-mayo needle holder 4
Carbide tip, golden
handle
205 mm, Tungsten
76 Hegar Needle Holder Carbide tip, golden 5
handle
185mm, Tungsten
77 Mayo-Hegar needle holder Carbide tip, golden 5
handle
150mm, Tungsten
78 Mayo-Hegar needle holder Carbide tip, golden 8
handle
1mm tip/straight/
79 De Bakey vascular forceps 6
150mm
90

1.5 mm tip/straight/
80 De Bakey vascular forceps 6
150mm
1.5 mm tip/ straight
81 De Bakey Atraumatic forceps 4
200mm
2.0mm tip/ straight
82 De Bakey Atraumatic forceps 2
240mm
83 Dissecting forceps non-toothed 200 mm, Medium tip 6
84 Dissecting forceps toothed 200 mm, Medium tip 6
85 Dissecting forceps non-toothed 250 mm, Medium tip 2
86 Dissecting forceps toothed 250 mm, Medium tip 2
Micro Adson tissue forceps
87 fine tip 1x2 120mm 2
toothed
88 Micro Adson forceps non toothed serrated 120mm 3
Mc Indoe thumb forceps non Delicate, serrated
89 6
toothed 150mm
90 Mc Indoe tissue forceps toothed delicate 1x2 150mm 6
Number 1 straight
91 Fistula probe 2
165mm
Number 2 curved
92 Fistula probe 2
165mm
0.7/0.8 mm and 2
93 Bowman probe
0.9/1.1mm each
94 Probe with grove (Wire loop) Butterfly shape 5
95 Proctoscope 17x55mm 3
96 Proctoscope 20mmx55mm 3
97 Proctoscope 23x64mm 3
98 Backhaus towel clamp 80 mm 18
99 Backhaus towel clamp 110mm 18
Kocher atraumatic Intestinal curved 230mm, must be
100 6
clamp soft
Kocher atraumatic Intestinal straight 230mm, must
101 6
clamp be soft
Baby-kocher atraumatic Intestinal curved 170mm, must
102 6
clamp be soft
Baby-kocher atraumatic Intestinal straight 170mm, must
103 6
clamp be soft
Baby-kocher atraumatic Intestinal curved 130mm, must
104 6
clamp be very soft
Baby-kocher atraumatic Intestinal straight 130mm, must
105 6
clamp be very soft
Set of 8 from 13-43 Fr,
106 Hegar dilators set 2 Sets
290 mm
Metallic Urethral dilator bougie Set of 10 from 8 Fr. To
107 1 Set
and sound (Cluttons/Dittel Curved 17 Fr.
91

type)
2mm diameter with
108 Suction cannula Barron 3
finger cut-off and stylet
3 mm diameter with
109 Frazier Suction cannula 2
finger cut-off and stylet
5 mm diameter with
110 Frazier Suction cannula 2
finger cut-off and stylet
Round aluminium
111 Scalpel handle #3 2
Handle 130 mm
112 Scalpel handle #3 125mm 10
113 Scalpel handle #3 210 mm 1
114 Scalpel handle #4 135mm 10
115 Scalpel handle #4 Round 215 mm 2
116 Sponge holding forceps, 10" 10
117 Bowl 80mm diameter 24
118 Bowl 120mm diameter 16
119 Kidney tray, 170 mm 16
120 Tray, with lid 12’’x10’’ 12
121 Tray, with lid 15’’x12’’ 12
122 Silvers Skin grafting knife, 190 mm 1
123 Humby skin grafting knife 365mm 1
124 Instrument clips, Mayo 16
4mm tip, 420 mm
125 Yeoman Rectal Biopsy forceps 1
length
126 Cheattle forceps 11” 8
127 Staple remover 5
128 Suture cutting scissors 150 mm 4
Doyen mouth gag with silicon jaw 120 mm, with a pair of
129 1
covers spare silicon covers
130 Kerrison Punch upward 1300 1 mm/180 mm 1
131 Kerrison Punch upward 1300 2 mm/180mm 1
132 Kerrison Punch upward 1300 3 mm/180mm 1
133 Osteotome with curved tip 10 mm/200mm 1
134 Adsons nerve hook Blunt tip, 190 mm 2
135 Doyen Rib Raspatory Pediatric 1
136 Giertz rib shear 1
137 Gluck rib shear 190 mm 1
138 Sebileau Periosteal elevator 5mm/175 mm 1
139 Freidmann bone Rongeur 140 mm, straight 1
140 Bane- Hartman bone Rongeur 175 mm, curved 1
Stone Watt Clamp with lock and
141 85 mm 1
closing forceps
92

C. Special Instruments list (Optional- to be quoted separately for each


instrument-

1. Metallic VP shunt tunneler with 300 mm and 450 mm 2 each


stylet

2. Metallic Supra Pubic Cystostomy 8 Fr/10 Fr/ 12 Fr 1 Each


Trocar/sheath

3. Tuckers retrograde esophageal Pediatric 1 Set


dilators

4. Gum elastic esophageal bogies Complete Set 1 Set

5. Bone Trephine with central spike 4mm and 6mm 2 each


diameter

6. Clip applicator for open surgery For medium and large 01


clip

Bidder will be required to demonstrate the quoted product along with


all accessories before the technical committee, failure to demonstrate on
schedule date and time will result in outright rejection of the bid.

1. IMPORTANT INSTRUCTIONS:

1. It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and supply of the equipment / spares etc.

2. All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

3. All information asked for must be provided in the compliance


statement under the heading given above. The vendors shall submit
point-wise compliance statement in regard to the specifications asked
for in the tender and should mention corresponding page numbers
matching with the technical details in the compliance statement and
the technical brochure – reciprocally.

4. The Technical Committee shall be free to relax the above specifications;


or consider any new technology not including above, if quoted against
93

this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the
Technical Committee shall not be challengeable under any
administrative or legal process.

5. All the equipments/ accessories offered against this tender should have
approval of the regulatory/ Standardization board of the country of
origin of the equipments for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment/spares etc.

6. Supplier must ensure the availability of ‘expertise service’ and


maintenance in Delhi/ NCR. Availability of spare parts and repair for the
next 05 years must be ensured.

7. Application Specialist should be available for on-site training and for


training of the medical and technical staff of the Institute as and when
required after supply. A factory-trained service engineer well versed to
handle and maintain the equipment shall be available whenever
needed.

1.8 Price of L1 shall be based on price bid of the instruments mentioned in


part (b) of Scope of supply.

2. SUPPLIER’S BACKGROUND:
2.1 The bid shall be submitted directly by the Principals or by a Distributor
who must be in the business of supply and maintenance of Pediatric
Surgical Hand Instruments from the same Principals for more than
three years continuously at the time of quoting this tender. The
Principals must have world-wide base of supply of such equipment
including at least two supplies in reputed medical institutions in India
with a functional track record of over 2 years.
2.2 The Principals / Distributor must be having a clean track record of
performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five year

3. WARRANTY/GUARANTEE:

3.1 After supply the instruments should be guaranteed for a period of 5


years including all spares. Any repair/ replacement will be done by the
supplier without any charges.
94

3.2 The Principals shall give an unqualified commitment that the


maintenance and guarantee of the instruments shall in no way be
affected by any change in its administrative or trade set up like change in
the authorized agent or any merger, transfer (in part or full),
amalgamation or separation of the company or any of its constituents
etc. for that matter.
3.3 A list of supplies in last two years in the country /abroad with ‘satisfactory
service certificate’ (from at least 2 medical institutions in India), should be
submitted to support the claim of a good performance of the instruments.
35. 59/SSPHPGTI/T
3/2016-17/PED Pediatric Laparoscopy Set
SURG/08
GENERAL SPECIFICATIONS:

1. Should be a completely integrated system with components like


telescopes, three chip HD camera, light source, CO2 Insufflator, suction
Irrigation device, hand instruments like (bipolar forceps, Needle holder,
scissors etc.) fiber optic cable, Veress needle, trocars, video monitor &
complete video trolley should be from same single manufacturer.
2. Should be US FDA/ CE European approved product.
3. Product should have IEC safety standards where ever applicable,
whether listed in this document or not.
4. Power input to be 220-240V AC, 50 HZ fitted with Indian plug.
5. All the documentation including but not limited to user manuals, service
manuals etc. should to be provided in English only.

TECHNICAL SPECIFICATIONS AND SCOPE OF SUPPLY:

1. High Definition Camera (01)-


a. It should be 3CCD High Definition Camera.
b. Resolution of HD Camera should be 1920 X 1080 pixels or higher,
50/60 Hz, & it should be fully High Definition Camera.
c. Camera should have highest standard 1080 pixels
d. Camera should have system compatibility to 16:9 HDTV LCD
Monitors.
e. Camera should have professional signal output HD-SDI.
f. Camera should have DVI output for direct connection to HDTV LCD
Monitors in the highest available standard 1080 Pixel.
g. Camera should have digital image processing.
h. Camera should have minimum 4 user profiles which can be
programmed individually.
i. Camera should have facility of automatic shutter & automatic gain
control.
j. Camera should have optical zoom (2x or more) in excellent quality.
95

k. Camera should have facility of automatic request for white balancing


after each start up sequence.
l. Camera head should have 2 free programmable camera head buttons for
remote functions.
m. Camera head should have optical coupler having focal range of 15 to 23
mm or better, Should also have a lock mechanism.
n. Camera head should be fully sterilizable and immersible.
o. The system should automatically optimize all settings. The system
should be ready- to- use as soon as it is connected to the camera control
unit
p. Length of camera cable should be minimum 3.0 meter (highly flexible)
q. Preferably System should have facility of controlling additional
equipments like light source/ insufflators and recording device from the
camera head
r. Should preferably have picture in picture display possibility (Not
mandatory)
s. Video image processor should be supplied with keyboard/touch screen
for patient data input.
t. Camera should have Class-I Medical Device Certification.
u. Video outputs of the camera –,1920 x 1080p,
v. All the necessary connecting and power cables are to be supplied with
the system

2. Monitor (01)-
a. Should be High Definition (HD) of 26” with wide screen.
b. Should have resolution of 1920 x1080 pixels or better.
c. HDTV display in original 16:9 HDTV format
d. Should have surgeon specific user selectable settings.
e. Should be compatible with different types of Inputs: HD-SDI, RGBS,
DVI, VGA, S-Video etc.
f. Preferably should support Syn-On-Green,
g. Should have low voltage DC power input, 24V.
h. Should have picture in picture and picture out picture for viewing side-
by-side split screen images.
i. Must be provided with all the necessary accessories, connecting and
power cables.
j. Should have Class-I Medical Device Certification.

3. Fibre-optic Light Cables (02)-


a. Should have diameter about 3.5 to 4.5 mm with length of 250 – 300 cm,
heat-resistant.
b. Should be flexible and autoclavable.
c. It would be preferable to have compatibility with different types of light
sources and telescopes.

4. Xenon Light Source (01)-


96

a. 300 watt Xenon source or more


b. Light Source should have universal light source cable socket.
c. Light control should be continuous, manual light emission control from
2-100% by integrated diaphragm.
d. Should have constant colour temperature over the entire control range.
e. Should have colour temperature approx. 5000 - 6000K.
f. Should have Xenon Short Arc lamp with working life of 500 hrs. or
more
g. Weight of the light source should be less than 10 -15 kg.
h. Power Supply of 100-240V, 50/60Hz.
i. Power consumption 700VA.
j. Certified According to MDD , protection class 1/CF
k. Needs to be supplied with three extra bulbs and all necessary
accessories such as power cables etc.

5. CO2 Insufflator (01)-


a. Heating insufflation tube for heating the CO2 gas up to patient body
temperature, the heating element should preferably extend over the
whole length of the tube
b. High flow insufflator having flow rate upto 30 liter / min and pressure
range from 0-30 mmHg with safety limits for pediatric patients in
pressure flow up to 15mm of Hg and flow range 15 l/min. it should be
able to provide changes of 0.1 liter or more.
c. Option for starting device with personal presets.
d. Should be easy to use with user friendly touch screen/touch pannel
operation.
e. Optical and acoustic alarm signals in the event of patient overpressure.
f. Fully automatic, electronically controlled gas refill.
g. Safety system: Constant monitoring of intra abdominal pressure; Safety
mechanism must be available for protection any overpressure.
h. Should have options to select either central supply or direct connection
to high pressure CO2 cylinder and should indicate the right inlet
pressure of CO2 gas supply by bar graph on front panel of machine.
i. The touch screen/touch pannel should display the important data in real
time such as Insufflation mode, set value pressure, current patient
pressure, set value gas flow, current gas flow, gas consumption and
status of gas heating etc
j. Power supply: 220-240 VAC, 50/60 Hz.
k. Certified to: IEC 60601-1, CE label acc. to MDD, medical product Class
IIb.
l. Type of protection against electrical shocks: Protection Class 1.
m. Degree of protection against electric shocks: Applied part type CF.
n. Should be supplied with below accessories:
5.n.1. Autoclavable silicone insufflation tube with Luer lock having
diameter of about 5-10 mm, 250-300 mm long, (02 in number)
5.n.2. Gas filters pack of 25
97

5.n.3. Power cable 3 m long.


5.n.4. High Pressure Hose American connection/ pin-index connection
length 100 cm. (02 in number)
5.n.5. Universal Connecting cable sterile filter, (Package of 20 pieces)
5.n.6. Veress pneumo-peritoneum needle, with spring-action, blunt
inner cannula , insufflations stopcock, lock mechanism,
autoclavable, Working Length 80-100 mm (02 in number)

6. Mobile Video Trolley-


a. Suitable Medical Grade video trolley to be supplied for mounting
equipments having minimum three self in addition to with one drawer,
with antistatic wheel casters (front lockable), with high grade of
electrical insulation and earth protection.
b. It should have 5 Ampere socket, minimum 10Nos inbuilt with trolley to
connect all electronic devices.
c. CO2 bottle stand should be integrated with trolley. .
d. A separate quotation is to be provided for one monitor holding arm
with a 22” monitor for mounting a second monitor with adjustable
height. The arm should be, inclinable, with a turning radius of approx.
190°, should over hang about 600mm, with load capacity of about 12kg,
VESA 75/100- adaption, for equipment carts. It should be provided with
all necessary connection cable and accessories. The specifications for
the monitor will remain similar to the main monitor (mentioned in part
2 above).
e. The cart must be from same manufacturer and should accommodate all
imaging equipment.

7. UPS (01)-
a. 2.0 KVA off line with One hour backup time (at 1200 Watts real load)
with SMF Batteries.
b. Should be able to work on wide input range between 160-270 V AC at
frequency between 50Hz ± 2Hz.
c. Should use PWM technology with power conversion with single
transformer arrangements with an output of 220VAC ± 5%, protection
of overload, short circuit and low battery.
d. Should have indication on front panel for mains load/battery load/
battery overload-low and MCB protection in case of short circuit.
ISI/CE approved good quality. Indian make.

8. Telescopes (As per the list below)-


a. The telescopes should be of high quality to provide clear and distortion
free visuals.
b. Should have fibre optic light transmission incorporated.
c. Should be autoclavable
98

1 3 mm (±0.6 mm) Telescope, 30 degree oblique, about 01


180-250 mm working length

2. 5 mm (±0.6 mm) Telescope, 0 degree straight, about 250- 02


310 mm working length

3 5 mm Telescope, 30 degree oblique, about 250-300 mm 01


working length

4 10 mm Telescope, 30 degree oblique, about 300-310 mm 01


working length

9. Reusable Trocar with Cannulae (Trocar Sheaths) (As per the list
below) -

1 3-4 mm, working length 5 to 8 cms, pyramidal tip, with 04


ball valve, connector with lock and cannula. Should have
automatic valve to prevent damage of sharp instrument
tips while passing through the cannula valve. For use with
instrument size 3-3.5

2 3-4 mm, working length 5 to 8 cms, blunt tip, with valve 02


to maintain pneumoperitoneum and allow passage of
instruments, connector with lock for CO2 insufflation
and cannula. Should have automatic valve to prevent
damage of sharp instruments and telescope tip while
passing through the cannula valve. For use with telescope
size 3 mm

3 5-6 mm, working length 8 -10 cm, Pyramidal tip. With 05


valve to maintain pneumoperitoneum and allow passage
of instruments, connector with lock and cannula. Should
have automatic valve to prevent damage of sharp
instrument tips while passing through the cannula valve.
For use with instruments size 5 mm

4 5-6 mm, working length 8 -10 cm, Blunt tip. With valve 03
to maintain pneumoperitoneum and allow passage of
instruments, connector with lock for CO2 insufflation
and cannula. Should have automatic valve to prevent
damage of sharp instruments and telescope tip while
passing through the cannula valve. For use with telescope
size 5 mm
99

5 10-11 mm, working length 8 -10 cm, Pyramidal tip. With 03


valve to maintain pneumoperitoneum and allow passage
of instruments, connector with lock for CO2 insufflation
and cannula. Should have automatic valve to prevent
damage of sharp instruments and telescope tip while
passing through the cannula valve. For use with telescope
size 10 mm

6 Reduction sleeve, reusable, instrument size 3 mm, trocar 05


cannula size 5 mm

7 Reduction sleeve, reusable, instrument size 5 mm, trocar 03


cannula size 11 mm

10. Laparoscopic Hand Instruments (As per the list below)-


a. Modular/ Dismentable/ three piece (Except needle holders which may
be two pieces)
b. Rotatable
c. Easily assembled
d. Autoclavable Safe and ergonomic
e. Needle holders should be of good quality metal shaft and fine (tungsten
carbide) tips , with axial handle
f. It is preferable to have all the below mentioned hand instruments from
the same manufacturer however in case, if some of the instruments are
not being manufactured by the same principal maximum 10%
instruments can be of different make/brand. The rest of the quality and
standards criteria would remain same. This exemption would not be
applicable on needle holders

3 mm instruments (For use with above mentioned trocars)

1 Grasping & dissecting forceps Maryland- dissector (or 04


similar), curved left, both jaws opening, double action,
WL (working length) 200-250mm, with plastic handle
without lock, with HF monopolar pin

2 Atraumatic grasping forceps, both jaws opening, double 02


action, WL 200-250mm, with plastic handle with lock

3 Universal grasping forceps, both jaws opening, double 02


action, WL 200-250mm, with plastic handle without lock
100

4 Babcock grasping forceps, both jaws opening, double 02


action, WL 200-250mm, with plastic handle with lock

5 Right angled dissecting & grasping forceps both jaws 02


opening, double action, WL 200-250mm with plastic
handle without lock

6 DeBakeys grasping forceps both jaws opening, double 02


action, WL 200-250mm with plastic handle with lock

7 Bowel grasping forceps, fine atraumatic serrations, single 02


action jaws, fenestrated, both jaws opening, double action,
WL 200-250mm, with plastic handle without lock

8 Curved Scissors, curved left, both blades opening, 03


"Metzenbaum", WL 200-250mm with plastic handle
without lock, with HF monopolar pin

9 Hook scissors, rotating, single action jaws, one blade 03


opening, WL 200-250mm, with plastic handle without
lock, with HF monopolar pin

10 Pyloric muscle spreader length 200-250 mm, with both 02


jaws opening, double action jaw, plastic handle with lock
with HF monopolar pin

11 Coagulating and dissecting electrode, L-shaped, insulated, 04


with connector pin for unipolar coagulation, WL length
250-300mm

12 Knot tier/ Pusher, for extra-corporeal knotting, WL 250- 02


300mm

13 Combination suction and irrigation cannula with stop 02


valves and lateral holes, working length 250-300 mm

14 Dissecting spatula blunt coagulating & dissecting 01


electrode, with connector pin for unipolar coagulation,
WL 250-300mm

15 Bipolar grasping forceps with Spring Handle, WL 250- 02


300mm,

16 Needle holder, straight jaws, WL 200-300 mm, with 02


straight handle
101

5 mm instruments (For use with above mentioned trocars)

17 Grasping & dissecting forceps Maryland- dissector (or 04


similar), curved left, both jaws opening, double action,
WL (working length) 300-350mm, with plastic handle
without lock, with HF monopolar pin

18 Atraumatic grasping forceps, both jaws opening, double 02


action, WL 300-350mm, with plastic handle with lock

19 Universal grasping forceps, both jaws opening, double 02


action, WL 300-350mm, with plastic handle without lock

20 Babcock grasping forceps, both jaws opening, double 02


action, WL 300-350mm, with plastic handle with lock

21 Right angled dissecting & grasping forceps both jaws 03


opening, double action, WL 300-350mm with plastic
handle without lock

22 Bowel grasping forceps, fine atraumatic serrations, single 02


action jaws, fenestrated, both jaws opening, double action,
WL 300-350mm, with plastic handle without lock

23 Curved Scissors, curved left, both blades opening, 03


"Metzenbaum", WL 300-350mm with plastic handle
without lock, with HF monopolar pin

24 Hook scissors, rotating, single action jaws, one blade 03


opening, WL 300-350mm, with plastic handle without
lock, with HF monopolar pin

25 Grasping and dissecting forceps, 2x4 teeth, WL 300- 02


350mm, with plastic handle with lock, with HF monopolar
pin,

26 Grasping forceps “ALLIS”, fine, horizontal serrations, 02


WL 300-350mm, with plastic handle with lock, with HF
monopolar pin

27 Coagulating and dissecting electrode, L-shaped, insulated, 03


with connector pin for unipolar coagulation, WL length
350-300mm
102

28 Knot tier/ Pusher, for extra-corporeal knotting, WL 300- 02


350 mm

29 Fan laparoscopic liver retractor, 5 blades 02

30 Needle holder with straight jaws, WL 330 mm, with 03


straight handle

31 Needle holder with jaws curved to left, WL 300mm 03


approximately with straight handle

32 Self Righting needle holder with straight jaws, 5mm, WL 02


300 mm approximately.

33 Combination suction and irrigation cannula with stop 02


valves and lateral holes, working length 300-350 mm ( To
be supplied with set of autoclavable suction/ irrigation
tubes (02 in numbers)

34 Single clip applicator for Titanium clips for medium and 02


large clips, WL 340 mm.

35 Injection cannula and puncture cannula should have 02


diameter 5mm, with 3 mm connector, working length
should be 400 mm approx.

36 HF Monopolar. Connecting Cable 300 cm long 04

37 Bipolar HF connecting cable 04

11. Suction irrigation pump for laparoscopy (01)


a. Maximum irrigation output 2000 ml/ minute
b. Maximum pump pressure 400 mm of Hg
c. Suction pressure between 50-60 kpa
d. To be supplied with all the necessary cables and tubes.

12. High Definition Recording System (01)- (Optional equipment- To


be quoted as an accessory)
a. For recording of Full High Definition (1080p) videos & Images (lower
quality will not be acceptable).
b. Recorded videos and images may be transferable on DVDs or USB stick
c. Should have integrated audio recording
d. Multi-session and multi-patient network storage option should be
available.
103

e. Must be compatible for integration with PACS or HIS


f. Should have user friendly graphic interface
g. Should allow review, editing and deletion of recorded videos, images
and audio before the final storage
h. There should be a keyboard included with the system as an input device
for patient data It would be preferable to also have touch screen data
input facility also.
i. The recording capacity should be clearly mentioned with the bid.

N.B.

The rates of all the consumables/non-consumables and accessories should


be quoted separately for repurchase. The parts that are NOT covered in
warranty and CMC should also be quoted separately for repurchase.

Bidder will be required to demonstrate the quoted product along with all
accessories before the technical committee, failure to demonstrate on
schedule date and time will result in outright rejection of the bid.

1. IMPORTANT INSTRUCTIONS:

1. It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

2. All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

3. All information asked for must be provided in the compliance


statement under the heading given above. The vendors shall submit
point-wise compliance statement in regard to the specifications asked
for in the tender and should mention corresponding page numbers
matching with the technical details in the compliance statement and
the technical brochure – reciprocally.

4. The Technical Committee shall be free to relax the above specifications;


or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the
Technical Committee shall not be challengeable under any
administrative or legal process.

5. All the equipments/ accessories/ software offered against this tender


should have approval of the regulatory/ Standardization board of the
104

country of origin of the equipments for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment/spares etc.

6. Supplier must ensure the availability of ‘expertise service’ and


maintenance in Delhi/ NCR. Availability of spare parts and repair for the
next 10 years must be ensured.

7. Application Specialist should be available for on-site training and for


training of the medical and technical staff of the Institute as and when
required after supply.

8. Price of L1 shall be based on price bid of the main equipment (Scope


of supply – Parts 1 to 11), plus cost of CMC from 6th to 10th years.

2. SUPPLIER’S BACKGROUND:
3.1 The bid shall be submitted directly by the Principals or by a Distributor
who must be in the business of supply, installation and maintenance of
paediatric laparoscope sets from the same Principals for more than three
years continuously at the time of quoting this tender. The Principals
must have world-wide base of installations of such equipment including
at least two installations in reputed medical institutions in India with a
functional track record of over 2 years.

6.2 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

3. INSTALLATION:
1.1 Installation shall be free of cost and shall be the responsibility of the
supplier.
1.2 All accessories, as necessary for complete, smooth and breakdown-free
functioning of the entire system and shall be the responsibility of the
supplier.

4. SPARES :

4.1 The supplier shall commit in writing to maintain regular supply of essential
consumables, software upgradations and spares for smooth performance
of the equipment without any interruption on this account for next 10 years
at least.
105

4.2 The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after warranty and CMC
period must be attached/enclosed along with the sealed quotation failing
which their bids are liable to be rejected.

4.4 If any spares & accessories other than the price list attached/enclosed by the
firm are required for future repair it will be borne by the firm only.

4.4 The rates of these items (Consumables, Non-consumables and


Accessories) shall not increase till the next five years. However, if there
is a drop in the rates of any of these items, the benefits of the same shall
be passed to the Institute immediately by the supplier. An unambiguous
commitment in writing for the same shall be submitted by the Supplier
while submitting his bid against this tender.

5. AFTER SALE SERVICE:

5.1 The supplier shall provide complete on-site training to all the staff of the
department. A factory-trained service engineer well versed to handle and
maintain the equipment shall be available whenever needed.

5.4 The supplier shall give a commitment for 98% uptime of the equipment,
calculated on annual basis, with penalty equivalent to double the amount
of daily cost of the unit for each day’s delay’s in proper functioning of the
unit beyond 2% downtime per annum (calculated on the basis of the total
cost of the AT divided by the total life span of the equipment taken as
equivalent to 3000 working days), subject to minimum penalty of Rs. Two
thousand per day for the extra down time period of more than 7 days in
a given calendar year. That means a total 7 (seven) days of downtime shall
be permitted in a span of every 12 months, without invoking the penalty
clause.

6. WARRANTY/GUARANTEE:
6.1 After installation, the system should be guaranteed for a period of 5
years including all spares, accessories and any other part required for
faultless and uninterrupted functioning of the equipment from the date
of commissioning; any repair/ replacement will be done by the supplier
without any charges; same arrangement will continue during the CMC
period. Cost of annual CMC from 6th to 10th year must be quoted
separately. Annual CMC cost for 6th-10th year shall be included for price
comparison. Vendors not quoting CMC rates for 6th -10th year shall stand
rejected. There should be free, regular upgradation with newer technology,
as and when evolved during the entire period of warranty and CMC.
106

6.2 The Principals shall give an unqualified commitment that the maintenance
and guarantee of the equipment shall in no way be affected by any change
in its administrative or trade set up like change in the authorized agent or
any merger, transfer (in part or full), amalgamation or separation of the
company or any of its constituents etc. for that matter.
6.3 A list of installations existing in the country /abroad with ‘satisfactory
service certificate’ (from at least 2 medical institutions in India), should be
submitted to support the claim of a good performance of the equipment.

36. 60/SSPHPGTI/T
3/2016-17/PED Pediatric Uro-dynamic study/ ARM System
SURG/09
GENERAL SPECIFICATIONS:

6. Should be US FDA/ CE European approved product.


7. Product should have IEC safety standards where ever applicable,
whether listed in this document or not.
8. Power input to be 220-240V AC, 50 HZ fitted with Indian plug.
9. All the documentation including but not limited to user manuals, service
manuals etc. should to be provided in English only.

TECHNICAL SPECIFICATIONS AND SCOPE OF SUPPLY:

1. The system should have the facility to perform Uroflowmetry, Cystometry,


Pressure Flow Studies, EMG Studies & Anorectal Manometry.
3. System should be based on Modular concept and should have the facility to
be upgradable to Videometry, Biofeedback, Second wireless Uroflowmeter,
Second EMG Channel & Urethra Pressure Profilometry
4. Should have minimum 6 pressure channels and should be supplied with 2
extra Pressure Transducers with facility of software controlled transducer
calibration. It should be able to display upto 16 channels. Transducer should be
reusable with automatic zero facility and pressure range of (-40 to350cm) of
H2O.
5. Should have facility to attach two Uroflow transducer. Should be supplied
with One Weight Based Uroflow transducer with flow range of 0-50ml/sec,
Volume Range up to 1000ml. Must have auto record and auto zero facility for
uroflowmeter.
6. Should have facility to attach up to two EMG channel & should be supplied
with one EMG channel with high sampling rate, 2000 Hz or more
7. Should have infusion volume up to 1000ml and software based calibration
control.
8. Should have in built pump for infusion with filling rate of 5ml/min-140
ml/min with software controlled pump calibration with filling volume of 0-
1000ml.
107

9. Should be supplied with 4 Channel Anorectal Manometry with technique for


doing anorectal manometry.
10. Should be supplied with Leak Point Detector.
11. Should have ICS Nomogram, Purr & Schafer Nomograms & Pediatric
Nomogram
14. Should be supplied with Industrial PC windows 1 or Latest having 64 Bit
Core i5 or better processor, 2.8 GHz, 6 GB or more DDR 4 RAM, and DVD-
RW with Color Laser Printer.
15. Should be supplied 19 inch LED screen monitor for display..
17. Should have Facility to compare the waveforms with standard evaluations.
18. Should be supplied with commode chair for micturation studies with funnel.
19. Should be supplied with following-

a) Dual Lumen Catheter 7/8 Fr. for Cystometry - 25 Nos.


b) Dual Lumen Catheter 6 Fr for Cystometry - 25 Nos
c) Single/double Lumen Abdominal Rectal Balloon Catheter, 9/10 Fr. for
Cystometry - 15 Nos.
d) Pump Tubing - 25 Nos
e) Surface Electrodes for EMG - 25 Nos
f) Graduated Beaker - 10 Nos.
g) Transducer Cartridge with luer lock plug - 15 Nos
h) EMG Gel patches Electrodes - 50 Nos.
i) Reusable 4 channel Anorectal Manometry Catheter - 10 Nos

20. Should have US FDA / European CE approval.

N.B.

The rates of all the consumables/non-consumables and accessories should


be quoted separately for repurchase. The parts that are NOT covered in
warranty and CMC should also be quoted separately for repurchase.

Bidder will be required to demonstrate the quoted product along with all
accessories before the technical committee, failure to demonstrate on
schedule date and time will result in outright rejection of the bid.

1. IMPORTANT INSTRUCTIONS:

1. It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

2. All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.
108

3. All information asked for must be provided in the compliance


statement under the heading given above. The vendors shall submit
point-wise compliance statement in regard to the specifications asked
for in the tender and should mention corresponding page numbers
matching with the technical details in the compliance statement and
the technical brochure – reciprocally.

4. The Technical Committee shall be free to relax the above specifications;


or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the
Technical Committee shall not be challengeable under any
administrative or legal process.

5. All the equipments/ accessories/ software offered against this tender


should have approval of the regulatory/ Standardization board of the
country of origin of the equipments for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment/spares etc.

6. Supplier must ensure the availability of ‘expertise service’ and


maintenance in Delhi/ NCR. Availability of spare parts and repair for the
next 10 years must be ensured.

7. Application Specialist should be available for on-site training and for


training of the medical and technical staff of the Institute as and when
required after supply.

8. Price of L1 shall be based on price bid of the equipments, plus cost of


CMC from 6th to 10th years.

2. SUPPLIER’S BACKGROUND:
2.1 The bid shall be submitted directly by the Principals or by a Distributor
who must be in the business of supply, installation and maintenance of
paediatric urodynamic study systems from the same Principals for more
than three years continuously at the time of quoting this tender. The
Principals must have world-wide base of installations of such
equipment including at least two installations in reputed medical
institutions in India with a functional track record of over 2 years.
2.2 The Principals / Distributor must be having a clean track record of
performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
109

failing to meet commitments, any unfair trade practices or for failing to


meet statutory obligations etc. during the preceding five years.

3. INSTALLATION:

1.1 Installation shall be free of cost and shall be the responsibility of the
supplier.

1.2 All accessories, as necessary for complete, smooth and breakdown-free


functioning of the entire system and shall be the responsibility of the
supplier.

4. SPARES :

1.1 The supplier shall commit in writing to maintain regular supply of


essential consumables, software upgradations and spares for smooth
performance of the equipment without any interruption on this
account for next 10 years at least

1.2 The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after warranty and CMC
period must be attached/enclosed along with the sealed quotation failing
which their bids are liable to be rejected.

1.3 If any spares & accessories other than the price list attached/enclosed by
the firm are required for future repair it will be borne by the firm only.
1. 4 The rates of these items (Consumables, Non-consumables and
Accessories) shall not increase till the next five years. However, if there is a
drop in the rates of any of these items, the benefits of the same shall be
passed to the Institute immediately by the supplier. An unambiguous
commitment in writing for the same shall be submitted by the Supplier
while submitting his bid against this tender.

5. AFTER SALE SERVICE:

5.1 The supplier shall provide complete on-site training to all the staff of the
department. A factory-trained service engineer well versed to handle and
maintain the equipment shall be available whenever needed.

5.5 The supplier shall give a commitment for 98% uptime of the equipment,
calculated on annual basis, with penalty equivalent to double the amount
of daily cost of the unit for each day’s delay’s in proper functioning of the
unit beyond 2% downtime per annum (calculated on the basis of the total
cost of the AT divided by the total life span of the equipment taken as
equivalent to 3000 working days), subject to minimum penalty of Rs. One
110

thousand per day for the extra down time period of more than 7 days in
a given calendar year. That means a total 7 (seven) days of downtime shall
be permitted in a span of every 12 months, without invoking the penalty
clause.

6. WARRANTY/GUARANTEE:
6.1 After installation, the system should be guaranteed for a period of 5
years including all spares, accessories and any other part required for
faultless and uninterrupted functioning of the equipment from the date
of commissioning; any repair/ replacement will be done by the supplier
without any charges; same arrangement will continue during the CMC
period. Cost of annual CMC from 6th to 10th year must be quoted
separately. Annual CMC cost for 6th-10th year shall be included for price
comparison. Vendors not quoting CMC rates for 6th -10th year shall stand
rejected. There should be free, regular upgradation with newer technology,
as and when evolved during the entire period of warranty and CMC.
6.2 The Principals shall give an unqualified commitment that the maintenance
and guarantee of the equipment shall in no way be affected by any change
in its administrative or trade set up like change in the authorized agent or
any merger, transfer (in part or full), amalgamation or separation of the
company or any of its constituents etc. for that matter.
6.3 A list of installations existing in the country /abroad with ‘satisfactory
service certificate’ (from at least 2 medical institutions in India), should be
submitted to support the claim of a good performance of the equipment.

37. 61/SSPHPGTI/T MICROPLATE ELISA READER WITH WASHER & PRINTER


3/2016-17/
MICROBIOLO A. SPECIFICATIONS FOR ELISA READER:
GY /01

1. Should be a 8-Channel Microplate Reader.


2. Should be an Open System which allows to program & save minimum of
100 protocols with different Elisa protocols.
3. Instrument Should be able to read all types of micro well plates with
transparent bottom – flat, C-, U- and V- shaped.
4. Should be able to read end point and kinetic reactions.
5. Should have multiple levels of operator access for security..
6. Should be based on LED based technology for minimal maintenance
&long life of light source.
7. Operating temperature should be between 15 - 35°C.
8. Callibration- Metrological tool should be available with the service
provider to check the different aspects of reader as well as accreditation
requirements.
111

9. Photometric range should be between 0 to 4.000 OD.


10. Instrument should have a Spectral range between 400-750nm.
11. Instrument should have both single and dual wave length reading
option.
12. Should have minimum Resolution of 0.0001OD.
13. Should have atleast 5 -6 Standard filters –at least 405, 450, 492, 550 &
620nm .
14. Should have in built plate shaking with minimum of 3 speeds and
minimum upto 5 minutes.
15. Instrument should be able to read one 96 well micro plate with in 30
seconds for faster turnaround time .
16. Memory back up option should be available for data management.
17. Reading Accuracy , Linearity & Precision should be good, CV≤ 2% .
18. The ELISA reader should be European CE&US FDA and IVD Certified. The
software should have FDA clearance.
19. Instrument should have external compatible laser printer facility with
USB port based printers with one extra cartridge. (Printer must print OD
results in rows and columns, indicating the O.D. of each well and also
indicate the O.D. of blank wells).
20. Should be provided with compatible laptop/PC and software with
minimum programming steps and facility for data storage.
21. All accessories & electric fitting to be included.
22. Two compulsory visits/ year (every 06 months )for calibration and
checkup irrespective of complaints during the warranty period (Bidder
has to calibrate the equipment with NABL ,ISO I5189, 2012/ Equivalent
standards.) .
23. The system should be supplied with necessary prerequisites and start up
kits free of cost( with required callibrators, controls, wash buffer, sample
cups, tips or any other consumables) as per the requirement of the user.
24. Power supply should be 100-240V AC.

B. SPECIFICATIONS FOR ELISA WASHER:

1. Washer manifold should be 8 or 12 channel( both to be provided)


2. Pump used for aspiration and dispensing should be Vacuum Pump
3. Needle height should be adjustable for dispensing and aspiration
according to the size of the wells.
4. Minimum 50 or more nos of protocol should be programmable in
the system.
5. Strip mode & Plate Mode washing both should be present
6. Soak time should be programmable up to 9 sec in strip mode and up
to 5 minutes in plate mode.
112

7. Total no of cycles available for each method should be from 1- 9.


8. Should be able to adapt both U, flat or curved bottom plates
9. Dispensing volume should be 50- 3000 µl with 50 µl. increment
10. Accuracy should be high ≥90 %
11. High degree of Precision , CV <10%
12. One Waste Bottle should be along with vacuum bottle
13. Wash Bottle should be one
14. Rinse Bottle should be one
15. Automatic Priming should be done at the registered change of Buffer
16. Plate Carrier should be autoclavable
17. It should have the feature of omitting the strip.
18. Residual volume per well should be less than 6 µl.
19. Washer Should be EU CE/ US FDA and IVD approved

C. ACCESSORIES:( to be provided free of cost )

1. Microplate Shaker Incubator:


1) System should be able to accommodate 2-4 microplates at a time.
2) Temperature should be programmable from 30-40 ⁰C
3) The temperature accuracy should be < ± 1.0 ⁰C.
4) Should able to accommodate any type and manufacturer
microplate.
5) System should be EU CE & USFDA certified.

2. Calibration test plate with software (Multicheck plate)


3. Dust cover
4. Start up kits required:The Company must provide Reagents for 96
tests or more with expiry min 6 months for each of the following list
with all necessary Callibrators, Controls and other consumables free
of cost along with the Equipment : (HBs Ag- fourth generation, anti
HCV – fourth generation, Anti-HBc IgM , Anti-HBc Total, Anti HBs,
Anti-HBe , HBe Ag, anti HEV IgM, Measles Ig M, Measles Ig G, Tox
IgG, Tox IgM, Tox Avidity, Rubella IgG,Rubella IgM, Rubella Avidity,
CMV IgG, CMV IgM, HSV I- IgM, HSV I Ig G, HSV II-IgM, HSVII- IgG,
Dengue NS1 Ag, Dengue Mac IgM ELISA,Serum Total IgE, -
Quantiative, anti- ANA, anti- dsDNA, Entamoeba Histolytica Ig M)
5. Set of pipettesand tipsconsisting of :
a)single channel variable volume color pipettes 0.5-10 ul, 5-40 ul, 40-200
ul, 200-1000 ul.
b) 8 channel variable volume multi channel pipettes 5-50 ul and 50-300
ul
c)Pipette tips – 1000 nos. each.
Pipettes should be callibrated, offer easy in lab calibration, quick tip
113

ejection , click volume setting and high accuracy and precision.


6. Should be provided with electrical peripherals for smooth
functioning i.e. suitable online UPS(CE Certified ) for min 30 minute
backup .

14. STANDARDS , CERTIFICATION AND SAFETY:-


4. The reader should be European CE/US FDA and IVD Certified. The
software should preferably have FDA clearance.
5. Washer Should be EU CE/ US FDA and IVD approved.
6. Microplate Shaker Incubator should be EU CE / USFDA certified

15. DOCUMENTS REQUIRED:


1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

16. GENERAL SPECIFICATIONS:


1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
114

compressors, Computer, softwares, printers), 6 monthly callibration


and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

38. 62/SSPHPGTI/T AUTOMATED IMMUNOANALYSER


3/2016-17/
MICROBIOLO A. TECHNICAL SPECIFICATIONS
GY /02 1. The system should be automated analyser, bench top
model/floor model with facility for in built print out of results.
115

2. The System should be based on Chemilluminisence/ enzyme


linked fluorescence assay /or any other comparable technology.
3. There should be no manual intervention required after loading
of the samples.
4. System Must have the infectious disease panel(HBs Ag, anti
HCV, HIV, Anti-HBc, IgM , Anti-HBc, Total Anti-HBe , HBe Ag,
Tox IgG, IgM, Avidity , Rubella IgG, IgM, Avidity, CMV IgG/IgM,
sepsis markers, and regular routine immunoassay parameters.
5. The system should have facility of even performing single
tests.
6. Supplier must supply controls and calibrators free with every kit
( no additional cost)during warranty period and at the time of
installation
7. System must have long calibration frequency.
8. There should be minimal fluidics to minimise the frequency of
break downs..
9. The pack sizes should be small .
10. The system should be able to carry out minimum 15 tests/
samples at a time.
11. Technical support must be provided by principle organization
12. The system should be compatible with bidirectional LIS and LIS
connectivity software application support to be provided by the
Company if required.
13. Should have a USB Port and RS 232 port.
14. Preventive Maintenance including callibration every 6 monthly
during warranty period.
15. System must come with laser printer and a PC/ Laptop with
windows software
16. The system should be supplied with necessary prerequisites and
start up kits free of cost( with required callibrators, controls,
wash buffer, sample cups, tips or any other consumables) as per
the requirement of the user.
17. Throughput-60-100.

B. ACCESSORIES: ( to be provided free of cost )


4. Preventive Maintenaince kit should be provided by the Company
free of cost at the time of installation and during warranty period
as per requirement( every three monthly/ six monthly)
5. Controls and Callibrators should be provided by the Company free
of cost at the time of installation.
6. Start up kits required:The Company must provide Reagents for 100
tests with sufficient each of the following list with all necessary
Callibrators, Controls and other consumables : (HBs Ag, anti HCV,
116

Anti-HBc, IgM , Anti HBs , Anti-HBe , HBe Ag, anti HAV Ig M, Tox
IgG, IgM, Rubella IgG/IgM, CMV IgG/IgM, sepsis markers(Brahms-
Pro Calcitonin)
7. Should be provided with electrical peripherals for smooth
functioning i.e. suitable online UPS(CE Certified ) for min 30 minute
backup.
8. Dust cover

C. STANDARDS , CERTIFICATION AND SAFETY:

4. The equipment should be US FDA & EUCE certified. The certificate


must be enclosed

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
117

1. Warranty: 5 years comprehensive warranty. Warranty should


include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

39. 63/SSPHPGTI/T FULLY AUTOMATED ELISA PROCESSOR


118

3/2016-17/
MICROBIOLO A. TECHNICAL SPECIFICATIONS
GY /03
1. Fully Automated Robotic continuous access Modular Integrated
System with ELISA micro plate reader with built in incubator,
automated washer, and data analyses & management system.
2. System should be able to automate all the steps of any Elisa
protocol
3. Should have an open system for different makes and kits and have
a manual over ride facility
4. Should have Multi tasking facility (simultaneous functioning of
different processing steps)
5. System can have Single probe or Double probe for dispensing
sample/ Reagents.
6. Predilution facility should be present
7. Should have minimum capacity to load 100-120 samples at a time
8. Should have clot detection facility and technology for Sample
aspiration & dispense monitoring(which could be by multiple
methods)
9. Should have primary tube sampling facility.
10. Should use disposable tips for reagent dispensing & sample
dispensing
11. Should have minimum processing capacity of more than 3 micro
plates at a time
12. Should have facility for direct loading of kit reagent vials to the
system.
13. Should preferably have Automatic sample & Reagent bar-coding.
14. Should have Option for plate dilution ,Intip dilution& tube dilution
with a range upto1: 10000
15. Should have 8 Channel or 12 channel washer manifold.
16. Should have Individual robotic system for Dispensing reagents and
transportation of micro plates.
17. System should not take more than 20 minutes to complete the
sample pipetting for a single microplate.
18. The CV should be less than 5% for pipetting .
19. Should have bichromatic and monochromatic reading options.
20. Should have 6 -8 or more Filters installed .
21. The spectrophotometric range should be between 0 – 3.5 OD
22. System should have Bi-directional interface.
23. Start up time should not be more than 10 minutes.
24. User friendly software with option for manual intervention
25. Should have inbuilt quality control.
26. Compatible with fourth generation kits for Hepatitis B and C.
119

27. Instrument should have external compatible laser printer with USB
port based printers with one extra cartridge. (Printer must print OD
results in rows and columns, indicating the O.D. of each well and
also indicate the O.D. of blank wells)
28. The system should be supplied with necessary prerequisites and
start up kits free of cost( with required callibrators, controls, wash
buffer, sample cups, tips or any other consumables) as per the
requirement of the user.

B. ACCESSORIES: ( to be provided free of cost )


1. Should be provided with electrical peripherals for smooth
functioning i.e. suitable online UPS(CE Certified )for 30 minute
backup .
2. One1.5 tonne AC with 3 year warranty followed by 5 year CMC should
be provide with the system.
3. Start up kits required:The Company must provide Reagents for 96
tests or more with expiry min 6 months for each of the following list
with all necessary Callibrators, Controls and other consumables free
of cost along with the Equipment : (HBs Ag- fourth generation, anti
HCV – fourth generation, Anti-HBc IgM , Anti-HBc Total, Anti HBs,
Anti-HBe , HBe Ag, anti HAV IgM, Measles Ig M, Measles Ig G, Tox
IgG, Tox IgM, Tox Avidity, Rubella IgG,Rubella IgM, Rubella Avidity,
CMV IgG, CMV IgM, HSV I- IgM, HSV I Ig G, HSV II-IgM, HSVII- IgG,
Dengue NS1 Ag, Dengue Mac IgM ELISA, JE IgM ELISA, Chikungunya
Ig M,Serum Total IgE, -Quantiative, anti- ANA, anti- dsDNA,
Entamoeba Histolytica Ig M, Echinococcus Ig M)
4. Set of pipettes and tips consisting of :
a) single channel variable volume color pipettes 0.5-10 ul, 5-40 ul, 40-
200 ul, 200-1000 ul,with tips – 1000 nos. each
Pipettes should be callibrated, offer easy in lab calibration, quick tip
ejection , click volume setting and high accuracy and precision

C. STANDARDS , CERTIFICATION AND SAFETY:

1. Should be EU CE/ usFDA approved

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
120

4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
121

7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

40. 64/SSPHPGTI/T AUTOMATED BLOOD AND STERILE BODY FLUID CULTURE


3/2016-17/ SYSTEM
MICROBIOLO
GY /04 A. TECHNICAL SPECIFICATIONS
1. Fully automated upgradable, walk-away, continuous monitoring
and random access modular system.
2. Capable of culture of blood and sterile body fluids for bacteria(
aerobic and anaerobic), yeast and fastidious organisms..
3. Ability to take patient I.D. by barcode.
4. Sample capacity 200 samples or more.
5. Should include pediatric and adult samples and have separate
media for pediatric samples and anaerobic culture.
6. Media in bottles should have agents for neutralization of
antibiotics.
7. Analyze each sample separately as per ID, time of entry, incubation
period, growth etc.
8. Every cell (bottle. position) should have its own optics and
detection device.
9. Should have built in calibration check .
10. High sensitivity and specificity with continuous monitoring of all
samples.
122

11. System should be capable of bi-directional interfacing with LIS/HIS


(Laboratory/Hospital Information System)
12. Reporting can be customized and scheduled to print at a pre-
determined time.
13. System should have the facility to analyze delayed specimens with
the routine bottles.
14. System should include data management system and software to
analyze and store the data.
15. The unit shall be capable of being stored continuously in ambient
temperature and relative humidity of 15-90%.
16. Should be provided with adequate compatible touch panel
computer system with latest original softwares and antivirus with
laser printer for data storage and analysis .
17. Power input to be 220-240VAC, 50Hz fitted with Indian plug,

B. ACCESSORIES: ( to be provided free of cost )


1. System should be provided along with 1000 bottles for adult
samples(aerobic including fungal culture & anaerobic each) and
1000 for pediatric samples free of cost.
2. Should be provided with electrical peripherals for smooth
functioning i.e. suitable online UPS(CE Certified ) for min 60 minute
backup.
3. One1.5 tonne AC, with 3 year warranty followed by 5 year CMC for
next 5 years should be provide with the system.
4. Dust cover

C. STANDARDS , CERTIFICATION AND SAFETY:


3. Should be US FDA / European CE approved.

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
123

7. Complete circuit diagram of the Equipment( wherever applicable)


8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
124

11. There should be provision for demonstration before final approval


of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

41. 65/SSPHPGTI/T HIGH RESOLUTION BINOCULAR MICROSCOPE WITH


3/2016-17/ DIGITAL IMAGE ANALYSIS SYSTEM
MICROBIOLO
GY /05 QUANTITY:MICROSCOPE: 6 NOS, CAMERA: 3 NOS. LAPTOP:3
NOS

A. TECHNICAL SPECIFICATIONS:
MICROSCOPE: QTY 6 Nos.

1. Microscope body / Optical system:Upright Microscope with Infinity


corrected Optical system capable to upgrade with fluorescent
attachment. -
2. Magnification range : 40X-1000X
3. Nosepiece: Quadriple revolving mechanism in-ward adjusted with
multiple ball bearings.
4. Coarse and fine focusing: Coaxial Coarse/Fine focusing with cross
roller guide incorporated fine motion
5. Stage:Rectangular mechanical stage with anti corrosive coating
(long life), Scratch proof stage with two slide holder. The X-Y control
on right hand side and specimen holder with spring clips on the left
side. Protective mechanisms for smooth operation. Refocusing
Mechanisms or equivalent to reduce mechanical depreciation.
6. Eyepiece tube: Trinocular tube with interpupillary distance approx.
47-70mm, adjustable by Co-axial movement with eye-piece and
stage micrometer
7. Anti mould agent: The system should be anti fungus treated
8. Condenser: Swing out/abbe condenser for all application
9. Eyepiece:10X eye pieces with at least 20mm F.O.V and diopter
adjustment facility on both eyes.
10. Objectives: Long working distance Achromat objectives at least:-
1) Achromat 4x N.A. 0.10, or better,
125

2) Achromat 10x N.A. 0.25, or better,


3) Achromat 40x, N.A. 0.65 or better
4) Achromat 100x oil, N.A. 1.25, (spring loaded)
11. Illumination: High illumination white light LED illumination with
minimum 60,000 hrs. Lamp life having fly eye optics or similar for-
uniform illumination for Bright filed, Phase contrast, simple
polarizing observation.
12. Upgradation:System should have capability to upgrade to
mercury/metal halide/ LED 2 channel fluorescence, Phase contrast,
Dark-field, Polarizing technique, teaching heads.
13. Spares: (should quote as Spare in main quote, free of cost )
1) Objective Achromat 10x N.A. 0.25, or better
2) Objective Achromat 40x, N.A. 0.65, or better,
3) Objective Achromat 100x oil, N.A. 1.25, (spring loaded)
4) Objective Achromat 20x, N.A 0.40, or better
5) Micrometer Eye piece
6) Eye Piece with Pointer
7) Micrometer Stage
8) “C” mount for camera attachment in future.
9) “F Mount”
10) LED Lamp/halogen- Qty : 2 No spare

B. TECHNICAL SPECIFICATIONS:
DIGITAL IMAGE ANALYSIS SYSTEM- 3 NOS.

1. Camera- Qty: 3 No
i. Digital Color CCD camera of 5 million pixel resolution, 2/3” CCD chip, 12-
14 bit digital out-put, 7-10 FPS live display, 2x2 & 4x4 binning feature,
along with suitable C-mount adapter. Microscope, camera and software
should be from same manufacturer.

2. LAPTOP- Qty: 3 No
i. Branded Laptop with Intel -5 processor, at least 4 GB RAM, 1 TB
HDD, DVD writer, optical Keyboard, mouse, min 15”Monitor with
CD Drive, USB [Link] latest Windows OS Software (All required
cable and accessories should be provided)

C. ACCESSORIES: ( to be provided free of cost )


i. A Dust Cover
ii. A Box to store the Microscope and Spares
iii. A lens wiping cloth/ paper
iv. Lens wiping solution- 5 vials
126

v. Research Grade Oil for Oil Immersion – 5 Units

D. STANDARDS , CERTIFICATION AND SAFETY:


i. Should be US FDA / European CE approved.
ii. Should be ISO Certified

E. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

F. GENERAL SPECIFICATIONS:
1. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
2. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
3. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
127

4. All Software upgradation to be provided free of cost during warranty


and CMC period.
5. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
6. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
7. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
8. All consumables required for installation and standardization of
system and start up kits to be given free of cost
9. Assured supply of spares and consumables for 10 years at least .
10. There should be provision for demonstration before final approval
of equipment
11. The Company Should Be Able To Provide Validation With Test
Certificates At Site
12. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
13. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

42. 66/SSPHPGTI/T FLUORESCENCE MICROSCOPE WITH DIGITAL IMAGE


3/2016-17/ ANALYSIS SYSTEM
MICROBIOLO
GY /06 A. TECHNICAL SPECIFICATIONS:

1. Microscope body / Optical system:Upright Microscope with


Infinity corrected Optical system capable to upgrade with
fluorescent attachment.
2. Magnification range : 40X-1000X
3. Nosepiece: Quadruple revolving mechanism in-ward adjusted with
multiple ball bearings.
4. Coarse and fine focusing: Coaxial Coarse/Fine focusing with cross
roller guide incorporated fine motion
5. Stage: Rectangular mechanical stage with anti corrosive coating
(long life), Scratch proof stage with two slide holder. The X-Y
control on right hand side and specimen holder with spring clips on
the left side. Protective mechanisms for smooth operation.
Refocusing Mechanisms or equivalent to reduce mechanical
depreciation.
128

6. Eyepiece tube: Trinocular tube with interpupillary distance approx.


47-70mm, adjustable by Co-axial movement with eye-piece and
stage micrometer
7. Anti mould agent: The system should be anti fungus treated
8. Condenser: Universal condenser for all applications
9. Eyepiece: 10X eye pieces with at least 20mm F.O.V and diopter
adjustment facility on both eyes.
10. Objectives: Long working distance Achromat objectives at least:-
[Link] 10x
BF, PH
2. PLAN FLUOR 20X/ SEMI APO/ NEO FLOUR NA 0.50
BF, FL, PH
3. PLAN FLUOR 40X / SEMI APO/ NEO FLOUR NA 0.75
BF, FL
4. PLAN FLUOR 100X OIL/ SEMI APO/ NEO FLOUR NA 1.30
BF, FL
All Objectives should have Magnification, NA, WD and Class printed on
them
11. Illumination: High illumination white light LED illumination with
minimum 20,000 hrs. Lamp life having fly eye optics or similar for-
uniform illumination for Bright filed, Phase contrast, simple
polarizing observation12
12. Fluorescence attachment: Fluorescent attachment of LED
illumination, manually switchable two channel filter cube,
wavelength of 470 nm and 525 nm, with intensity control remote,
alignment free, easy ON/OFF control button, LED lights source of
over 5000 hours or more life time.
13. CAMERA: Digital Color CCD camera of 5 million pixel resolution,
2/3” CCD chip, 12-14 bit digital out-put, 7-10 FPS live display, 2x2 &
4x4 binning feature, along with suitable C-mount adapter.
Microscope, camera and software should be from same
manufacturer.
14. Software: Image Analysis Software (Licensed): The software should
have the following features:- Basic Image acquisition, movie
recording, Time-lapse, FL imaging, Intensity measurements, manual
counting, line profile, spatial measurements such as length, width,
area, perimeter, etc. and should be same make of microscope and
camera.
15. Computer: Branded compatible computer/ Laptop processor
Intel 5, 4GB, RAM, 500GB HDD, Win 7 Prof. OS, Key board,
mouse&compatible UPS.
129

16. Up gradation: System should have capability to upgrade in Phase


contrast, Dark-field, Polarizing technique, teaching heads, as
required.
17. Spares: (should quote as Spare in main quote, free of cost )
1) Objective Achromat 20x, BF,PH.
2) ObjectiveAchromat 4x N.A. 0.10, or better,
3) Objective Achromat 40x, for BF,PH
4) Objective Achromat 100x oil, N.A. 1.25, (spring loaded)
5) Micrometer Eye piece
6) Eye Piece with Pointer
7) Micrometer Stage
8) “C” mount for camera attachment in future.
9) “F Mount”
10) LED Lamp- Qty : 1 No spare

B. ACCESSORIES: ( to be provided free of cost )


1) Should be provided with electrical peripherals for smooth
functioning i.e. suitable online UPS(CE Certified ) for min 30 minute
backup .
2) A Dust Cover
3) A Box to store the Microscope and Spares.
4) A lens wiping cloth/ Lens cleaning Paper.
5) Lens wiping solution- 5 vials.
6) Research Grade Oil for Oil Immersion – 5 Units

C. STANDARDS , CERTIFICATION AND SAFETY:


i. Should be US FDA / European CE approved.
ii. Should be ISO Certified

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
130

7. Complete circuit diagram of the Equipment( wherever applicable)


8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
131

11. There should be provision for demonstration before final approval


of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

43. 67/SSPHPGTI/T TRINOCULAR RESEARCH MICROSCOPE FOR BRIGHT FIELD,


3/2016-17/ PHASE CONTRAST AND FLUORESCENCE WITH DIGITAL
MICROBIOLO IMAGE ANALYSIS SYSTEM
GY /07
A. TECHNICAL SPECIFICATIONS:
1. MICROSCOPE BODY: UPRIGHT MICROSCOPE WITH
UNIFORM ILLUMINATION THROUGH OUT THE FIELD OF
VIEW INCL. PERIPHERY (BUILT-IN FLY-EYE LENS OR
SIMILAR TECHNOLOGY). IT SHOULD HAVE minimum 3 BUILT-
IN Neutral Density FILTERS (NCB11, ND8, and ND32).
2. MAGNIFICATION: 20X-1000X FOR OBSERVATION
3. OPTICAL SYSTEM: INFINITY CORRECTED OPTICAL SYSTEM
4. EYEPIECE TUBE: TRINOCULAR TUBE WITH THREE WAY
LIGHT DISTRIBUTION (EYEPIECE: CAMERA PORT:
100:0/20:80/50:50/0:100). SHOULD BE INCLINED AT 30 – 45
DEGREE ANGLE WITH F.O.V. 22MM or More, SHOULD BE ANTI-
FUNGUS TYPE.

5. EYEPIECE LENS 10X (2PCS) WITH BOTH SIDES DIOPTER


ADJUSTMENT (F.O.V. 22MM or more) SHOULD BE ANTI
FUNGUS TYPE.

6. OBJECTIVE: HIGH PERFORMANCE ABERRATION FREE


COLOR CORRECTED INFINITY OBJECTIVES

OBJECTIVE N.A(appxt)
Application

PLAN FLUOR 4X / SEMI APO/ NEO FLOUR 0.13 BF


PLAN FLUOR 10X/ SEMI APO/ NEO FLOUR 0.30 BF,
FL, PH
PLAN FLUOR 20X/ SEMI APO/ NEO FLOUR 0.50 BF,
FL, PH
132

PLAN FLUOR 40X / SEMI APO/ NEO FLOUR 0.75 BF,


FL
PLAN ACHROMAT 40X 0.65 BF, PH
PLAN FLUOR 100X OIL/ SEMI APO/ NEO FLOUR 1.30 BF, FL
PLAN ACHROMAT 100X 1.25 BF, PH

7. NOSE PIECE: INWARD SEPTUPLE REVOLVING NOSEPIECE


TO ACCOMMODATE SEVEN OBJECTIVES AT A TIME

8. COARSE/FINE FOCUSING : BUILT-IN CO-AXIAL COARSE


AND FINE FOCUSING WITH ADJUSTABLE TORQUE MOTION
CONTROL.

9. STAGE : SCRATCH PROOF SURFACE, , STAGE HANDLE


HEIGHT & TENSION SHOULD BE ADJUSTABLE.
RECTANGULAR SURFACE STAGE, USING LOW POSITIONED
COAXIAL X AND Y MOTION CONTROL ON RIGHTHAND SIDE
WITH CAPACITY TO HOLD TWO SLIDE GLASS AT A TIME.

10. CONDENSER: UNIVERSAL TURRET CONDENSER WITH SIX


POSITION FOR ALL APPLICATION.

11. ILLUMINATION : 12V-100W HALOGEN LAMP PRECENTERED


AND PREFOCUSED.
LAMPHOUSE SHOULD BE CORDLESS WITH WORLD WIDE
VOLTAGE (100-240V) (SHOULD PROVIDE FIVE SPARE BULB).

12. PHOTO SWITCH :BUILT- IN AUTO PHOTO PRESET SWITCH


WITH REQUIRED ACCESSORIES TO CAPTURE IMAGE MORE
COMFORTABLY AS PER USER CHOICE.

13. FLUORESCENCE ATTACHMENT:

Fluorescent attachment of LED illumination, manually switchable with four


cube, wavelength for DAPI, FITC, TRITC with step wise LED intensity
control with remote control , alignment free, easy ON/OFF control button,
LED lights source of over 10,000 hours life time,

14. SCIENTIFIC GRADE DIGITAL CAMERA SYSTEM: 1 No.

15. CAMERA: Digital scientific grade monochrome camera with high


resolution, high sensitivity with live display facility: Digital CMOS /
CCD Camera system having high resolution scientific CMOS / CCD
camera of Chip size should-be (36X23mm) / 2/3”, resolution of at-least
15 MP or more, 25-40 frame per second live display, quantum
133

efficiency more than 70%, sensitivity ISO 800 or more, Live cell
imaging. Microscope, camera and software should be from same
manufacturer.
16. Software should be with following features: (LICENSED software)
1) Acquisition and device control up to four-dimensional acquisition.
2) Image Acquisition, image enhancement, contrast adjustment,
3) AVI live-stream capture, Objective calibration,
4) Measurement: Morphology, length, area, automatic counting,
annotation,
5) Capturing data saving, histogram, intensity profiling,
6) Multichannel image display and capturing,
7) Fluorescence channel merging and un-mixing,
8) Report Generator facility,
Microscope, camera and software should be from same manufacturer for
better compatibility.

17. Data Processing Unit:

Branded Computer Intel i5 processors with 4 GB RAM at least 1TB HDD,


1GB Graphics card, Win 7 Prof OS, Antivirus, DVD writer, 22” TFT monitor
with key board and mouse and UPS.
Note:

1)The Microscope, Camera, Image analysis software and all accessory


should be of same make and manufacturer for future upgradability and
flexibility. This is a very essential terms to be followed.

2)Microscope should have compatibility and upgradability with DIC,


Polarizing and additional TEN head in future. This is a very essential terms
to be followed.

18. Spares: (should quote as Spare in main quote, free of cost )


a) PLAN ACHROMAT 2X 0.06 7.50 MM
b) PLAN FLUOR 40X / SEMI APO/ NEO FLOUR 0.75
BF, FL
c) PLAN FLUOR 100X OIL/ SEMI APO/ NEO FLOUR 1.30
BF, FL

B. ACCESSORIES: ( to be provided free of cost )


i. Should be provided with electrical peripherals for smooth
functioning i.e. suitable online UPS(CE Certified ) for min 30 minute
backup .
ii. A Dust Cover
134

iii. A Box to store the Microscope and Spares


iv. A lens wiping cloth/ paper
v. Lens wiping solution- 5 vials
vi. Research Grade Oil for Oil Immersion – 5 Units

C. STANDARDS , CERTIFICATION AND SAFETY:


i. Should be US FDA / European CE approved.
ii. Should be ISO Certified

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
135

and labour from date of completed satisfactory installation .No


spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

44. 68/SSPHPGTI/T AUTOMATED MICROBIAL IDENTIFICATION & ANTIBIOTIC


3/2016-17/ SUSCEPTIBILITY SYSTEM
MICROBIOLO
GY /08 A. TECHNICAL SPECIFICATIONS:
136

1. Technology: System must work on colorimetric/fluorescence


technology for identification and susceptibility testing
2. Analyticalparameters Identification up to species level Direct
growth based (up to MIC level)
3. Panelcapacity: The system must have the capacity to
accommodate 30 tests or more (either 30 ID and/or AST
tests), at any time.
4. Bar Code: The system must have a bar code scanning device
for test card identification and specimen number entry
5. Type of Panels: Itshould have
differentpanels(ID&ASTseparatelydependingon theuserto
save cost)
6. Panelsfor: The system must have Panels for
Identification of Gram negative, Gram positive, Neisseria,
Haemophilus & Bacillus sp., Anaerobic, Corynebacterium &
Yeasts
7. The system must have antibiotic susceptibility testing cards
for Gram negative, Gram positive and Yeast.
8. Database: It should have a database of atleast 2000
reference phenotypes
9. Testing base: Should be on disposable sealed bar coded card
(ready to use) with pre filled reagents with pre inserted
transfer tube for easy automatic transfer of inoculums.
10. Sample dispensing: Systemshould notrequire
anymanualdispensingofInoculumto avoid human error, it
should be done automatically
11. Additional reagents:The system must have no additional
reagent costs. If additional reagent costs are required please
supply details including cost and preparation time.
12. Analyticalparameters The system should provide highest
discrimination between species & True MIC Values
13. Incubator: Onboard incubation chamber
14. Software: The system Software must have the following
capabilities
15. Workflow management, Data storage, Test quality control
management.
i. Test result validation capability and ability to detect antibiotic
resistant bacteria.
ii. The ability to check the quality of test results and stop for validation
by Microbiologists
iii. The ability to alert to any unusual resistance mechanism
iv. Should facilitate monitoringofallthe functions ofa Microbiologylab
andinfectioncontrolprocedure (HAI)
137

v. Comprehensive antibioticscopeincluding thelatestdrugs,


compliments formularyneeds
vi. Should have facilitytodesign userdefined alerts and optionfor
designingdrugsuppressionrulesas perhospitalinternalinfection
controlpolicy (Antibiotic policy)

16. Computer: Should be provided with adequate compatible


touch panel computer system with latest original softwares
and antivirus for data storage and analysis
17. Printer:External laser printer for direct report print outs with
an extra cartridge
18. Testing time: Ideally be on the same day (between 3 -10 hrs),
19. Performance: The Supplier must state performance of
Identification Cards
20. Result(TAT): The Supplier must state the mean time to result
for all ID and AST Results

B. ACCESSORIES: ( to be provided free of cost )


1. Should be provided with electrical peripherals for smooth
functioning i.e. suitable online UPS(CE Certified ) for min 60
minute backup .
2. One1.5 tonne AC ( Hot and Cold),with 3 year warranty
followed by 5 year CMC for next 5 years should be provide
with the system.
3. Standards for callibration
4. Start up kits : ID and AST Cards for all Panels ( 100 each)
5. Dilution Buffer-for preparing innoculum
6. Pipettes for preparing innoculum
C. STANDARDS , CERTIFICATION AND SAFETY:
i. The system should be US FDA/ Eu CE& ISO certified

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
138

6. Original documentary proof of the date and place of manufacturing of


supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:

1. Warranty: 5 years comprehensive warranty. Warranty should


include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
139

8. The vendor supplying the instrument should have own service


support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

45. 69/SSPHPGTI/T AUTOMATED MYCOBACTERIAL CULTURE AND


3/2016-17/ SENSITIVITY ( 1st Line and 2nd Line DST)SYSTEM:
MICROBIOLO TECHNICAL SPECIFICATIONS:
GY /09
1. System should be capable to perform rapid culture, differentiation
and sensitivity testing for Mycobacterium tuberculosis.
2. System working principle should be based on non-invasive sensitive
fluorescent technology.
3. System should be capable to perform tests to differentiate typical
and atypical mycobacterium within 3-4 days time.
4. System should have continuous incubation, monitoring and
detection facility with specific algorithm for analyze slow growth
patterns of Mycobacterium.
5. System should be able to process minimum 15 fresh samples per day
with standard international protocol.
6. System should have more than 900 sample positions with compact
space-saving design with User-friendly operation keys.
7. System should be able to process both respiratory & non-respiratory
samples.
8. System should have continuous online automatic quality control
check coupled with BARCODE Scanner.
9. System should not have any sharps at the time of sample inoculation
to avoid any needle stick injury to user.
10. Both First Line Drug Kit/ Media and its protocol should be FDA
cleared and approved.
140

11. System should have a validated protocol to perform 1st Line Drug
Sensitivity Testing
12. System should be able to perform second drug sensitivity testing and
should have a validated protocol to perform 2nd Line Drug
Sensitivity Testing
13. System should have its own validated kit for rapid differentiation
between MTB and MOTT within 15 minutes
14. System should be supplied along with ready to use lyophilized drug
vials for the entire first line drug sensitivity testing- S,l,R,E and
second line drugs with cetiificate of analysis from manufacturing
units of drugs.
15. System should be capable of automatic report generation for the
interpretation of Drug Sensitivity testing results.
16. System should be supplemented with Ready Made Pyrazinamide
Drug media for standardized result.
17. Company should have its own factory certified drug kit for 1st Line
Drug Sensitivity Testing for 5 drugs along with Pyrazinamide Drug
Media
18. System should be able to generate the interpretation of I st line
drug susceptibility testing automatically with no need of manual
interpretation.
19. System should have the additive reagents to make isolation media
selective and enriched for better isolation.
20. Should have provision of future software up-gradation through
Floppy Drive.
21. System should be supplied along with on line UPS with 30 minutes
back-up
22. System should be supplied with high end database management
system which can integrated to Hospital/ Lab information system for
bi-directional information flow for patient data and information on
drug sensitivity patterns with following features-
i. Work-station
ii. Detailed Patient Data Incorporation
iii. Specimen Demographics
iv. Centralized Order Management for Microbiology testing
v. Improved workflow
vi. Multiple Platform Connectivity
vii. Detailed Data Review-Patient, Specimen, Test & Isolate levels
viii. Unlimited Microbiology Data Storage Capacity
ix. Incorporation of Patient Therapies
x. Full Transaction Logging
xi. Direct On-line Technical Support
141

23. Should have provision for future up gradation of software


24. System should be supplied along with computer for data storage.
25. System should be provided with printer and its cartridges to be
provided for 5 years and should be maintained by the company.

A. ACCESSORIES: ( to be provided free of cost )


i. Should be provided with electrical peripherals for smooth
functioning i.e. suitable online UPS(CE Certified ) for min 60 minute
backup .
ii. One1.5 tonne AC ( Hot and Cold),with 3 year warranty followed by 5
year CMC for next 5 years should be provide with the system.
iii. Standards for callibration
iv. Start up kits : Should provide with 1000 Culture Isolation and 200
DSTsets ( First Line ) and 50 DST Sets ( 2nd Line) 200 MPT64 Ag kits
with the system.
v. Dilution Buffer-for preparing innoculum
vi. Pipettes for preparing innoculum

B. STANDARDS , CERTIFICATION AND SAFETY:


i. System should be approved by Central TB Division

C. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
142

10. Compliance report Performa:compliance statement vis-à-vis


specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

D. GENERAL SPECIFICATIONS:

1. Warranty: 5 years comprehensive warranty. Warranty should


include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
143

support services till familiarity with the system should be provided


at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

46. 70/SSPHPGTI/T GENEXPERT SYSTEM


3/2016-17/
MICROBIOLO A. TECHNICAL SPECIFICATIONS:
GY /10
1. The System should be based on Automated Real Time PCR Technology
including automated extraction and able to do Rapid on-demand
Molecular tests such as MTB, Rifampicin Resistance, HIV, HPV, EV,
BCR/ABL, Flu etc.
2. The System should be based on the Single Cartridge use.
3. The System should have the cartridges for the Quantitative detection
of HIV Viral Load, HPV beside other markers.
4. The System should also have the cartridges which can do TB detection
from Pulmonary as well as Extra Pulmonary Samples along with
Rifampicin Sensitivity/ Resistance.
5. The System should be controlled through stand-alone laptop or
Desktop PC
6. The System should have at-least 4 Active Modules which are
independently used and controlled for any test cartridge.
7. The System should offer up to 5 to 6 Optical Channels
8. Each Active Module should have Solid State heater and forced air
cooling
9. The System should have the endorsement of WHO.
10. The system should include built-in (quality) control for all test steps.
11. The System should be able to performed on-demand and random
access
12. The system should be easily connected to LIS/HIS if required
13. The System should require no special (PCR) environment to operate
effectively
14. System should be supplied with single-use disposable cartridges of
Polypropylene construction for detection of MTB and resistance to
rifampicin
15. System should be supplied with a suitable Computer/ laptop for
operation with latest original softwares and antivirus, with printer for
data storage and analysis
16. All the participating firms should quote the price of all required spares
and consumables for upkeep & smooth functioning of the equipment
144

for a period of 5 years. In case of non compliance, the firm has to


replace the spares free of cost till the warranty period.
17. All Software and Hardware upgradation to be provided free of cost for
5 years.

B. ACCESSORIES: ( to be provided free of cost )


1. For Start Up: 200 Cartridges for detection of MTB and Rifampicin
resistance , 50 cartridges for Flu
2. Should be provided with electrical peripherals for smooth
functioning i.e. suitable online UPS(CE Certified ) for min 30 minute
backup .
3. One1.5 tonne AC with 3 year warranty followed by 5 year CMC for
next 5 years should be provide with the system.

C. STANDARDS , CERTIFICATION AND SAFETY:


1. The company should be ISO 13485 certified.
2. The System should have the endorsement of WHO.

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment (wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
145

clearly mentioning the page/ paragraph/ line number of original


catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
146

14. If the Company manufacturing the Equipment is aquired by another


Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

47. 71/SSPHPGTI/T REFRIGERATED CENTRIFUGE


3/2016-17/
MICROBIOLO A. TECHNICAL SPECIFICATIONS:
GY /11 1. Table top refrigerated centrifuge for medium to high volume
applications.
2. Cooling capacity at maximum speed at +4°C
3. Fast Cooling, Precooling, and preferably standby cooling option
4. Induction motor, brushless drive
5. Rotors preferably should be made of autoclavable Metallic rotor.
6. Rotor with swing out buckets, at least 4 positions
7. The buckets and rotor sealing lids ( aerosol tight rotors)must be
certified for bio-containment by a 3rd party lab of worldwide
recognition.
8. Inserts for buckets adapted to 50 ml centrifuge tubes, conical
9. Rotor speed: revolutions per minute (RPM)4500 or more
10. Relative centrifugal force (RCF) 3000 g force or more
11. Noise level at maximum speed should be up to 65 dB(A)or lower
12. Programmable for all parameters (switchable between RCF/RCF) of
a run, large display
13. Soft start and different acceleration levels (1-9), different braking
levels (1-9) and brake force cut off
14. > 90 program storage positions
15. LCD for indication of run time, speed (rpm) or rcf switchable, actual
temperature, time left to finish run
16. Imbalance switch-off/ detection system
17. Motor overheating & chamber overheating protection provision
18. Automatic rotor recognition for appropriate over speed protection
19. Supply voltage:220-240 Volts 50 Hz single phase fitted with Indian
Plug
20. Instrument should be supplied with following rotors: Swing
bucket Rotor 4x250ml (with Min. RPM 4000 & RCF 3,200xg) with
suitable adaptors for 1.5/2ml( holds min 100 tubes or more),
15ml(holds 32 tubes or more ) / 50 ml falcon(holds16 tubes or
more),2.6-8ml vacutainers(holds 56 tubes or more),5ml tubes(holds
32 tubes or more ) as well as 250ml tubes(holds 4 tubes or more).

B. ACCESSORIES: ( to be provided free of cost )


1) Should be provided with electrical peripherals for smooth
functioning i.e. suitable Servo Stablizer .
147

C. STANDARDS , CERTIFICATION AND SAFETY:


1. Instrument must be ISO / equivalent Certified
2. European CE/ US FDA and IVD Certified (Certificates should be
attached along with the Technical bid)
3. Aerosol tight rotors must be certified for bio-containment by a 3rd party
lab ( NABL compliant)

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
148

2. Two compulsory visits/ year (every 06 months )for calibrationand


checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC should be
transferred and complied to by the new Company.
48. 72/SSPHPGTI/T REFRIGERATED MICROCENTRIFUGE
3/2016-17/
MICROBIOLO A. TECHNICAL SPECIFICATIONS:
GY /12
1. Should be a compact versatile refrigerated microcentrifuge
2. Maximum RCF of. 25,000 xg or more
3. Maximum Speed of 16,000 RPM or more with brushless motor
4. Should be supplied with biocontaintment approved (aerosol tight)
fixed angle metallic rotor. Aerosol tightness of rotor should be
certified by a third party agency.(NABL compliant)
5. Should be provided with Rotor capacity 24x1.5ml/2ml or more
149

6. Easy to operate one click opening and closing of rotor lid.


7. Large LED display for Time, Speed and Temperature
8. Max Noise Level: 50 – 60 dBA
9. It should be possible to perform gentle acceleration and deceleration
using dedicated key
10. Temperature range should be from -10°C to 40°C
11. Time set range 1 to 99 min, 1 min increments
12. Should be possible to toggle between RPM and RCF.
13. Induction maintenance free motor
14. Should have the flexibility to accommodate rotors for different
formats of tubes starting from 0.2ml PCR tubes up to spin column
tubes
15. It should be possible to operate the centrifuge at set rpm, for short
spin protocols
16. Supply voltage:220-240 Volts 50 Hz single phase fitted with Indian
Plug

B. ACCESSORIES: (to be provided free of cost )


1. Adaptorsfor 0.5 ml tubes
2. Adaptors for 0.2 ml tubes
3. PCR strip Rotor for 0.2ml (6X8 PCR strips )
4. Kit Rotor for spin coloumns 1.5/ 2 ml
5. Should be provided with electrical peripherals for smooth
functioning i.e. suitable Servo Stablizer

C. STANDARDS , CERTIFICATION AND SAFETY:


1. Should confirm to European CE/ US FDA and IVD standards
2. Aerosol tightness of rotor should be certified by a third party
agency.

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
150

6. Original documentary proof of the date and place of manufacturing of


supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
151

9. All consumables required for installation and standardization of


system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

49. 73/SSPHPGTI/T INCUBATOR SHAKER


3/2016-17/
MICROBIOLO A. TECHNICAL SPECIFICATIONS:
GY /13 1. Bench top microprocessor controlled Refrigerated Incubator Shaker with
temperature control range from 15°C below ambient to 60°C, control
accuracy ±0.1°C.
2. Shaking speed from at least 50 – 400 rpm or more with control accuracy
of ±2 rpm in a 0.75” to 1” circular orbit.
3. It should have acceleration/deceleration circuit to prevent sudden
starts/stops to eliminate flask closure wetting .
4. It should have timer of 0.1 to 99.9 Hrs or 0.1 minute to 999 minutes.
5. It should have large easy to read display screen clearly indicates speed,
running time, alarm condition and temperature. Display should be
clearly visible from all angles across the room, and in the dark.
6. It should have at least a Uni Centric( preferable Triple eccentric drive)
which ensures quiet, vibration free and reliable operation at higher loads
and speeds.
7. It should have audible and visible alarms alert user when speed deviate
more than 1 rpm, temperature more than 1°C from set points. Audible
alarms may be muted.
8. System should have large viewing window and preferably internal light
for better sample visibility.
9. The system should have RS-232 port for Data Logging.
10. The system should have facility to calibrate the temperature and speed
via keypad.
11. Electronic and mechanical components should be enclosed, protected
from accidental spills.
12. It should have automatic restart after power interruption with non-volatile
memory.
152

13. It should have open lid cut-out switch stop agitation when chamber is
open.
14. It should come with Universal Platform of approx. 18’ X18’ size having
capacity to holds assortment of various size of flask sizes upto 2 Ltrs.,
capable to hold 20-22 flasks of 125ml, 15-20 flasks of 250ml, 13-15
flasks of 500ml, 5-10 flasks of 1L, 3-5 flasks of 2L and test tube racks.

B. ACCESSORIES: (to be provided free of cost )


1. System should be quoted with 2 no. clamps from 50ml to 2 Litres,
test tube racks(optional) of various dimension & sticky tape made
up of single piece Stainless steel.
2. Should be provided with electrical peripherals for smooth
functioning i.e. suitable Servo Stablizer.

C. STANDARDS , CERTIFICATION AND SAFETY:


1. System should be CSA, UL & European CE/ USFDA certified.
2. The Company Should Be Able To Provide Validation/ Performance
Demonstration With Test Certificates At Site.
3. Callibration Certificate from any NABL authorized agency is to be
provided along [Link] the time of installation and every year
thereafter for seven years.

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
153

maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
154

support services till familiarity with the system should be provided


at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

50. 74/SSPHPGTI/T LAMINAR AIR FLOW


3/2016-17/ A. TECHNICAL SPECIFICATIONS:
MICROBIOLO
GY /14 1. Work Area: and 900x600x600(WxDxH) appxt internal
dimensions.
2. System should have dimensions approx.
1050x775x1325(WxDxH) external
3. System should have one HEPA filter with 99.999% efficiency
for particles >0.3 µm.
4. HEPA filter : should have H14 Class according to EN 1822.
5. Cleanliness Level: Less than 3.5 particles/ litre of >0.5µm ( ISO
14644-1)
6. Noise level : should be <65 dba.
7. Vibration Level: Less than 2.5 µm
8. Construction:
a) Main Body : should be made from 304 stainless steel-16/18
gauge electrogalvanized epoxy coated steel.
b) Table Top: stainless steel.( 304 Grade- Heavy duty 16/18 G)
Non Perforated
c) Stand: Stainless Steel (2”X2” size) Heavy duty 16 G( with
lockable Castor wheels)
d) Front Door: UV Tolerant Poly Carbonate(6mm)
e) Side Covers: UV Tolerant Poly Carbonate(6mm)
9. System should have microprocessor control system with Digital
display
10. Air Flow: Vertical with automatic Air flow speed control and
0.4m/[Link] velocity
11. Fluorescent light - low energy choke less to withstand larger
fluctuations in voltage – Placed outside working zone to avoid
turbulence.(Intensity – More than 800 Lux)
12. U.V. lamp -In working zone (40 micro watts/square cm at 254
nm or better ). So placed that you cannot see directly.
13. Prefilter: Rehabitable with efficiency of more than 95%
14. Inclined Tube Manometer/ Magnehaulic Gauge
15. Power consumption not more than 440 Watt.
16. Warranty should be including spares and labour and Should
include changing of HEPA Filters 6 monthly.
17. Validation at time of installation and 6 monthly during varranty
period to include the following tests:
155

1) Down Flow Velocity and Volume Test


2) Inflow Velocity Test
3) Airflow Smoke Pattern Test
4) HEPA Filter Leakage Test
5) DOP Test
6) Cabinet Leakage Test
7) Electrical Leakage : Ground Circuit Resistance and
Polarity Test
8) Light Intensity Test
9) Vibration Test
10) Noise Level Test
11) UV Lamp Intensity Test
18. Installation and standardization of the system including
uplifting the cabinets , air exhaust tunnels and any civil work
should be free, on turn key basis and included in the cost.
19. The Company should be able to demonstrate all validation and
Callibration tests on the Equipment in our institute/ in Delhi
NCR area before finalisation of Purchase order.

B. ACCESSORIES: (to be provided free of cost )


1. The Cabinet should be provided with taps for Vacuum, Water and Gas.
2. Pipette Holder- Qty: Two
3. Two covered and fuse protected Electrical socket outlets of the 15-
16/5 amp inside the chamber
4. Cabinet should be provided with a support stand ( height as per
requirement) with lockable caster wheels
5. It should have an adjustable chair and a foot rest with/ without one
set of detachable arms rest
6. One HEPA H14 filter (Original & compatible to the cabinet, DOP
tested) should be supplied in addition by the firm with each of the
cabinets as spare accessories.
C. STANDARDS , CERTIFICATION AND SAFETY:
1. EUCE/USFDA
2. Should conform to IEC 61010/ Equivalent Electrical Safety
Standards
3. HEPA Filters should be H14 type Class according to EN 1822
4. Certificate of Callibration including the The DOP test certificate,
Inspection (NABL compliant) is to be provided along with validity dates
should be submitted alongwith technical bid , at the time of
installation and every year thereafter for five years.
5. The Manufacturer shall individually test each BSC before supply
and test report shall be provided to the customer with duplicate
fixed to the BSC. The tests have to be performed with research
156

grade instruments for valid calibration according to test methods


outlined in EN12469.

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
Qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment (wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
157

3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC should be
transferred and complied to by the new Company.
51. 75/SSPHPGTI/T BIOLOGICAL SAFETY CABINET CLASS II TYPE A2
3/2016-17/ A. TECHNICAL SPECIFICATIONS:
MICROBIOLO
GY /15 1. Microprocessor controlled Class-2 type A2 biological safety cabinet .
2. 30% exhaust air via high performance exhaust filter and 70% air should
be re-circulated.
3. Cabinet to be NSF International standard 49 certified and tested.
Certificate is to be provided along with.
4. HEPA H14 EN 1822 /ULPA filters on inflow as well as exhaust with
an efficacy of 99.999% for equal or more than 0.3 µ size particles (DOP
test Certificate to be produced).
5. Approximate Dimension (mm)
Exterior approx.-1500 H x 1300 W x 800 D; Interior 800 H x 1200
W x 500 D
6. Main body made up of Stainless Steel (304 Grade)– Heavy Gauge-
16/18 g
158

7. Safe and ergonomic design for movement in all directions in the


chamber (Comfort for users while working and preferably the front of
the cabinet must be angled to help minimize glare on the window to the
user).
8. Sliding front window, made up of laminated safety (UV) glass/
Polycarbonate, completely tight sealed while closed for complete
protection against contamination and fumigation with a minimum 10”
sash opening, Working aperture appxt. 200 - 220 mm.
9. A blower for down flow and exhaust shoud be there.
10. The Bio Safety Cabinet must preferably include one to two AC/ DC
motors
11. The cabinet Should be provided with Microprocessor controller and
large LED display for inflow and Down flow air velocity in m3/ hr and
hours of operation, LED Indicator to indicate filter loading
12. Audible and visual Alarms for HEPA filter failure, excessive HEPA
filters loading, blower failure, airflow speed failure, Incorrect window
position.
13. The cabinet must use a pressure sensor to detect pressure drop across
the supply filter, which must be encased .
14. UV lamp with auto regulatory mechanism to work only when the front
panel is fully closed.
15. The interior of the front window must be accessible for cleaning
without requiring the user remove or support the window.
16. The cabinet must preferably automatically reduce fan/blower motor
speed when the front window sash is in closed position to ensure
reduced energy consumption when the cabinet is not is use.
17. Ventilation System, Heat Emissions at 25ºC should be approx 0.2 KW
or lesser.
18. Stainless steel pan under working surface to allow safe collection of
spilled fluid..
19. Low noise level <65dBA
20. Service ports with stopcock at both ends for gas.
21. Light intensity in the working chamber should not be less than 1000
Lux.
22. UV Light and two electrical sockets and pipette stand- 2inside the
chamber.
23. Power supply of 220V, 50 Hz.. with Indian Plug Point.
24. Warranty should be including spares and labour and Should include
changing of HEPA Filters 6 monthly
25. Validation at time of installation and 6 monthly during varranty period
to include the following tests:
1) Down Flow Velocity and Volume Test
2) Inflow Velocity Test
3) Airflow Smoke Pattern Test
4) HEPA Filter Leakage Test
159

5) DOP Test
6) Cabinet Leakage Test
7) Electrical Leakage : Ground Circuit Resistance and
Polarity Test
8) Light Intensity Test
9) Vibration Test
10) Noise Level Test
11) UV Lamp Intensity Test
26. Installation and standardization of the system including uplifting the
cabinets , air exhaust tunnels and any civil work should be free, on turn
key basis and included in the cost.
27. The Company should be able to demonstrate all validation and
Callibration tests on the Equipment in our institute/ in Delhi NCR area
before finalisation of Purchase order.

B. ACCESSORIES: (to be provided free of cost )


1. The Cabinet should be provided with taps for Vacuum, Water and
Gas.
2. Pipette Holder- Qty: Two
3. Two covered and fuse protected Electrical socket outlets of the 15-
16/5 amp inside the chamber
4. Cabinet should be provided with a support stand ( height as per
requirement) with lockable caster wheels
5. It should have an adjustable chair and a foot rest with/ without
one set of detachable arms rest
6. Should be provided with electrical peripherals for smooth
functioning i.e. suitable online UPS(CE Certified ) for min 30
minute backup .
7. One inflow HEPA H14 filter filter and one exhaust HEPA H14 filter
(Original & compatible to the cabinet, DOP tested) should be
supplied in addition by the firm with each of the cabinets as spare
accessories.

C. STANDARDS , CERTIFICATION AND SAFETY:


1. ISO 9001-2008/ Equivalent Certified Company
2. Should conform to IEC 61010/ Equivalent Electrical Safety
Standards
3. HEPA Filters should be H14 type Class according to EN 1822
4. Certificate of Callibration including the The DOP test
certificate, Inspection (NABL compliant) is to be provided
along with validity dates should be submitted alongwith
technical bid , at the time of installation and every year
thereafter for five years.
160

5. The Manufacturer shall individually test each BSC before


supply and test report shall be provided to the customer with
duplicate fixed to the BSC. The tests have to be performed
with research grade instruments for valid calibration
according to test methods outlined in EN12469.

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
2. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
3. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
161

4. All Software and Hardware upgradation to be provided free of cost


during warranty and CMC period.
5. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
6. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
7. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
8. All consumables required for installation and standardization of
system and start up kits to be given free of cost
9. Assured supply of spares and consumables for 10 years at least .
10. There should be provision for demonstration before final approval
of equipment
11. The Company Should Be Able To Provide Validation With Test
Certificates At Site
12. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
13. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

52. 76/SSPHPGTI/T BIOLOGICAL SAFETY CABINET CLASS II TYPE B2


3/2016-17/ A. TECHNICAL SPECIFICATIONS:
MICROBIOLO
GY /16 1. Microprocessor controlled Class-II type B2 Biological safety
cabinet
2. Work Area (Av ) :approx 3.8( H)X2( W)X2 (D)feet
or1200X 600 x 600 mm
3. Shutter Opening appx 480-500 mm
4. Overall Size: 4X2.5X8 ft/ 1300x825x2450mm (aprrox)
5. Air Flow: Vertical Down Flow (100% Exhaust)
6. Cleanliness Level: Less Than 3.5 Particles/ Litre Of 0.5 Um
And Larger){ISO 14644-1}
7. Noise Level: Less Than 65 Db
8. Vibration Level Less Than 2.5 Um
9. Average Air Flow (Down Flow): 90 + 20fpm
10. Main Body: Stainless Steel (304 Grade)– Heavy Gauge- 16 g
11. Side Walls: In Stainless Steel (304 Grade)-Heavy Duty – 14
Gauge
12. Table Top & Working Zone : Stainless Steel [(304 Grade)
– Heavy Gauge- 14g And 16g]
162

13. Table Top In Two Parts: A) Front Perforated Portion –


approx 4” Size (B) Non-Perforated Working Zone: Table
Sunken Type (Trough Type)
14. Spillage Management: It Can Be Lifted Easily For
Cleaning Below The Table
15. Spillage Trough: Below The Working Table, Of 14g Heavy
Duty Stainless Steel With Drain Cock.
16. Back Holes:On Vertical Walls To Provide More Work Area
On Table Top
17. Control System: Micro Processor Based
18. Hepa Filters: Minipleat: 99.999% Efficiency For 0.3 Micron
With Integral Metal Guards & Filter
19. Air Pressurization System:Statically And Dynamically
Balanced Fitted With Special Vibration Reducing Pads To
Suit Low Noise And Vibrations.
20. Front Door:Polycarbonate/Toughened Glass (6 Mm)-
Adjustable As Per Requirement – Vertical Sliding
21. Fluorescent Light:Low Energy Choke-Less ,Placed Outside
Working Zone To Avoid Turbulence. (Intensity- More Than
1000 lux)
22. Support Stand: With Leveling Screws Adjustable From 55-
85mm
23. U.V. Lamp: In Working Zone Outside Direct Vision From
Eyes (40 Micro Watts/ Square Cm At 254 Nm Or Better).
24. For Gas & Air: Universal Service Fittings
25. Grills:Stainless Steel
26. Pressure Monitors Magnehelic Gauge/– To Indicate
Positive Pressure Across Hepa Filter
27. Accessories Dop Port, Current Leakage Circuit Breaker,
Air Tight Duct Exhaust Collar,with Two electric Sockets
inside the cabinet, Pipette Holder
28. Exhaust Ducting : As Per Site Requirement
29. Contaminated Plenum Contaminated Plenum In Negative
Pressure To Prevent Leakage Into The Environment.
30. Exhaust Blower:Placed Outside At Roof Top [Link]
For 100% Exhaust Interconnected With Supply Air Blower
Will Only Start When The Negative Pressure Is Developed
31. Audible Alarm:
a) If the Exhaust Blower Is Not Working
b) If The Window Is Raised Above The Recommended Height
Of 203mm (8").
32. To Stop Supply Air In-Case The Negative Pressure Goes
Beyond Certain Limits To Stop Contamination Egress To
Laboratory.
163

33. Air Short Circuiting : If By Chance There Is Ingress Of


Fresh Air From Near The Top Of Front Shutter It Will Be
Short Circuited To Return Duct At The Back
34. Leak Proof Damper: Adjustable Zero-Leak Proof Damper At
Supply Air Intake & Exhaust Ducting.
35. Power Requirement : Should Be Able To Work On 1.2 Kw
Three Phase Power Supply, Power Plug To Be Supplied
36. Warranty should be including spares and labour and Should
include changing of HEPA Filters 6 monthly .
37. Validation at time of installation and 6 monthly during
varranty period to include the following tests:
1) Down Flow Velocity and Volume Test
2) Inflow Velocity Test
3) Airflow Smoke Pattern Test
4) HEPA Filter Leakage Test
5) DOP Test
6) Cabinet Leakage Test
7) Electrical Leakage : Ground Circuit Resistance and
Polarity Test
8) Light Intensity Test
9) Vibration Test
10) Noise Level Test
11) UV Lamp Intensity Test
38. Installation and standardization of the system including
uplifting the cabinets , air exhaust tunnels and any civil work
should be free, on turn key basis and included in the cost.
39. The Company should be able to demonstrate all validation
and Callibration tests on the Equipment in our institute/ in
Delhi NCR area before finalisation of Purchase order.

B. ACCESSORIES: (to be provided free of cost )


1. The Cabinet should be provided with taps for Vacuum,
Water and Gas.
2. Pipette Holder- Qty: Two
3. Two covered and fuse protected Electrical socket outlets of
the 15-16/5 amp inside the chamber
4. Cabinet should be provided with a support stand ( height
as per requirement) with lockable caster wheels
5. It should have an adjustable chair and a foot rest with/
without one set of detachable arms rest
6. Should be provided with electrical peripherals for
smooth functioning i.e. suitable online UPS(CE Certified
) for min 30 minute backup .
164

7. One inflow HEPA H14 filter and one exhaust HEPA H14
filter (Original & compatible to the cabinet, DOP tested)
should be supplied in addition by the firm with each of the
cabinets as spare accessories.
C. STANDARDS , CERTIFICATION AND SAFETY:
1. ISO 9001-2008/ Equivalent Certified Company
2. Should conform to IEC 61010/ Equivalent Electrical Safety
Standards
3. HEPA Filters should be H14 type Class according to EN
1822
4. Cabinets : Should Be Based On American Standard Nsf 49
5. Certificate of Callibration including the The DOP test
certificate,NSF 49 Validation certificate and Inspection
(NABL compliant) is to be provided along with validity
dates should be submitted alongwith technical bid , at the
time of installation and every year thereafter for five
years.
6. The Manufacturer shall individually test each BSC before
supply and test report shall be provided to the customer
with duplicate fixed to the BSC. The tests have to be
performed with research grade instruments for valid
calibration according to test methods outlined in
EN12469.

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
165

9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
166

12. The Company Should Be Able To Provide Validation With Test


Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

53. 77/SSPHPGTI/T BOD INCUBATOR


3/2016-17/ A. TECHNICAL SPECIFICATIONS:
MICROBIOLO
GY /17 1. Chamber Volume: Chamber Volume appxt. 550-700L
2. External Dimensions: not more than 32x34x82 (LxWXH) inches
3. Temperature range : -10°C to + 50°C
4. Temperature accuracy: + 0.1° C
5. Refrigerator : 1/6 Hp (HBP compressor)
6. Shelves : Stainless steel wire, electro polished and separable
7. Number of shelves : 06
8. Safety device :Door key lock to protect samples from unauthorized
access or CLS (custom logical safe) – control system
9. Microprocessor PID control
10. Easy-to-clean, corrosion resistant construction
11. Energy conserving compressor relay
12. Push-button controls
13. CFC-free, foamed polyurethane insulation
14. Temperature set point selection with High/ Low Temperature
selection and easy callibration
15. Easy-to-read display showing actual temperature within 0.1°C
16. Forced air convection with an optimal cross flow type fan to
maintain excellent temperature uniformity inside the incubator and
fan speed can be controlled in three steps
17. Optimized sample inspection through tempered inner glass door
without affecting chamber temperature
18. Over / Under temperature alarm,
19. Protected set point mode to prevent accidental temperature change
20. The temperature record should be electronically logged (that can be
retrieved eg by LAN/USB port) and also documented on a physical
inkless thermograph; preferably with a 7-day, graphic chart recorder
with supply of free charts for full period of warranty.
21. Power input to be 220-240VAC, 50Hz fitted with plug compatible
with local electrical socket.
B. ACCESSORIES: (to be provided free of cost )
167

i. Suitable Stabilizer/CVT
ii. Should be provided with electrical peripherals for smooth
functioning i.e. suitable online UPS(CE Certified ) for min 30 minute
backup .
iii. Should provide a set of equipments for calibration (eg thermometer)
and routine Preventive Maintenance as per manufacturer
documentation in service/technical manual.
iv. Temperature recorder chart paper for full period of warranty.

C. STANDARDS , CERTIFICATION AND SAFETY:


a) Should be USFDA / European CE approved product.
b) Should be compliant to ISO 13485:/ ISO 9001 Quality systems or
equivalent.
c) Certificate of calibration and inspection from factory(NABL
compliant)

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.
168

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.
1.
169

54. 78/SSPHPGTI/T CO2 INCUBATOR


3/2016-17/ A. TECHNICAL SPECIFICATIONS:
MICROBIOLO
GY /18 1. Temperature range +8°C to 45° at Cambient temp.
2. Temperature Uniformity ±0.3 °C at 37 °C.
3. Interior Volume: Minimum 170 liters.
4. CO2 control range: 0-20%. Control: Better than ±0.1%, measures
with sensors
5. Readability and Setability atleast 0.1%.
6. Humidity : around 95% at 37 °C
7. Stainless steel shelves and supports should be readily removable
without tools for easy cleaning, autoclaving or adjustment.
8. Programmable option of Heat sterilization/ UV sterilization to safely
kill all organisms within the chamber. Validation certificate of the
decontamination routine from any third party agency ( NABL
Certified)
9. Programmable tracking alarms for temperature and CO2& if the outer
door is opened during the Sterilization cycle. Alarms should be
custom configurable
10. The Microprocessor Control System should indicate errors, cycle
status messages during decontamination phase.
11. HEPA Filters (99.98% efficient) at the inlet/outlet to minimize
contamination.
12. System should have Interactive Control with Touch screen for rapid
access of important information for each ciritical parameter in the
Incubator.
13. Direct Heat & Air jacket system for Uniform distribution of direct
heat at every part of the inner chamber.
14. Relative Humidity Control:for maintaining humidity
15. All probes and sensors located inside the chamber should be easily
located.
16. System should have option of humidity monitoring, automatic gas
tank switchers, data output ports.
17. System should be compatible to 230V/50-60 Hz..

B. ACCESSORIES: (to be provided free of cost )


1. Compatible CO2 Cylinder- 18Kg CO2 Cylinder filled with CO2
gas 99.5% or better purity – 2 nos.
2. CO2 Regulator, Double stage CO2 pressure regulator with
stainless steel diaphragm,
3. Should be provided with electrical peripherals for smooth
functioning i.e. suitable online UPS for min 30 minute backup .
4. Should provide a set of equipments for calibration (eg thermometer)
and routine Preventive Maintenance as per manufacturer
documentation in service/technical manual.
170

5. Temperature recorder chart paper for full period of warranty.

C. STANDARDS , CERTIFICATION AND SAFETY:


1. Should be USFDA / European CE approved product.
2. Should be compliant to ISO 13485:/ ISO 9001 Quality systems or
equivalent.
3. Certificate of calibration and inspection from factory.

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
171

Hospital during warranty period and these shall be provided free of


cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

55. 80/SSPHPGTI/T AUTOCLAVE (VERTICAL)- AUTOMATED


3/2016-17/ A. TECHNICAL SPECIFICATIONS:
MICROBIOLO
GY /20 1. Scope of work:Autoclaving of Liquidand Culture Media ,Lab
containers.
2. Vertical design, Microprocessor
controlledfullyautomaticsterilizingoperation
172

3. Capacity:70 Litres [Link] more


4. Easy to operate ergonomic design
5. Display: Temperature & Time Digital display
6. Material:
 Exterior epoxy resin powder coated electro galvanized steel/
Galvanized steel with baked-on finish
 Door: Stainless steel (SUS304)
 Chamber: Stainless steel (SUS304)
7. Sterilization temperature: 105°C to 135°C
8. (Culture medium melting temperature: 60°C to 114°C- Optional)
9. Timer setting range: 1 to 90 min or more
10. Maximum pressure: 0.240MPa (34.8psi)
11. Automatic self locking device - The door would have automatic
locking device when it is under pressure.
Exhaust control: Exhaust valve open temperature setting
12. Water drainage: Manually drainage through the drain valve
13. Safety devices: Pressure safety valve, over-temperature limiter, anti-
scorch limiter, door interlock, over-pressure limiter, current fuse
14. Power supply: 220V 50Hz
15. Printer interface with printer should be provided that will
automatically and continuously monitor and record dates, times of
day, load, operating parameters.
16. USB adapter for parameters memorization( optional).

B. ACCESSORIES: (to be provided free of cost )


1. Perforated Stainless steel baskets – Large: 2, small: 2
2. Drain hose: 1, Exhaust tank: 1, tank mounting bracket: 1

C. STANDARDS , CERTIFICATION AND SAFETY:


1. It should be ISO 9001, 13485 & 14001/ Eqivalent Certified Product
2. System should be compliant with worldwide noise & EMC
standards and should conforms to CE / PED EN97/23/EC or better.

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
173

hospitals/NABL certified labs especially from the HOD or in-charge of


the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and to be provided free of cost during warranty and
CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
174

8. The vendor supplying the instrument should have own service


support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

56. 81/SSPHPGTI/T ULTRA WATER PURIFICATION SYSTEM


3/2016-17/ A. TECHNICAL SPECIFICATIONS:
MICROBIOLO 1. The system should provide quality Water of Ultrapure water Type I
GY /21 2. The system should have a compact all-in-one system: bench-
integrated or bench / wall installed.
3. The system should have storage volumes and built-in reservoir,
volume 5 - 10 lit
4. The production flow rate: 3 - 5 lit/hr
5. The system should have a low-level self-maintenance and, all-in-one
cartridges, easy & rapid replacement
6. The system should provide conductivity cell to measure RO permeate
conductivity.
7. The system should produce Ultrapure water (Type-I) of the following
quality :
a. Resistivity : > 18.2 MΩ·cm,
b. TOC (w/o 185/254 nm UV lamp) : < 10 ppb,
c. Flow rate : 0.3 - 0.5 lit/min,
d. Endotoxin : < 0.001 Eu/ml,
e. Rnases :< 0.01 ng/ml,
f. DNases :4 pg/μl,
g. Bacteria : < 0.1cfu/ml
B. ACCESSORIES: ( to be provided free of cost )
i. An extra Cartridge- 1 no
C. STANDARDS , CERTIFICATION AND SAFETY:
i. FDA / European CE/ISO certificate to be provided.
175

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
176

4. Rates of CMC ( including spares and labour) to be quoted for


subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

57. 82/SSPHPGTI/T PCR WORKSTATION


3/2016-17/ A. TECHNICAL SPECIFICATIONS:
MICROBIOLO
GY /22 1. It should be a compact UV workstation designed for working in the
fields of molecular biology.
2. Non recirculated vertical laminar non turbulent flow
3. Airflow Velocity: average of 0.30- 0.40 m/s
4. Compact dimensions : Nominal size: 2 feet approx.
i. External dimensions: Approx. (WXDXH): 650 mm X520mm X 1125 mm
ii. Internal Dimension: Approx (WXDXH): 630mmX 500mmX 550mm
5. Construction:
i. The working surface and the backside of stainless steel 18 gauge grade
304.
ii. Main Body: Epoxy Powder coated finish electrogalvanized Steel/
Stainless steel 304 Grade
iii. UV Safe( UV filtering) Polycarbonate front closure.
177

6. Sound Emission: Less than 65 dBA


7. Pre Filter: Washable with 85% arrestance at the inlet
8. Fluorescent Lamp: Intensity More than 700 Lux
9. UV Lamp: In Working Zone Outside Direct Vision From Eyes with timer
10. HEPA Filters : H14 HEPA filters with 99.999% efficacy for particles
more than 0.3 microns , easily accessible.
11. The cabinet Should be provided with Microprocessor controller and
large LED display for air flow velocity , Hours of operation, UV light
running hours,UV Count down,Light On/Off key
12. Alarms for HEPA filter failure,/ clogging ( Optional)
13. Inclined Tube Manometer/ Magnehelic Gauge
14. Laboratory Cocks: for Gas and Air
15. Power Requirement : Should Be Able To Work On 220/ 230 Volts
1.2 Kw Three Phase Power Supply, Power Plug To Be Supplied.
16. Warranty should be including spares and labour and Should include
changing of HEPA Filters 6 monthly .
17. Validation at time of installation and 6 monthly during varranty
period to include the following tests:
1) Down Flow Velocity and Volume Test
2) Inflow Velocity Test
3) Airflow Smoke Pattern Test
4) HEPA Filter Leakage Test
5) DOP Test
6) Cabinet Leakage Test
7) Electrical Leakage : Ground Circuit Resistance and
Polarity Test
8) Light Intensity Test
9) Vibration Test
10) Noise Level Test
11) UV Lamp Intensity Test
18. Installation and standardization of the system including uplifting the
cabinets , air exhaust tunnels and any civil work should be free, on
turn key basis and included in the cost.
19. The Company should be able to demonstrate all validation and
Callibration tests on the Equipment in our institute/ in Delhi NCR
area before finalisation of Purchase order.

B. ACCESSORIES: ( to be provided free of cost )


1. The Cabinet should be provided with taps for Vacuum, Water and Gas.
2. Pipette Holder- Qty: Two
3. Two covered and fuse protected Electrical socket outlets of the 15-
16/5 amp inside the chamber
178

4. Cabinet should be provided with a support stand ( height as per


requirement) with lockable caster wheels
5. It should have an adjustable chair and a foot rest with/ without one
set of detachable arms rest
6. One HEPA H14 filter (Original & compatible to the cabinet, DOP
tested) should be supplied in addition by the firm with each of the
cabinets as spare accessories. List Of important Spares ( including
HEPA Filters) and Accessories with their part number and costing for
next 5 years should be submitted at time of bidding.

C. STANDARDS , CERTIFICATION AND SAFETY:


1. ISO 9001-2008/ Equivalent Certified Company
2. Should conform to IEC 61010/ Equivalent Electrical Safety Standards
3. HEPA Filters should be H14 type Class according to EN 1822
4. CE Certification
5. Certificate of Callibration including the The DOP test certificate, and
Inspection (NABL compliant) is to be provided along with validity dates
should be submitted alongwith technical bid , at the time of installation
and every year thereafter for five years.
6. The Manufacturer shall individually test each BSC before supply and
test report shall be provided to the customer with duplicate fixed to
the BSC. The tests have to be performed with research grade
instruments for valid calibration according to test methods outlined in
EN12469.

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
179

9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
180

13. Comprehensive onsite training for lab staff including Instrument


operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

58. 83/SSPHPGTI/T REAL TIME PCR SYSTEM


3/2016- A. TECHNICAL SPECIFICATIONS:
17/MICROBIOL
OGY /23 1. The instrument must be an integrated system designed to perform both
real-time polymerase chain reaction (PCR) and post-PCR (end-point)
analysis., peltier based technology.
2. The instrument must be capable of analyzing 96 samples
simultaneously in a 96-well format.
3. System to have online cycle by cycle monitoring with continuous display
of readings for fluorescence, temperature changes and progression of
amplification.
4. The instrument must allow for real-time monitoring of amplification
growth curves enabling viewing of runs in progress with the flexibility
to add extra PCR cycles while runs are in progress..
5. The instrument should have flexibility to either use individual tube,
8tube strips or 96 plates.
6. The system should have temperature range of 4 °C-99 °C. The 4°C holds
may be required to preserve amplified material for other downstream
applications.
7. The instrument must have individual filters designed for use with
dedicated fluorescent dyes, which are available as reporter dyes on
fluorogenic probes.
8. The instrument must use emission filters that are optimized to be able
to detect a broad range of fluorophores including FAMTM, SYBR® Green
I, VIC®, JOETM, NEDTM, TAMRATM, ROXTM, Texas Red®, Cy3®,
TYETM563 and Cy5®. Calibration of atleast 10 different dyes must be
available at the time of installation.
9. The instrument must support the fluorogenic 5' nuclease assay using
Cyber green/ TaqMan® probes. Instrument must support atleast five-
plex Real time PCR kits for IVD applications.
10. The instrument should have software to support CE-IVD And/Or US-FDA
Approved Diagnostic Assays and control of thermal cycling protocols
and should further assist in developing or running custom assays
and open platform for other company reagents as well as their kits
which compatible with system
181

11. The instrument must provide specialized diagnostics application that


collects and analyzes the fluorescent data for the applications of
absolute quantitation, relative quantitation, allelic
discrimination/single nucleotide polymorphism detection, and
plus/minus assays that utilize internal positive controls. The absolute
quantitation of nucleic acid targets must allow for the ability to
simultaneously analyze multiple standard curves on a single plate.
12. Application software should include melting curve analysis for Tm
calling, genotyping, absolute and relative quantification assays,
qualitative analysis and nucleic acid quantification. Should have fully
automated grouping & calling of melting curves with flexible
customized programming.
13. The instrument must be supplied with automated oligonucleotide/
TaqMan® probes design software and the tools to develop primers and
probes that can be used on this instrument with minimal optimization
and testing. The vendor must provide comprehensive assay design and
development guidelines for real-time quantitative PCR and SNP
genotyping assays.
14. The instrument must be fast cycling whereby 96 samples can be
processed within a 100 minute time frame, and it should able to finish
40 cycles in 30 minutes at a fast Mode in 96 well format
15. The vendor must be able to offer onsite Technical Support and
Field Applications Support including standardization of kit protocols to
help solve chemistry and instrumentation problems encountered with
real-time quantitative PCR and SNP genotyping.
16. The instrument should come along with branded laptop/desktop for
data analysis and printer (colour laser printer and scanner system for
sharing of results with other laboratories).

B. ACCESSORIES: ( to be provided free of cost )


1. All accessories and consumables including mastermix, sealing foils ,
plates,pcr tubes, pcr tips, pcr tube holding boxes, racks, molecular
grade water, etc. required to run 2000 tests must be provided at no
additional cost.
2. The instrument must come with calibration plates for 96 well plate
(useable for atleast three times for calibration).
3. Dust cover
4. Set of pipettes consisting of single channel variable volume color
pipettes 0.5-10 ul, 5-40 ul, 40-200 ul, 200-1000 ul. With pippette
stands. Pipettes should be autoclavable/ suitable for molecular work ,
callibrated & offer easy in lab . calibration, quick tip ejection , click
volume setting and high accuracy and precision.
182

5. Should be provided with electrical peripherals for smooth


functioning i.e. suitable online UPS(CE Certified ) for min 30 minute
backup .
6. One1.5 tonne AC ( Hot and Cold),with 3 year warranty followed by 5
year CMC for next 5 years should be provide with the system.

C. STANDARDS , CERTIFICATION AND SAFETY:


1. Validation support including onsite IQ, OQ(operation) and PQ service
and documentation and performance of the qualification protocols
with travel and labor costs covered must be provided.
2. System should be IVD approved
3. The quoted system must have full license for PCR process. A copy of the
license may be attached to the offer.

D. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
8. Certificate of Traceability for calibrators, traceable to
national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

E. GENERAL SPECIFICATIONS:
183

1. Warranty: 5 years comprehensive warranty. Warranty should


include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
11. There should be provision for demonstration before final approval
of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

59. 84/SSPHPGTI/T AUTOMATED NUCLEIC ACID EXTRACTION SYSTEM


184

3/2016-17/ ALONGWITH TISSUE HOMOGENIZER


MICROBIOLO A. TECHNICAL SPECIFICATIONS: AUTOMATED NUCLEIC ACID
GY /24 EXTRACTION SYSTEM
1. This system should be fully automated walk away nucleic acid (both
DNA/RNA)/proteins, plasmids, viral (single or dsRNA), Gel and PCR
purification etc. extraction system to provide a very high quality for
sensitive detection
2. Chemistries: It should work with proven spin-column chemistries for all
the applications. Should come with an integrated centrifuge and lysis
station.
3. Sample type: The system should be compatible with a wide variety of
sample types like: blood ,body fluids, serum, plasma, cultures etc . to use
with different down stream molecular biology applications
4. Through-put: The system should have flexible run size with at least
capacity of 12 isolations in one run.
5. Pre-Treatment: The system should be able to do complete process
including the pretreatment step like lysis with heating and shaking
automatically on board.
6. Pipetting system: The pipetting system should use filter – tips to avoid
cross contamination, it should be able to handle the liquid from 5-900µl.
should have a robust robotic gripper for efficient transfer of columns/
tubes.
7. Load Check: A comprehensive load check should be performed prior to
sample processing to check work table setup and to help to ensure
correct loading of the instrument.
8. The system should have intelligent sensor like optical and ultrasonic
sensors for liquid level detection of reagent volumes, waste levels,
consumables and tips check and software must not allow start of run
unless the same checks are passed.
9. Reliability and reproducibility in results: All extraction should be based
on reagents with preset standardized protocols which are stable at room
temperature for reliable and reproducible results.
10. Standardized protocols and customization for future use and flexibility:
The system must have all standardized protocols with standardized kits
to process various sample types for all kind of applications. The system
must also be open to add customized protocols as per the requirement
of the users.
11. Systems software should be upgraded regularly and replaced in case it
becomes corrupt free of cost for 8 years.

B. TECHNICAL SPECIFICATIONS: TISSUE HOMOGENIZER :


1. System must be supplied with a high through-put tissue disruption system
185

2. Tissue disruption achieved through high-speed shaking with beads, which


beat and grind samples
3. For processing of upto 192 samples at a time.
4. Easily programmable to provide variable speed from 3 to 30 Hz
5. Adapter sets for :
1) up to 2X96 samples in collection microtubes (1.2ml)
2) up to 2 x 24 samples in 2 ml microcentrifuge tubes.
3) For disruption of large samples, Grinding jar sets (10 ml) .

6. Run time- 10 sec to 99 mints..


7. Beads should be in range of- 3mm, 5mm, & 7mm
8. This system should be from a reputed international brand with at
least 25 user list in India.

C. ACCESSORIES: ( to be provided free of cost )


1. Should be provided with electrical peripherals for smooth functioning i.e.
suitable online UPS(CE Certified ) for min 30 minute backup .
2. 1.5 tonne AC ( Hot and Cold),with 3 year warranty followed by 5 year CMC
for next 5 years should be provide with the system.
3. All Consumables including Beads, microtubes(1.2 ml,2 ml), Grinding Jar
sets, Pipettes Filter Tips, Storage Boxes for first 1000 samples should be
provided free of cost.
4. Dust Cover.

D. STANDARDS , CERTIFICATION AND SAFETY:

1. Should conform to IEC 61010/ Equivalent Electrical Safety Standards.

E. DOCUMENTS REQUIRED:
1. User operating manual /Technical/ Maintenance Manuals in English
2. Certificate of Callibration, Validation and Inspection (NABL Compliant)
at the time of installation.
3. Operation qualification, Performance qualification and Installation
qualification Certificate should be submitted at the time of Installation.
4. Log Book with instruction for daily, weekly, monthly and quarterly
maintenance checklist.
5. List of users especially Govt. institutes and List of at least 3 installations
and satisfactory performance certificate from government
hospitals/NABL certified labs especially from the HOD or in-charge of
the lab should be furnished in the technical bid.
6. Original documentary proof of the date and place of manufacturing of
supplied equipment.
7. Complete circuit diagram of the Equipment( wherever applicable)
186

8. Certificate of Traceability for calibrators, traceable to


national/international reference standards to be submitted at the time
of bidding of tender.
9. List of all spares (with their part number) , accessories and consumables
and their cost including reagents, calibrators , suitable QC sera ,
maintenance kits , and Cost per test as per the pack size wherever
applicable and price should be fixed for 5 years.
10. Compliance report Performa:compliance statement vis-à-vis
specifications to be submitted in a tabulated and point wise Performa
clearly mentioning the page/ paragraph/ line number of original
catalogue/data sheet/ technical literature.

F. GENERAL SPECIFICATIONS:
1. Warranty: 5 years comprehensive warranty. Warranty should
include all spares and all accessories (like tubings, lamps, filters,
motors, heating system, vaccum systems, batteries, UPS,
compressors, Computer, softwares, printers), 6 monthly callibration
and labour from date of completed satisfactory installation .No
spare parts/ accessories of the Equipment will be purchased by the
Hospital during warranty period and these shall be provided free of
cost by the bidder.
2. Two compulsory visits/ year (every 06 months )for calibrationand
checkup free of cost irrespective of complaints during the warranty
period (Bidder has to calibrate the equipment with NABL ,ISO I5189,
2012/ Equivalent standards.) .
3. All the participating firms should quote the price of all spares and
required consumables for upkeep & smooth functioning of the
equipment for a period of 5 years. .
4. Rates of CMC ( including spares and labour) to be quoted for
subsequent 5 years.
5. All Software and Hardware upgradation to be provided free of cost
during warranty and CMC period.
6. Local Service Time should be less than 24 hrs. for critical issues and
less than 48 hrs for major issues
7. Down time should not be more than 24hrs on any week and
cumulative not more than 100 hrs per annum.
8. The vendor supplying the instrument should have own service
support laboratory in Delhi / NCR for local & efficient after sales
service-support.
9. All consumables required for installation and standardization of
system and start up kits to be given free of cost
10. Assured supply of spares and consumables for 10 years at least .
187

11. There should be provision for demonstration before final approval


of equipment
12. The Company Should Be Able To Provide Validation With Test
Certificates At Site
13. Comprehensive onsite training for lab staff including Instrument
operation/demonstration and wet lab application training and
support services till familiarity with the system should be provided
at our institute
14. If the Company manufacturing the Equipment is aquired by another
Company , all terms and conditions including warranty and CMC
should be transferred and complied to by the new Company.

60. 85/SSPHPGTI/T
3/2016-
17/NEONA/01 Neonatal ventilator

1. Continuous flow, pressure limited, time cycled ventilation (0.5 to 20 kg)


2. Modes: pressure (SIMV, pressure support, Assist control), volume
guarantee and nasal CPAP
3. It should be capable of providing: PEEP/CPAP 0-25 cm H2O; pressure
support 0-100 cm H2O; frequency: 5-150 breaths/min, PIP 6-80 cm H2O;
I:E 3:0-1:10, Inspiratory time 0.1-2 seconds. FiO2 21-100%.
4. Should have TFT screen 15 inch or more for real time display of graphics
(pressure-volume, flow-volume and pressure flow loops and pressure,
flow and volume against time curves).
5. Should have a flow sensor which calibrates quickly (<20 seconds) and
should measure the parameters at the proximal end near the Y piece.
6. Digital display of monitored parameters like FiO2, peak pressure, mean
airway pressure, CPAP/PEEP, Expiratory tidal volume, expiratory
minute volume, total frequency, spontaneous frequency, lung function
monitoring including Compliance, resistance, lung distention
coefficient, (C20/C) should be there.
7. Alarms should be applicable to low and high values of respiratory
parameters, oxygen concentration and power failure. Audiovisual
alarms with advisory on-screen message: MV high/Low, Apnea, tube
obstruction, FiO2 high/low high PIP, low PEEP/CPAP, fail to cycle, gas
supply low, power failure, alarm log book.
8. The ventilator should have automatic compensation for leakage and
should monitor and display leakages.
9. The ventilator should show trends of important parameters viz. C,R,
FiO2, MAP etc. for evaluation of patient improvement.
10. Integrated alarm log of upto 100 alarms on first in first out basis.
11. Should have integrated pneumatic nebulizer
188

12. Should have an inbuilt air compressor of same company and make.
13. Heated servo controlled F&P humidifier (with heater wire in the circuit)
and reusable water chambers should be included.
14. The ventilator should have integrated battery backup of at least 1 hr
15. Should be supplied with circuit support arm (of the same brand as the
ventilator), oxygen connecting hose (3m), air connecting hose (3m).
16. Original instruction manual (Xerox copy will not be acceptable) and
training CD/DVD should be provided.
17. CMC must include prophylactic check every three months, any
maintenance kit as required and replacement of oxygen sensors
18. Price should be quoted separately for 5 year comprehensive
maintenance contract (CMC) year wise after 5 years warranty.
19. The prices for the spare parts not covered under the CMC/warranty
should be quoted separately for next 5 years.
20. The vendor must produce report of satisfactory performance from two
level-3 NICUs of large reputed hospitals in India.
21. The ventilator should be US FDA & European CE approved. (Please
attach the certificate of approval).
22. It should be mounted on a trolley with swivel castors with brakes. The
trolley should be corrosion free and should be of the same company as
the ventilator.
23. Company should certify that model quoted is latest and not obsolete,
and spares will be available for next 5 years after the completion of
warranty.
24. The company should certify that the equipment has not been sold to
any of the buyers below the quoted price till now. Submission of
technical specification compliance sheet in table form is must.
25. The firm should provide a 24 hrs phone no. and email id for registration
of complaints which should be attended within 24 hrs and equipment
to be made functional within 72 hrs during warranty and CMC period.
Supplies:
1) Four complete sets of silicon neonatal ventilator circuits including
humidifier chamber which are reusable (after chemical or heat
sterilization)
2) A total of two F&P humidifiers
3) Flow sensors: 10

61. 87/SSPHPGTI/T LED PHOTOTHERAPY


3/2016-17/
NEONA/03 1) Overhead LED (Laser Emitting Diode) phototherapy unit
2) It should provide irradiance of more than 30 microwatt/cm2/nm at 425-
475 nm at 45 cm from the light unit. Irradiance should not reduce by
more than 25% in the peripheral areas of the footprint.
189

3) Surface size approx: 0.50 x 0.75 m


4) The footprint of light must be large enough to cover a term baby.
5) The unit distance from baby should be adjustable and the upper unit
should be capable of being tilted upto 90o on either side.
6) Should have a digital time totalizer (not resettable) and therapy timer
for treatment (resettable).
7) It should have an examination lamp.
8) It should have a fan for dissipation of heat.
9) It should be mounted on a stainless steel stand trolley with 4 swivel
castors with two brakes.
10) It should be CE & US FDA approved. (Please attach the certificate of
approval)
11) Price should be quoted for 5 year comprehensive maintenance contract
(CMC) after 5 years warranty.
12) Company should certify that model quoted is latest and not obsolete,
and spares will be available for next 5 years after the completion of
warranty.
13) The company should certify that the equipment has not been sold to
any of the buyers below the quoted price till now.
14) Company should certify that model quoted is latest and not obsolete,
and spares will be available for next 5 years after the completion of
warranty.
15) The vendor must produce report of satisfactory performance from two
level-3 NICUs of large reputed hospitals in India.
16) Submission of technical specification compliance sheet in table form is
must.
17) The firm should provide 24 hrs phone no. and email id for registration
of complaints which should be attendedwithin 24 hrs and equipment
to be made functional within 72 hrs during warranty and CMC period.

62. 88/SSPHPGTI/T RADIANT WARMER


3/2016-17/
NEONA/04 1. Intensive care open radiant warmer system with cart and bassinet
assembly, a servo controlled overhead warming system and
examination light.
2. It should maintain baby’s temperature to the accuracy of + 0.2 C at
the set temperature.
3. It should have transparent acrylic, drop down and lockable side
panels
4. Manual heat control mechanism to control heater output from nil to
maximum in increments of 5 -10 % .It should have auto cut off
facility in case of high temperature
190

5. It should have a side tray for monitor and infusion rod for syringe
infusion pump.
6. The hood should have an integrated examination light. The overhead
part of the unit should be movable so as to facilitate taking of X ray
by a portable X ray machine.
7. It should have display baby’s temperature, set temperature, heater
output and alarms.
8. Touch keys to adjust the parameters
9. Alarms for probe fail and set point (+ 0.5 C) and power failure
should be inbuilt.
10. 20 additional skin probes (with a plastic cap) should be included with
each unit.
11. Bassinet should have facility for tilting and X-ray plate positioning.
12. The bassinet should be provided with removable, washable and
water proof mattress.
13. Radiant heat source should be microprocessor-based and
ceramic/quartz heater with reflector and protected by metal rod
14. Three modes: Pre-warm (with no alarms), manual and servo
controlled baby modes. Servo Control (Baby) Mode: Set
temperature 34°C to 37.5°C in increments of 0.1°C. Manual Mode:
Indicates manual mode heat selection range from 0 to 100% in 5 –
10 % increments
15. Under table 2 storage drawers
16. Two side rails allow for mounting of accessories
17. Rear panel: has four electricity outlets of 5 Amp each
18. It should be US FDA & European CE approved. (Please attach the
certificate of approval)
19. It should be mounted on a trolley with swivel castors with brakes.
20. Original instruction manual (Xerox copy will not be acceptable)
should be provided.
21. Price should be quoted for 5 year comprehensive maintenance
contract (CMC) after 5 years warranty.
22. Company should certify that model quoted is latest and not
obsolete, and spares will be available for next 5 years after the
completion of warranty.
23. The company should certify that the equipment has not been sold
to any of the buyers below the quoted price till now.
24. Submission of technical specification compliance sheet in table
form is must.
25. The firm should provide 24 hrs phone no. and email id for
registration of complaints which should be attended within 24 hrs
and equipment to be made functional within 72 hrs during warranty
and CMC period.
191

26. The vendor must produce report of satisfactory performance from


two level-3 NICUs of large reputed hospitals in India.
63. 89/SSPHPGTI/T BLOOD GAS ANALYZER
3/2016-17/
NEONA/05
1. Fully automatic fast, economical microprocessor /computer controlled
blood gas analyzer with automatic calibration and washing.
2. Sample volume <250µL.
3. Warm up time should be less than 30 minutes.
4. It should directly measure sodium (Na+), potassium (K+), chlorine (Cl-),
calcium (Ca++) pH, pO2, pCO2, and haematocrit/Hb. All the parameters
should be measured through single run.
5. Calculated parameters should include: SaO2, TCO2, actual bicarbonate
(HCO3), Base Excess of blood (SBE), alveolar arterial oxygen pressure
gradient (A-a DO2), Buffer Base (BB), anion gap, base excess of
extracellular fluid (BE ecf), standard bicarbonate (cHCO3), total oxygen
concentration (ctO2).
6. Should display all results in print out.
7. Should have input parameters of patient temperature, hemoglobin,
FiO2, patient ID
8. Should have a sample temperature control of 37 degree centigrade.
9. It should have inbuilt printer.
10. Analysis time should not be more than 90 seconds.
11. System should be based on liquid calibration technology.
12. System should not be a cartridge based system i.e. electrodes should not
be in the cartridge system
13. Should work on whole blood and should have syringe and capillary
sampling.
14. Should be with numeric keypad, graphic / LCD display, and inbuilt
printer and 2 RS 232 interface.
15. Analyzer with memory of storing patient data/result minimum 250 or
more.
16. System should be supplied complete with all standard accessories,
electrodes & start up kits.
17. Reagents for running 500 samples should be provided with the machine.
18. Onboard life of reagents should not be less than one month and shelf
life should be 6 months.
19. Power input: 220 VAC + 10%, 50 Hz and a suitable one hr. back up UPS
should be supplied along with analyzer (backup time 30 minutes). There
should be storage facility of data in case of power failure.
20. Maintenance free electrode and the unit should be upgradeable for auto
quality control.
192

21. System should be US FDA & European CE approved. (Please attach the
certificate of approval).
22. Should submit certificate of relevant of IEC safety standards.
23. Any other parts except reagents to be replaced free of cost during
warranty period.
24. Price should be quoted separately and year wise for 5 year
comprehensive maintenance contract (CMC) after 5 years warranty.
25. Company should certify that model quoted is latest and not obsolete,
and spares will be available for next 5 years after the completion of
warranty.
26. The vendor must produce report of satisfactory performance from two
level-3 NICUs of large reputed hospitals in India.
27. The company should certify that the equipment has not been sold to any
of the buyers below the quoted price till now.
28. Submission of technical specification compliance sheet in table form is
must.
29. The firm should provide 24 hrs phone no. and email id for registration of
complaints which should be attended within 24 hrs and equipment to
be made functional within 72 hrs during warranty and CMC period.
30. Original instruction manual (Xerox copy will not be acceptable) and
training CD/DVD should be provided.
31. The prices for the reagents should be quoted separately for next 5 years.

64. 90/SSPHPGTI/T SYRINGE INFUSION PUMP - SINGLE SYRINGE


3/2016-17/
NEONA/06 1. Infusion pumps of single syringe type for use with standard plastic
syringes of common brands of 5,10, 20 and 50 ml capacity.
2. Flow rates to range from 0.1 ml to 100 ml per hour in 0.1 ml steps
with small syringes and 1 ml steps for larger syringes.
3. There should be facilities for operation display, purging, occlusion
detection and alarms (for near empty, low-battery and occlusion).
4. It should have anti bolus and anti siphon options.
5. Machine should allow change of infusion parameter without
interrupting the infusion.
6. It should give the total infusion volume and infusion rate limit.
7. Battery backup for at least 90 minutes should be incorporated.
8. It should be possible to mount it on an intravenous (IV) pole with a
clamp.
9. Should have an option of KVO (keep vein open)
10. Original instruction manual (Xerox copy will not be acceptable)
should be provided.
193

11. It should be US FDA & European CE approved. (Please attach the


certificate of approval)
12. Price should be quoted for 5 year comprehensive maintenance
contract (CMC) after 5 years warranty.
13. The vendor must produce report of satisfactory performance from
two level-3 NICUs of large reputed hospitals in India.
14. Company should certify that model quoted is latest and not
obsolete, and spares will be available for next 5 years after the
completion of warranty.
15. The company should certify that the equipment has not been sold
to any of the buyers below the quoted price till now.
16. Submission of technical specification compliance sheet in table
form is must.
17. The firm should provide 24 hrs phone no. and email id for
registration of complaints which should be attended within 24 hrs
and equipment to be made functional within 72 hrs during warranty
and CMC period.

65. 91/SSPHPGTI/T SYRINGE INFUSION PUMP- MULTIPLE SYRINGE


3/2016-17/
NEONA/07 Infusion pumps of multiple syringe type for use with standard plastic syringes
of common brands of 5,10, 20 and 50 ml capacity, available in India
1. Flow rates to range from 0.1 ml to 100 ml per hour in 0.1 ml steps with
small syringes and 1 ml steps for larger syringes. There should be
independent control of each syringe unit. It should be possible to switch off
individual syringe while running other units.
2. Flow rates to range from 0.1 ml to 100 ml per hour in 0.1 ml steps with
small syringes and 1 ml steps for larger syringes.
3. There should be facilities for operation display, purging, occlusion
detection and alarms (for near empty, low-battery and occlusion).
4. It should have anti bolus and anti siphon options.
5. Machine should allow change of infusion parameter without
interrupting the infusion.
6. It should give the total infusion volume and infusion rate limit.
7. Battery backup for at least 90 minutes should be incorporated.
8. It should be possible to mount it on an intravenous (IV) pole with a
clamp.
9. Should have an option of KVO (keep vein open)
10. Original instruction manual (Xerox copy will not be acceptable) should
be provided.
11. It should be US FDA & European CE approved. (Please attach the
certificate of approval)
194

12. Price should be quoted for 5 year comprehensive maintenance contract


(CMC) after 5 years warranty.
13. The vendor must produce report of satisfactory performance from two
level-3 NICUs of large reputed hospitals in India.
14. Company should certify that model quoted is latest and not obsolete,
and spares will be available for next 5 years after the completion of
warranty.
15. The company should certify that the equipment has not been sold to
any of the buyers below the quoted price till now.
16. Submission of technical specification compliance sheet in table form is
must.
17. The firm should provide 24 hrs phone no. and email id for registration
of complaints which should be attended within 24 hrs and equipment
to be made functional within 72 hrs during warranty and CMC period.

66. 94/SSPHPGTI/T One NEW fully digital Mobile isocentric C-arm with 3D capability for all
3/2016-17/
Ortho/02 routine and advanced Orthopaedic Surgery applications in Operation
Theatre. C-Arm should be designed to eliminate patient / part frequent
repositioning during procedures, reduce total radiation dose and save time.
The unit should have the following essential features –

1. Generator and X-ray tube


A) High Frequency Generator with single tank converter of 30
KHz or more
Power rating of minimum 2 KW
Should be microprocessor controlled
Should have Automatic / Semiautomatic & Manual
Selection modes for KV & mA.
Should have Heat Endurance Capacity of atleast 0.1 MHU
(Mega Heat Units).
Should have following additional modes –
i) Continuous fluoroscopy – 40-110 KV / 5 mA or more.
ii) Digital pulsed fluoroscopy
iii) Digital Radiography mode - 40-110 KV / 10 mA or
more.
iv) Cassette mode - 40-110 KV / 10 mA or more.

B) X-ray tube should have a


195

i) Single / Dual Focus


ii) Focal spot of nominal value suitable for fluoroscopy
and radiography.
iii) Nominal X-ray tube voltage 110 KV
iv) Inherent filtration 3.0 Al equivalent
v) Automatic dose control
vi) Should have rotating/stationary anode
vii) Anode should have Heat Endurance Capacity of
atleast 45 KHU.
viii) Housing should have Heat Endurance Capacity of
atleast 1 MHU / Rapid Heat dissipation for prolonged
use

C) Collimator Unit
i) Iris collimation or two pairs of parallel shutters which can
be controlled independently and can be rotated.
ii) Iris diagphragm / Shutters for symmetric radiation
free collimation and 360° rotation.
2. C-arm

Fully counterbalanced isocentric C-arm movement with integrated cables


and electromagnetic colour coded locks / brakes.

(i) Orbital movement more than 130°.


(ii) Angulation more than 180°
(ii) Horizontal movement more than 190 mm.
(iii) Source to || distance of 75 cm or more.
(iv) Pivotal Movement / Swivel range 10° or more
(v) Motorised Vertical Travel of 40 cm or more.
(vi) Radius of C-Arm more than 68 cms.
(vii) Xray and Image Intensifier units on C-Arm
should be fluid proof to prevent damage to units by
blood/body fluid spillage.
(viii) Should preferably have laser pointer crossbar
to help position the xray beam at right place
(ix) Power input of 200-240 V, 50 Hz, Single Phase
196

with Indian Plugs

3. Image intensifier
i) Image intensifier should be atleast 9” with zoom facility
(double / triple magnification)
ii) Input screen should be for excellent resolution and
minimum noise.
iii) It should be maintenance free with ultracompact CCD
technology.
iv) Electron optics should allow consistent high resolution
across the entire image field.

4. Image Display : TV System


i) 2 Nos. LCD monitors at least 18” in size, flicker free.
ii) Should be mounted on a wheeled trolley integrated with
Image storage system.
iii) Image matrix at least 1024 x 1024
iv) Monitors should be tiltable with adjustable brightness and
contrast.

5. Image processing & storage


Must be a fully digital continuous imaging chain for acquisition,
processing, storage,
archiving and documentation.
(i) Alphanumeric English language keyboard for entering
patient data and for image annotation etc.
(ii) Current Images for quick review upto atleast 50.
(iii) Hard Disk storage of minimum of 5,000 images in at least
1K X 1K matrix
(iv) Split screen/ multiple image display.
(v) Last image hold.
(vi) Digital image rotation upto 360°
(vii) PC with antivirus software and Medical Imaging software
for Digital Substraction, Interactive zoom, image rotation,
Roam, Image reversal, Remask, Invert, Image Annotation,
197

measurement of angles and distances.


[Link] Documentation/Transfer Components
(i) Should have a compatible DICOM Software for ready
networking to the hospital network / PC / Printer.
(ii) Should have DVD / CD-R/W to archive images on DVD /
CD in DICOM 3 format.
(iii) Should have a working USB Port to be able to transfer
images on a USB drive easily if connected.
(iv) Should be able to Print images on film through Printer (if
connected)
[Link] Accessories
(i) Online UPS cum stabilizer of atleast 10 KVA with at least
20 minutes back up for the C-arm and over current / voltage
protection
(ii) Foot Switch to permit clicking of images by operating
surgeon.
(iii) Ultra Light Weight Radioprotective Leadless aprons 10
nos.
(iv) Wall / Floor mounted stand to hang atleast 5 Aprons
“separately”
(v) Thyroid shield 5 nos.
(vi) Head Shield 5 nos.
(vii) Radiation Protection Goggles 5 nos.
(viii) Integrated Radiation dose measuring chamber
(ix) Power Cords and Cords connecting C-Arm with Image
Display System should be atleast 15 feet in length and can
be wound around a mounted bracket.
(x) Complete installation of main components and all
accessories should be done by supplier without outsourcing.

8. Certification
(i) US-FDA Approved
(ii) European CE Certified
(iii) AERB Approved
9. IMPORTANT INSTRUCTIONS:
198

4.1 It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

4.2 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

4.3 All information asked for must be provided in the compliance


statement under the heading give above. The vendors shall submit
point-wise compliance statement in regard to the specifications asked
for in the tender and should mention corresponding page numbers
matching with the technical details in the compliance statement and
the technical brochure – reciprocally.

4.4 The Technical Committee shall be free to relax the above


specifications; or consider any new technology not including above, if
quoted against this tender but considered suitable for the purpose of
the Institute; or reject any bid without assigning any reason. This
decision of the Technical Committee shall not be challengeable under
any administrative or legal process.

4.5 All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory
requirements and to take approvals and to take of the Competent
Authorities for import and installation of the equipment/spares etc.

4.6 Supplier must ensure the availability of ‘expertise service’ and


maintenance in Delhi/NCR. Spare parts and repair for the next 10
years must be ensured.

4.7 Application Specialist should be available for on-site training and for
training of the medical and technical staff of the Institute as and when
required.

4.8 Price of L1 shall be based on price bid of the main equipment


with all consumables and accessories (scope of supply) as well
as cost of annual CMC from 6th to 10th years.
10. SUPPLIER’S BACKGROUND:
199

6.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of supply, installation and maintenance
of C-Arm from the same principals for more than three years
continuously at the time of quoting this tender. The Principals must
have world-wide base of installations of such equipment including at
least three installations in reputed medical institutions in India (of
which atleast one should be a government institute) with a functional
track record of over 3 years.

7.2 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.
11. INSTALLATION:

1.1 Installation shall be free of cost and shall be the responsibility of the
supplier.

1.2 All accessories as necessary for complete, smooth and breakdown-


free functioning of the entire system should be installed and shall be
the responsibility of the supplier.

12. SPARES :

1.1 The supplier shall commit in writing to maintain regular supply of


essential consumables, software upgradations and spares for smooth
performance of the equipment without any interruption on this account
for next 10 years at least.

1.2 The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after
guarantee/warranty period must be attached/enclosed along with the
sealed quotation failing which their bids are liable to be rejected.

1.3 If any spares & accessories other than the price list attached/enclosed
by the firm are required for future repair it will be borne by the firm only.

1.4 The rates of these items (Consumables, Nonconsumables and


Accessories) shall not increase till the next ten years. However, if
there is a drop in the rates of any of these items, the benefits of the
same shall be passed to the Institute immediately by the supplier. An
200

unambiguous commitment in writing for the same shall be submitted


by the Supplier while submitting his bid against this tender.

13. AFTER SALE SERVICE:

5.2 The supplier shall provided complete on-site training to all the staff of
the department. A factory-trained service engineer well versed to handle
and maintain the equipment shall be available within 6 hours of the call,
whenever needed.

14. WARRANTY/GUARANTEE:

6.4 After installation, the system should be guaranteed for a period of


5 years including all spares and accessories from the date of
complete installation. Cost of annual CMC from 6th to 10th year must
be quoted separately. Annual CMC cost for 6th-10th year shall be
included for price comparison. Vendors not quoting CMC rates for 6th
-10th year shall stand rejected. There should be free, regular upgradation
with newer technology, as and when evolved during the entire period of
warranty/CMC.

6.5 The supplier should provide a Uptime Guarantee of 95% i.e. 365 days
(24 hours). If the downtime exceeds the limit of 5%, a working
replacement should be provided free of cost.

6.6 The Principals shall give an unqualified commitment that the


maintenance and guarantee of the equipment shall in no way be affected
by any change in its administrative or trade set up like change in the
authorized agent or any merger, transfer (in part or full), amalgamation
or separation of the company or any of its constituents etc for that matter.

6.7 A list of installations existing in the country /abroad with ‘satisfactory


service certificate’ (from at least 2 medical institutions in India), should
be submitted to support the claim of a good performance of the
equipment.

15. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.
201

67. 96/SSPHPGTI/T Hip Spica Table


3/2016-17/
Ortho/04 A. Technical Specifications -
Two NEW Hip Spica Tables (Watson Jones Type) with –

1. Size – Pediatric
2. Lower part made of heavy Iron (powder coated)
3. Top part and attachments made of Stainless Steel (SS304 grade).
4. Legs should have durable rubber / plastic pegs.
5. Detachable Perineal Post
6. Should have durable foot attachments.
7. All attachments should be adjustable with durable stop locks.

B. Certification
ISO Certification

1. INSTALLATION:
1.1 Installation shall be free of cost and shall be the responsibility of
the supplier.
2.1 All accessories as necessary for complete, smooth and breakdown-free
functioning of the entire system should be installed and shall be the
responsibility of the supplier.

2. AFTER SALE SERVICE:


1. The supplier shall provided complete on-site demonstration to all
the staff of the department. A factory-trained service engineer well
versed to handle and maintain the equipment shall be available
within 24 hours of the call, whenever needed. In case of any repairs,
the supplier should commit in written to repair the Spica Table
within 48 hours of personnel visit.

68. 98/SSPHPGTI/T ARTHROSCOPY SET


3/2016-17/
Ortho/06 Technical Specifications -
A. One NEW Arthroscopy Set with the following essential features and
quantities thereof with proper instrument tray for carefull handling of
instruments.

1. Arthroscope:
• 4.0 mm - 30˚, 70° (two each)
202

• 2.7-2.9 mm - 0°, 30°, 70° (two each)


2. Cannula for arthroscope:
• operative cannula with blunt trocar and obturator for 4 mm
arthroscope and 2.9mm 1 each
3. Hand Instruments for knee arthroscopy:
Hook Probe calibrated 2
3.4 mm grasping forceps with ratchet / without rachet 1 each
3.4 mm straight big bite punch forceps / without rachet 1 each
3.4 mm 30˚ left big bite punch forceps 2
3.4 mm 30˚ right big bite punch forceps 2
3.4 mm 15˚ up bit punch forceps 2
3.4 mm hook scissors 2
rotary punch 2
3.4mm 45 deg. Left right punch forcep 1 each
4. Hand instruments for shoulder arthroscopy:
Hook Probe calibrated. 2
3.4 mm grasping forceps with ratchet / without rachet 1 each
3.4 mm straight big bite punch forceps / without rachet 1 each
3.4 mm 45˚ left big bite punch forceps 1 each
3.4 mm 70˚ right big bite punch forceps 1 each
3.4 mm 15˚ up bit punch forceps 1 each
3.4 mm hook scissors 1 each
Graspers 1 each
5. Hand instruments for arthroscopy of small joints:
Hook Probe calibrated. 1 each
2-2.9 mm mm grasping forceps with ratchet / without rachet
1 each
2-2.9 mm straight big bite punch forceps / without rachet 2
2-2.9 mm 30˚ left big bite punch forceps 2
2-2.9 mm 30˚ right big bite punch forceps 2
2-2.9 mm 15˚ up bit punch forceps 2
2-2.9 mm hook scissors 2
Graspers 2
6. Camera (quantity-1)
1. Three-chip Camera with Head
1. Progressive scan technology camera with optimum image quality
and good resolution.
2. Hi-Definition Video -1280-1024 native resolution should have
thumb control for brightness / 200m / contrast.
3. Multi speciality setting user selectable specialty settings which
customize video outputs for the needs of all surgeries.
4. With automatic focus.
Technical Details:
1. Imaging system – 1/3” Progressive scan.
2. Resolution 1100 lines minimum.
203

3. Signal noise ratio – 70db or cm.


4. Minimum illumination - < 0.8 lux.
5. Auto shutter – 1/60 – 1/50,000.
6. Grain – 5 levels 0-20 db.
7. Engance – 16 – levels.
8. Zoom-digital.
9. Electronic shutter adjustment.
10. Flexible scope filter.
11. Auto brightness control technology.
12. 8 function programmable head.
13. Video outputs – Composite, SVHS, DVI, RGB.(HD)
14. Connector – Super limo gold pin connector.
7. 300 watts LED light source (Quantity 1)
LED light source with auto light adjustment, pure white light, single
handed cable insertion, the bulb should have a life time of 25000
hours or above.
Light source with standby mode and auto shutter switch, should
have the manual intensity control.
The light source should be compatible with any light cable make.
Compatible Fibreoptic Cable with atleast 10 feet length and
telescope to be provided along with.
8. Flate panel medical grade Monitor atleast 19-22” panel –
quantity 1
Native resolution atleast 1280*-1024
Pixel pitch 0.294
Contrast ratio > 600:1
Brightness 350.
Viewing angle (U/D/L/R) less than from above/below/left and
right.
Input S – video/C/VGA/DVI.
Fast response time.
Serial port USB : Full serial port protocol embedded USB port.
Power 90-240 V AC, 15V DC.
9. Digital capturing device (quantity 1)
1. Digital capturing device with a USB connection to allow high speed
data transfer to a variety of media types (USB hard drive, Media
card reader. USB hard drive, Media card reader, USB Flash card).
2. The Machine should have a software package to organize
photographs and videos.
3. Print option from the machine should be available.
4. Machine too should the capability to annotate images and videos.
5. The machine should be able to burn images and videos to CD and
DVD, DVD+R, DVD+RW.
6. Video files MPEG1, MPEG2, MPEG4.
Should have the capacity to write MPEG files in a data or video
204

format.
Should accommodate separate audio files.
10. Shaver system (Quantity 1)
• Console 220 V, electrically operated, digitally controlled circuit,
with touch screen, speed control (adjustable speed).
• Foot switch – Bi-directional control speed control (1000 to 7000
RPM) Forward, Reverse and Oscillation (500 to 3000 RPM) modes.
• Shaver hand piece with total suction control.
Compatible with heads
• Detachable hand switch – autoclavable and telescopic.
Shaver Blades ->
• Synovial resector.(hand piece instrument) – 3.5-4.2mm
• Full radius cutter. (hand piece instrument) – 3.5-4.2 mm
• Bone cutter. (hand piece instrument) - 3.5-4.2mm
• Burr. (hand piece instrument) – 3.5-4.2mm
11. Arthroscopy Pump
Controls flow & Pressure independently
Pump should have a shaver interface option to avoid
swelling of joint during usage.
Separate set of tubing for sterile zone & nonsterile zone
for economical use
Should have an option to flush the joint in between the
procedure

Tubings-inflow and outflow both-10 no.


12. UPS – 1
For Power backup cum voltage stabilization / protection of the
system
Sufficient Output points to attach the above consoles for
simultaneous functioning
Power Cord of atleast 3 metres length with Indian Plug
13. Arthroscopy Tower on wheels –
With Space for each console mentioned above
With Powerstrip to attach each console
The above system should be Compatible with Indian power supply
of 50 Hz and 220 V.
14 Radiofrequency Ablation System consisting of -
a. Radio Frequency Ablation Generator Console – 1 No.
Features: Bipolar ablation system, hand controlled ablation probes
with multiple button functions and should allow operating cut and
coagulation as well as changing the power settings on the system,
with both suction and non-suction probes and with footswitch
option, and Electrode should powers down as it nears metal, and
automatically powers back up when it is safely away.
b. Probes for knee and shoulder (preferably suction probes)(50
degrees, 90 degrees)(5 each)
205

B. Certification
(i) USFDA Approved
(ii) ISO Certification

1. IMPORTANT INSTRUCTIONS:

1. It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

2. All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

3. All information asked for must be provided in the compliance statement


under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching with
the technical details in the compliance statement and the technical
brochure – reciprocally.

4. The Technical Committee shall be free to relax the above specifications;


or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the Technical
Committee shall not be challengeable under any administrative or legal
process.

5. All the equipment / accessories / software offered against this tender


should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for import
and installation of the equipment/spares etc.

6. Supplier must ensure the availability of ‘expertise service’ and


maintenance in Delhi/NCR. Spare parts and repair for the next 10 years
must be ensured.

7. Application Specialist should be available for on-site training and for


training of the medical and technical staff of the Institute as and when
required.
206

8. Price of L1 shall be based on price bid of the main equipment with all
consumables and accessories (scope of supply) as well as cost of annual
CMC from 6th to 10th years.
2. SUPPLIER’S BACKGROUND:
1.1 The bid shall be submitted directly by the Principals or by a Distributor
who must be in the business of supply, installation and maintenance of
Arthroscopy Equipment from the same principals for more than three
years continuously at the time of quoting this tender. The Principals
must have world-wide base of installations of such equipment including
at least three installations in reputed medical institutions in India (of
which atleast one should be a government institute) with a functional
track record of over 3 years.
1.2 The Principals / Distributor must be having a clean track record of
performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.
3. INSTALLATION:

1.1 Installation shall be free of cost and shall be the responsibility of the
supplier.

1.2 All accessories as necessary for complete, smooth and breakdown-free


functioning of the entire system should be installed and shall be the
responsibility of the supplier.

4. SPARES :

1. The supplier shall commit in writing to maintain regular supply of


essential consumables, software upgradations and spares for smooth
performance of the equipment without any interruption on this
account for next 10 years at least.

2. The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after
guarantee/warranty period must be attached/enclosed along with the
sealed quotation failing which their bids are liable to be rejected.

3. If any spares & accessories other than the price list attached/enclosed
by the firm are required for future repair it will be borne by the firm
only.
207

4. The rates of these items (Consumables, Nonconsumables and


Accessories) shall not increase till the next ten years. However, if there
is a drop in the rates of any of these items, the benefits of the same
shall be passed to the Institute immediately by the supplier. An
unambiguous commitment in writing for the same shall be submitted
by the Supplier while submitting his bid against this tender.

5. AFTER SALE SERVICE:

5.1 The supplier shall provided complete on-site training to all the staff of the
department. A factory-trained service engineer well versed to handle and
maintain the equipment shall be available within 6 hours of the call,
whenever needed.

6. WARRANTY/GUARANTEE:

6.1 After installation, the system should be guaranteed for a period of 5


years including all spares and accessories from the date of complete
installation. Cost of annual CMC from 6th to 10th year must be quoted
separately. Annual CMC cost for 6th-10th year shall be included for price
comparison. Vendors not quoting CMC rates for 6th -10th year shall stand
rejected. There should be free, regular upgradation with newer technology,
as and when evolved during the entire period of warranty/CMC.
6.2 The supplier should provide a Uptime Guarantee of 95% i.e. 365 days (24
hours). If the downtime exceeds the limit of 5%, a working replacement
should be provided free of cost.

6.3 The Principals shall give an unqualified commitment that the maintenance
and guarantee of the equipment shall in no way be affected by any change
in its administrative or trade set up like change in the authorized agent or
any merger, transfer (in part or full), amalgamation or separation of the
company or any of its constituents etc for that matter.

6.4 A list of installations existing in the country /abroad with ‘satisfactory


service certificate’ (from at least 2 medical institutions in India), should be
submitted to support the claim of a good performance of the equipment.

7. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.
208

69. 100/SSPHPGTI/ ORTHOPAEDIC DOUBLE FOWLER BED WITH BALKAN FRAME SYSTEM
T3/2016-17/
Ortho/08
A. Technical Specifications of Double Fowler Orthopaedic
Beds –
1. Orthopaedic Bed should be of following minimum
dimension: 2080 mm L x 920 mm W x 560 mm H (without
mattress)
2. Should have at least four sections.
3. Top flat platform made of detachable CRCA perforated
sheet.
4. Bed frame must be sturdy and stable to support weight of
at least 150 kg.
5. The frame structure should be made up of at least 16 G
CRC, rectangular / circular pipe of 60 mm x 30 mm.
6. Bed frame mounted on round tube of minimum 35 mm
diameter and 16 G thicknesses, fitted with 125 mm castors,
2 with breaks and having rustproof body.
7. All adjustments for fowler position must be obtained from
crank shaft, manually operated with stainless steel foldable
handle on both the shaft.
8. The finished bed must be rust proof, pre-treated and epoxy
powder coated painting.
9. The bed should have a pair of swing down type full length
side rails, MS powder coated with self-locking.
10. Should have easily removable head and foot panels made
up of SS with four corner buffers.
11. Mattress area of Length 2000 to 2010 mm X Width 900 to
910 mm.
12. There should be suitable buffer mechanism to avoid hitting
of the bed to the wall.
13. Should have provision of fixing suitable rod for hanging
intravenous / irrigation fluid bottle on both sides at head
end and foot end (at least 4 Nos. in each bed).
14. Each bed should be supplied with 2 nos. good quality
telescopic I.V. rods.
15. Should have hooks on bed frame on both side for holding
urine / drainage bag (at least 4 Nos. in each bed).
16. Each bed must be quoted with one no, four section
mattress of dimension (2000 mm X 900 mm) with washable
cover of lasting quality. The mattress should be made of
high density PU foam of 100 mm thickness.
17. Back rest and leg rest both shall have three mattress
guards.
209

B. Technical Specifications of Balkan Frame System –


1. Durable made of Stainless Steel (SS304 grade)
2. Pipes of atleast 35 mm diameter
3. Thickness atleast 14 G
4. Compatible with Bed size and attached to bed posts with
double clamps.
5. Can be adjusted simply and easily with clamps.
6. Should have double overhead frame.
7. Should have vertical, horizontal and longitudinal bars with
pulleys and double trapeze assembly.

C. Essential Accessories
1. Adjustable Pulleys 10 per bed
2. 6 Hangers
3. Weights compatible with Hangers – 0.5 kg – 10
4. Weights compatible with Hangers – 1 kg – 10
5. Weights compatible with Hangers – 2 kg – 10

D. Certification
ISO Certification

1. IMPORTANT INSTRUCTIONS:

1. It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities
for import and installation of the equipment / spares etc.

2. All information in the tender document must be supported by


original product data sheets. Computer generated data sheets
shall not be accepted.

3. All information asked for must be provided in the compliance


statement under the heading give above. The vendors shall
submit point-wise compliance statement in regard to the
specifications asked for in the tender and should mention
corresponding page numbers matching with the technical details
in the compliance statement and the technical brochure –
reciprocally.

4. The Technical Committee shall be free to relax the above


specifications; or consider any new technology not including
above, if quoted against this tender but considered suitable for the
purpose of the Institute; or reject any bid without assigning any
210

reason. This decision of the Technical Committee shall not be


challengeable under any administrative or legal process.

5. All the equipment / accessories / software offered against this


tender should have approval of the regulatory / Standardization
board of the country of origin of the equipment for the intended
use. It shall be the responsibility of the supplier to meet all the
local statutory requirements and to take approvals and to take of
the Competent Authorities for import and installation of the
equipment/spares etc.

6. Supplier must ensure the availability of ‘expertise service’ and


maintenance in Delhi/NCR. Spare parts and repair for the next 10
years must be ensured.

7. Application Specialist should be available for on-site


demonstration and for training of the medical and technical staff
of the Institute as and when required.

8. Price of L1 shall be based on price bid of the main equipment


with all consumables and accessories (scope of supply) as
well as cost of annual CMC from 6th to 10th years.
2. SUPPLIER’S BACKGROUND:

1. The bid shall be submitted directly by the Principals or by a


Distributor who must be in the business of supply, installation and
maintenance of Orthopaedic double fowler beds with Balkan
Frame System from the same principals for more than three years
continuously at the time of quoting this tender. The Principals
must have world-wide base of installations of such equipment
including at least three installations in reputed medical institutions
in India (of which atleast one should be a government institute)
with a functional track record of over 3 years.

2. The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any
form by any Government Institution or statutory bodies for non-
performance, failing to meet commitments, any unfair trade
practices or for failing to meet statutory obligations etc. during the
preceding five years.

3. INSTALLATION:
211

1. Installation shall be free of cost and shall be the responsibility of


the supplier.

2. All accessories as necessary for complete, smooth and


breakdown-free functioning of the entire system should be
installed and shall be the responsibility of the supplier.

4. SPARES :
1.1 The supplier shall commit in writing to maintain regular supply of
essential consumables, software upgradations and spares for
smooth performance of the equipment without any interruption on
this account for next 10 years at least.

1.2 The separate price list of all spares and accessories (Including
minor) required for maintenance and repairs in future after
guarantee/warranty period must be attached/enclosed along with
the sealed quotation failing which their bids are liable to be rejected.

1.3 If any spares & accessories other than the price list
attached/enclosed by the firm are required for future repair it will be
borne by the firm only.

1.4 The rates of these items (Consumables, Nonconsumables and


Accessories) shall not increase till the next ten years. However, if
there is a drop in the rates of any of these items, the benefits of the
same shall be passed to the Institute immediately by the supplier.
An unambiguous commitment in writing for the same shall be
submitted by the Supplier while submitting his bid against this
tender.

5. AFTER SALE SERVICE:

5.3 The supplier shall provided complete on-site demonstration to all the
staff of the department.

6. WARRANTY/GUARANTEE:

6.1 After installation, the system should be guaranteed for a period


of 5 years including all spares and accessories from the date of
complete installation. Cost of annual CMC from 6th to 10th year must
be quoted separately. Annual CMC cost for 6th-10th year shall be
included for price comparison. Vendors not quoting CMC rates for
212

6th -10th year shall stand rejected. There should be free, regular
upgradation with newer technology, as and when evolved during the
entire period of warranty/CMC.

6.2 The Principals shall give an unqualified commitment that the


maintenance and guarantee of the equipment shall in no way be
affected by any change in its administrative or trade set up like
change in the authorized agent or any merger, transfer (in part or full),
amalgamation or separation of the company or any of its constituents
etc for that matter.

6.3 A list of installations existing in the country /abroad with ‘satisfactory


service certificate’ (from at least 2 medical institutions in India),
should be submitted to support the claim of a good performance of
the equipment.

7. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for
the equipment in the tender is the minimum price quoted to any
institution in the country for similar terms and conditions; where in
Government, semi-Government, autonomous or non-Government
set up.

70. 101/SSPHPGTI/ BATTERY DRILL


T3/2016-17/
Ortho/09 Sealed tenders (sealed separately as ‘Prequalification Bid’, ‘Technical Bid’ &
the ‘Price Bid’) are invited, directly from the Manufacturers/Principals or
authorized distributors of Principals for the supply, commissioning and
maintenance of the latest and state-of-the-art three Battery Drills for the Institute
as per the specifications below:

A. Technical Specifications -
Three NEW Battery Drills with –

1- Light weight (less than 1.5 kgs) and ergonomic.


2- Heavy duty motor (not less than 18V).
3- Should have high torque (400 lbs atleast).
4- Adjustable speeds (0-1400 RPM atleast).
5- Should be cordless.
6- Switch to reverse motion.
7- Integrated Chuck (not less than 0.5 inch) to hold k-wires, pins and drill
bits.
213

8- 2 removable and rechargeable batteries (Lithium Ion) per drill to be


supplied.
9- Should be supplied with 1 Stand alone Energy Star Rated Battery
charger per drill.

B. Certification
(i) European CE /USFDA
(ii) ISO Certification

1. IMPORTANT INSTRUCTIONS:

1. It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

2. All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

3. All information asked for must be provided in the compliance statement


under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching with
the technical details in the compliance statement and the technical
brochure – reciprocally.

4. The Technical Committee shall be free to relax the above specifications;


or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the
Technical Committee shall not be challengeable under any
administrative or legal process.

5. All the equipment / accessories / software offered against this tender


should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for
import and installation of the equipment/spares etc.

6. Supplier must ensure the availability of ‘expertise service’ and


maintenance in Delhi/NCR. Spare parts and repair for the next 10 years
must be ensured.
214

7. Application Specialist should be available for on-site training and for


training of the medical and technical staff of the Institute as and when
required.

8. Price of L1 shall be based on price bid of the main equipment with all
consumables and accessories (scope of supply) as well as cost of annual
CMC from 6th to 10th years.

2. SUPPLIER’S BACKGROUND:

1. The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of supply, installation and maintenance of
Battery Drill from the same principals for more than three years
continuously at the time of quoting this tender. The Principals must have
world-wide base of installations of such equipment including at least two
installations in reputed medical institutions in India (of which atleast one
should be a government institute) with a functional track record of over
3 years.

2. The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

3. INSTALLATION:
1. Installation shall be free of cost and shall be the responsibility of the
supplier.
2. All accessories as necessary for complete, smooth and breakdown-free
functioning of the entire system should be installed and shall be the
responsibility of the supplier.

4. SPARES :

1. The supplier shall commit in writing to maintain regular supply of


essential spares for smooth performance of the equipment without any
interruption on this account for next 10 years atleast.

2. The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after
215

guarantee/warranty period must be attached/enclosed along with the


sealed quotation failing which their bids are liable to be rejected.

3. If any spares & accessories other than the price list attached/enclosed
by the firm are required for future repair it will be borne by the firm only.

4. The rates of these items (Consumables, Nonconsumables and


Accessories) shall not increase till the next six years. However, if there is
a drop in the rates of any of these items, the benefits of the same shall
be passed to the Institute immediately by the supplier. An unambiguous
commitment in writing for the same shall be submitted by the Supplier
while submitting his bid against this tender.

5. AFTER SALE SERVICE:

5.1 The supplier shall provided complete on-site demonstration to all the staff
of the department. A factory-trained service engineer well versed to handle
and maintain the equipment shall be available within 24 hours of the call,
whenever needed.

5.2 The onsite preventive maintenance of the drill should done free of cost
every 6 months with logbook entry for the entire period of warranty.

6. WARRANTY/GUARANTEE:

6.1 After installation, the system should be guaranteed for a period of 5


years including all spares, consumables and accessories from the date of
complete installation. Cost of annual CMC from 6th to 10th year must be
quoted separately. Annual CMC cost for 6th-10th year shall be included for
price comparison. Vendors not quoting CMC rates for 6th -10th year shall
stand rejected. There should be free, regular upgradation with newer
technology, as and when evolved during the entire period of
warranty/CMC.

6.2 The Principals shall give an unqualified commitment that the maintenance
and guarantee of the equipment shall in no way be affected by any change
in its administrative or trade set up like change in the authorized agent or
any merger, transfer (in part or full), amalgamation or separation of the
company or any of its constituents etc for that matter.

6.3 A list of installations existing in the country /abroad with ‘satisfactory


service certificate’ (from at least 2 medical institutions in India), should be
submitted to support the claim of a good performance of the equipment.

7. PRICE GUARANTEE:
216

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.

71. 102/SSPHPGTI/ ULTRASONIC OSTEOTOME


T3/2016-17/
Ortho/10 Ultrasonic Osteo – Surgery System designed to provide clean
cuts through osseous structures with minimal loss of viable bone
while sparing adjacent soft tissues to enable rapid, safe & precise
osteotomies. Ultrasonic surgical device should minimizes loss of
viable bone with drastic reduction of intra-operative bleeding. Osteo
– Surgery System should consist of Ultrasonic console, Hand piece,
Foot switch & accessories having following features –

1. Ultrasonic console with inbuilt irrigation pump for Ultrasonic


Osteosurgery with frequency ranging between 20 to 35 kHz
with vibration amplitude between 30 to 300 microns.
2. Should not have current leakage.
3. Console should be compatible with Indian power supply of
220 V and 50 Hz with Indian plug.
4. Console should deliver maximum output power of upto 130
Watt.
5. Console front panel should have digital display with
Ultrasound enabled / Standby button, Menu Button,
Amplitude control, Pulse rate control.
6. Irrigation Flow rate control (Variable)
7. Foot switch Control for ultrasonic output
8. The Hand piece along with its cable should be autoclavable
9. Handpiece should be light in weight and ergonomic to
reduce surgeon hand fatigue.
10. It should be of low profile to be used in various procedures
– osteotomies and spinal surgeries.
11. Hand piece should have piezoelectric transducer to
convert electrical input signal into mechanical oscillations
(20,000 or more per second)
12. Hand piece blade should oscillate in linear, piston-like
motion enabling an effortless dissection of hard cortical
bone.
13. Ultrasonic system should be non-abrasive with cuts < 1 mm
thickness.
217

14. Hand piece should have inline liquid pathway to direct fluid
to blade tissue interface side.

A. Essential Accessories
.
 Should be installed on a cart / trolley with shelves and brackets
/ clamps for cords and handpieces.
 Bone Scalpel Blades compatible with handpiece and 0.5 mm
thickness and following sizes –
1. 10-15mm blade & short extension - 10 No.
2. 10-15mm blade & long curved extension - 10 No.
3. 10-15mm blade & long straight extension - 10 No.
4. 15-20mm blade & short extension - 10 No.
5. 20mm Serrated blade & short extension - 10 No.
 Bone Shaver Micro hook with extension - 10 No.
 4-5mm Diamond Shaver - 10 No.
 Irrigation Tube Set - 10 No.
 Compatible Silicone Sheaths and Cleaning Brushes.
 Any other spare or accessory necessary for smooth
functioning of the equipment for atleast 5 years.

C. Certification
(i) USFDA / European CE Approved
(ii) ISO Certification

1. IMPORTANT INSTRUCTIONS:

1. It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.
2. All information in the tender document must be supported by original
product data sheets. Computer generated data sheets shall not be
accepted.
3. All information asked for must be provided in the compliance statement
under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching with
218

the technical details in the compliance statement and the technical


brochure – reciprocally.
4. The Technical Committee shall be free to relax the above specifications;
or consider any new technology not including above, if quoted against this
tender but considered suitable for the purpose of the Institute; or reject any
bid without assigning any reason. This decision of the Technical
Committee shall not be challengeable under any administrative or legal
process.
5. All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for import
and installation of the equipment/spares etc.
6. Supplier must ensure the availability of ‘expertise service’ and
maintenance in Delhi/NCR. Spare parts and repair for the next 10 years
must be ensured.
7. Application Specialist should be available for on-site training and for
training of the medical and technical staff of the Institute as and when
required.
8. Price of L1 shall be based on price bid of the main equipment with all
consumables and accessories (scope of supply) as well as cost of annual
CMC from 6th to 10th years.
2. SUPPLIER’S BACKGROUND:

7.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of supply, installation and maintenance of
Ultrasonic Osteotome from the same principals for more than three years
continuously at the time of quoting this tender. The Principals must have
world-wide base of installations of such equipment including at least three
installations in reputed medical institutions in India (of which atleast one
should be a government institute) with a functional track record of over 3
years.

8.2 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.
3. INSTALLATION:

1.5 Installation shall be free of cost and shall be the responsibility of the
supplier.
219

1.6 All accessories as necessary for complete, smooth and breakdown-free


functioning of the entire system should be installed and shall be the
responsibility of the supplier.

4. SPARES
9. The supplier shall commit in writing to maintain regular supply of essential
consumables, software upgradations and spares for smooth performance
of the equipment without any interruption on this account for next 10
years at least.
10. The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after guarantee/warranty
period must be attached/enclosed along with the sealed quotation failing
which their bids are liable to be rejected.
11. If any spares & accessories other than the price list attached/enclosed by
the firm are required for future repair it will be borne by the firm only.
12. The rates of these items (Consumables, Nonconsumables and
Accessories) shall not increase till the next ten years. However, if there is
a drop in the rates of any of these items, the benefits of the same shall be
passed to the Institute immediately by the supplier. An unambiguous
commitment in writing for the same shall be submitted by the Supplier
while submitting his bid against this tender.
5. AFTER SALE SERVICE:
5.4 The supplier shall provided complete on-site training to all the staff of the
department. A factory-trained service engineer well versed to handle and
maintain the equipment shall be available within 6 hours of the call,
whenever needed.

6. WARRANTY/GUARANTEE:

6.8 After installation, the system should be guaranteed for a period of 5


years including all spares and accessories from the date of complete
installation. Cost of annual CMC from 6th to 10th year must be quoted
separately. Annual CMC cost for 6th-10th year shall be included for price
comparison. Vendors not quoting CMC rates for 6th -10th year shall stand
rejected. There should be free, regular upgradation with newer technology,
as and when evolved during the entire period of warranty/CMC.

6.9 The Principals shall give an unqualified commitment that the maintenance
and guarantee of the equipment shall in no way be affected by any change
in its administrative or trade set up like change in the authorized agent or
any merger, transfer (in part or full), amalgamation or separation of the
company or any of its constituents etc for that matter.
220

6.10 A list of installations existing in the country /abroad with ‘satisfactory


service certificate’ (from at least 2 medical institutions in India), should be
submitted to support the claim of a good performance of the equipment.

7. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution in
the country for similar terms and conditions; where in Government, semi-
Government, autonomous or non-Government set up.

72. 107/SSPHPGTI/
T3/2016-17/ Anaesthesia Work stations
anesthesia/01
A. General specifications:
1. Should be a completely integrated system with components like
anaesthesia machine, ventilator, CO2 absorber, anaesthetic agent
vaporisers, monitor and anaesthesia record charting solution all from
same single manufacturer.
2. Should have provision for delivery of Oxygen, Nitrous Oxide and medical
air with pressure gauges.
3. Should have provision for connecting central gas supply for Oxygen,
Nitrous Oxide and medical air and pin indexed cylinders for Oxygen and
Nitrous Oxide.
4. Should have provision to attach at least one cylinder each for Oxygen and
Nitrous Oxide at the back.
5. Should have separate digital display for cylinder and pipeline gas
pressure.
6. Should have electronic control and mixing of gas flows.
7. Delivery of Oxygen and Nitrous Oxide should be linked to ensure
minimum of 25% Oxygen delivery at all times to avoid delivery of hypoxic
mixture. Lever based anti -hypoxic device will not be accepted.
8. The gas flow regulators should be modular in design.
9. Electronic gas mixing should have fast mixer response time.
10. Unlockable Oxygen flush button to deliver Oxygen flow of upto
approximately 40 l/min.
11. Should have back bar compatible with easy attachment of ISO pin type
vaporisers.
12. Should have active anaesthetic gas scavenging system (AGSS).
13. Should have a top shelf and a table top to keep drugs and equipments.
14. Should have work surface illumination provision.
221

15. Should have castor wheel which should be lockable, durable and
moisture resistant.
16. Should have at least one deep drawer.
17. Machine should have Cardiac Bypass mode.
18. Should be compact, ergonomic and easy to use and maintain.
19. Machine should have at least 50 minutes battery backup.
20. Handle on side for easy positioning and castor locking.
21. Graphic and numerical display of the respiratory parameters like gas
flow, airway pressure, inspired and expired Oxygen, Nitrous Oxide and
anaesthetic agent vapour on a TFT/LED workstation screen not less than
12".
22. Should be US FDA approved product.
B. Safety features should include:
1. Pneumatic / Electronic Hypoxic guard to ensure minimum delivery of
25% Oxygen with an Oxygen failure alarm.
2. Automatic Nitrous Oxide cut off in case of Oxygen failure.
3. Backup Oxygen control with independent flow meter in case of
electronic failure.
4. On switching on the machine, automatic machine check should be
prompted.
5. User should be able to bypass automatic machine check in case of
emergency.
6. Should have adjustable pressure limiting valve.
7. The work station should be capable of delivering of low and minimal
flow anaesthesia even at 350 ml of total fresh gas to reduce anaesthetic
agent consumption
8. Should have permanent Oxygen sensor (paramagnetic type).
9. Should have fully autoclavable CO2 absorbent canisters and bellows.
10. The CO2 absorbent canisters should be easy to mount on and dismount
from the workstation.
11. Should have flow sensing capability at inhalational and exhalational
ports, sensor connections should be internal to prevent disconnection.
12. Sensors should not require daily maintenance.
C. Vaporiser specifications:
1. Vaporisers should be new generation (Tec 7 or equivalent), Temperature,
pressure and flow compensated.
2. Should provide keyed filler based Isoflurane, Sevoflurane and Desflurane
vaporisers.
3. The vaporiser should provide Desflurane compensation.
4. Should be easy to mount and dismount form the back bar.
5. Should have ISO pin type (Selectatec) back bar mount.
6. Vaporisers should be maintenance free; Should not require periodic
calibration.
222

D. Integrated ventilator specifications:


1. Should be integrated with the anaesthesia delivery system.
2. Should have tidal volume range from 5 ml to 1400ml in volume control.
3. Should be able to set TV, FiO2, RR and I:E ratio.
4. Shall have at least the following modes: VCV, PCV, PSV, SIMV.
5. Ventilator should monitor and display integrated Oxygen monitoring
inspired and expired volumes airway pressure waveform, Flow waveform
and spirometry loops.
6. Ventilator should have inspiratory pause, flow trigger 0.5-10 lpm.
7. Ventilator should have flow of upto 100 liters per minute in PCV mode.
8. Ventilator should provide all user alarms.
9. Ventilator should provide fresh gas decoupling/ compensation and
compliance compensation.
10. On switching on the ventilator system automatic check should be able
to be bypassed in emergency.
E. Integrated monitoring system:
1. Patient monitor system should be a modular type and capable of
monitoring adult, paediatric and neonatal patient parameters. Should be
from the same manufacturer as the anaesthesia system/ machine.
2. Monitor should have minimum 19" touchscreen colour flat panel display.
3. Module rack housing should be independent of the monitor and shall be
able to be placed near the patient.
4. Should be capable of simultaneous display of 12 traces.
5. Facility to monitor: ECG, NIBP, SpO2 (Massimo), ETCO2, Respiration, two
invasive pressures, cardiac output, two temperatures, respiratory gas
monitoring, anaesthetic depth monitoring (BIS/Entropy), neuromuscular
transmission.
6. ECG should have capability for 5/6 and or 10 lead monitoring and should
have built in arrhythmia monitoring on all 12 leads.
7. Should have inbuilt ST segment analysis and arrhythmia detection with
alarms for all the leads.
8. Respiration analysis should be available with cardio vascular artefact
filter.
9. Alarm parameter should flash red in the presence of high priority alarms
(e.g. noisy signal etc).
10. 48 hours trend data should be displayed.
11. On screen keyboard for entering data is preferable; should have USB ports
to connect mouse, keyboard, printer. Please quote for compatible colour
printer separately.
12. Audio visual and graded alarming system especially for oxygen saturation
should be available.
223

13. Alarm limit status (ON/OFF) must be indicated on screen for each parameter
and actual parameter alarm setting must be displayed on screen when
alarms are on.
14. Position of the displayed waveforms must be user configurable.
15. Wave form colour changing should be user configurable.
16. Should have hemodynamic, oxygenation and ventilation calculation
package.
17. Detailed anaesthesia and vital signs- patient data recording facility should
be available.
18. Ventilator data like waveforms for gas flow, airway pressure, anaesthetic
agent, EtCO2, Oxygen and loops, trends display should be available on the
patient monitor.
19. Ready to run web based application like PACS/HIS/RIS/LIS etc. should be
available on the same monitor screen as a standard feature.
20. Server based Web Browsing feature for browsing near real time waveforms
and graphical & numerical trend upto 24 hrs remotely should be quoted
separately.
21. Quote for centralized server based Automatic electronic anaesthesia
charting solution. Electronic charting solution should automatically collect
data from IT enabled patient monitor and anaesthesia ventilator.
F. Environmental factors:
1. Safe disposal system: Active anaesthetic gas scavenging system should
be in place.
2. Should have no interference with use of electrocautery.
3. The unit shall be capable of being stored continuously in ambient
temperature of 4-500 C and relative humidity of 15-90%.
4. The unit shall be capable of operating continuously in ambient
temperature of 100-400C and relative humidity of 15-90%.
5. Accessories, Software, hardware components, server required to meet
the compliance mentioned should be quoted.
6. Shall meet IEC-60601-1-2:2001 (or equivalent BIS) general requirement
of safety for electromagnetic compatibility or should comply with
89/366/EEC:EMC directive.
7. Shall meet the safety requirements as per IEC 60601-2-27:1994-medical
electrical equipment particular requirements for the safety of
electrocardiographic monitoring equipment.
8. Manufacturer supplier should have ISO certification for quality
standards.
G. Power supply :
1. Power input to be 220-240V AC, 50 HZ fitted with Indian plug.
2. UPS of suitable rating shall be supplied for minimum 1 hour backup for
the entire system.
H. Documentation :
224

1. User manual in English.


2. Service manual in English.
3. List of equipments requiring calibration and routine maintenance
support as per manufacturer documentation in service technical manual.
4. List of important spare parts and accessories with their part number and
costing.

SCOPE OF SUPPLY:
A. Each Anaesthesia workstations should be supplied with:
1. Trolley of the same make.
2. Integrated Modules for monitoring ECG (5/6/10 Lead), NIBP, Dual IBP, NMT,
Anaesthetic depth (BIS), SpO2, cardiac output, Temperature, Respiratory/
Anaesthetic gas monitoring (and to be supplied free of cost during whole
warranty and CMC period)
3. Matching suitable cables for modules for monitoring ECG (10 Lead), NIBP,
Dual IBP, NMT, Anaesthetic depth (BIS), SpO2, cardiac output, Temperature,
Respiratory/ Anaesthetic gas monitoring including inspired (FiO2) and
expired oxygen (ETO2) - 2 number each
4. NIBP cuffs: all available sizes suitable for neonates to large adults- (Neonate-
5 nos ;Pediatric-5 nos ;Small Adult-2 nos; Adult-2 nos)
5. Disposable pressure transducer with bracket for measuring IBP- 20 Nos.
6. Anaesthetic depth monitor (BIS) accessories- 25 nos of disposable
sensors(appropriate for children).
7. Reusable SpO2 sensors: Adult sensors - 2 Nos ; Paediatric sensors- 4 nos;
Neonatal sensors 4 nos.
8. Accessories for measuring Cardiac output (including Paediatric catheter
etc..) (5 sets) compatible with machine.
9. Temperature: Skin/ surface, nasopharyngeal, rectal probes - 1 each.
10. Respiratory gas monitoring: complete side stream monitoring set with
tubings- 50 nos.
11. Flow sensors- 10 Nos initially and to be supplied free of cost during whole
warranty and CMC period as and when required.
12. Oxygen Sensors (Permanent)-at least one, which could be in the Gas
monitoring module in the Workstation /Monitor (and to be supplied free of
cost during whole warranty and CMC period).
13. Integrated CO2 absorbent canister- One number
14. Bains Circuit (Disposable)-5
15. Jackson Rees Circuit (Disposable)-10
16. Reusable autoclavable silicon circuits for adult patients – 1 nos.
17. Reusable autoclavable silicon circuits for paediatric patients – 2 nos.
18. Disposable adult circuits (compatible with AWS) with catheter mounts and
right angle connector- 20 nos.
225

19. Disposable paediatric circuits (compatible with AWS) with catheter mounts
and right angle connector - 100 nos.
20. Reusable Face masks: All available sizes suitable for neonates to adults- two
nos each size
21. Pin Index yokes for O2 & N2O- one nos. each
22. Colour coded Gas hoses along with appropriate connectors for all three
gases i.e. Oxygen, Nitrous Oxide and Medical Air- one nos. each (and to be
supplied free of cost during whole warranty and CMC period as and when
required).
23. Integrated Anaesthesia ventilator- One nos.
24. Isoflourane Vaporiser-One Nos.
25. Sevoflourane Vaporiser- One Nos.
26. Reusable bags for manual ventilation 0.5 l, 1l, 2l- two each.

B) In addition, the Anaesthesia workstations should be supplied with:


quote optionally.

1. Centralised Automatic electronic anaesthesia data management & automatic


Patient Charting solution software with OR bed licenses.(4 nos) – Please
Quote separately.

2. Central Main server for charting and web browsing with screen, keyboard
mouse along with UPS and Network Printer along with all required
accessories- (1 nos) – Please Quote separately.

N.B.

The rates of all the above consumables/non-consumables and accessories


should be quoted separately for repurchase. The parts that are NOT
covered in warranty and CMC should also be quoted separately for
repurchase.

Bidder will be required to demonstrate the quoted product along with all
accessories before the technical committee, failure to demonstrate on
schedule date and time will result in outright rejection of the bid.

1. IMPORTANT INSTRUCTIONS:

1. It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.
2. All information in the tender document must be supported by original
product data sheets. Computer generated data sheets shall not be
accepted.
226

3. All information asked for must be provided in the compliance statement


under the heading given above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching with
the technical details in the compliance statement and the technical
brochure – reciprocally.
4. The Technical Committee shall be free to relax the above specifications; or
consider any new technology not including above, if quoted against this
tender but considered suitable for the purpose of the Institute; or reject
any bid without assigning any reason. This decision of the Technical
Committee shall not be challengeable under any administrative or legal
process.
5. All the equipments/ accessories/ software offered against this tender
should have approval of the regulatory/ Standardization board of the
country of origin of the equipments for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals of the Competent Authorities for import and
installation of the equipment/spares etc.
6. Supplier must ensure the availability of ‘expertise service’ and
maintenance in Delhi/ NCR. Availability of spare parts and repair for the
next 10 years must be ensured.
7. Application Specialist should be available for on-site training and for
training of the medical and technical staff of the Institute as and when
required after supply.
8. Price of L1 shall be based on price bid of the main equipment (Scope of
supply – Part A and B), plus cost of CMC from 6th to 10th years.
2. SUPPLIER’S BACKGROUND:
1. The bid shall be submitted directly by the Principals or by a Distributor
who must be in the business of supply, installation and maintenance of
anaesthesia workstations from the same Principals for more than three
years continuously at the time of quoting this tender. The Principals must
have world-wide base of installations of such equipment including at least
two installations in reputed medical institutions in India with a functional
track record of over 2 years.
2. The Principals / Distributor must be having a clean track record of
performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.
3. INSTALLATION:
1.1 Installation shall be free of cost and shall be the responsibility of the
supplier.
227

1.2 All accessories, including batteries, hoses and filters etc. as necessary for
complete, smooth and breakdown-free functioning of the entire system
and shall be the responsibility of the supplier.

4. SPARES :

1.1 The supplier shall commit in writing to maintain regular supply of


essential consumables, software upgradations and spares for smooth
performance of the equipment without any interruption on this account
for next 10 years at least.

1.2 The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after warranty and CMC
period must be attached/enclosed along with the sealed quotation failing
which their bids are liable to be rejected.

1.3 If any spares & accessories other than the price list attached/enclosed by
the firm are required for future repair it will be borne by the firm only.

4.4 The rates of these items (Consumables, Non-consumables and


Accessories) shall not increase till the next five years. However, if there
is a drop in the rates of any of these items, the benefits of the same shall
be passed to the Institute immediately by the supplier. An unambiguous
commitment in writing for the same shall be submitted by the Supplier
while submitting his bid against this tender.

5. AFTER SALE SERVICE:

6.1 The supplier shall provide complete on-site training to all the staff of the
department. A factory-trained service engineer well versed to handle and
maintain the equipment shall be available whenever needed.

6.2 The supplier shall give a commitment for 98% uptime of the equipment,
calculated on annual basis, with penalty equivalent to double the amount
of daily cost of the unit for each day’s delay’s in proper functioning of the
unit beyond 2% downtime per annum (calculated on the basis of the total
cost of the AT divided by the total life span of the equipment taken as
equivalent to 3000 working days), subject to minimum penalty of Rs.
One thousand per day for the extra down time period of more than 7
days in a given calendar year. That means a total 7 (seven) days of
downtime shall be permitted in a span of every 12 months, without
invoking the penalty clause.

6. WARRANTY/GUARANTEE:
228

7.1 After installation, the system should be guaranteed for a period of 5


years including all spares and accessories like all modules with cables,
oxygen sensing devices including, flow sensors and probes,
Respiratory/ Anaesthetic gas monitoring devices and any other part
required for faultless and uninterrupted functioning of the equipment
from the date of commissioning; any repair and replacement will be
done by the supplier without any charges; same arrangement will
continue during the CMC period. Cost of annual CMC from 6 th to 10th
year must be quoted separately. Annual CMC cost for 6th-10th year shall
be included for price comparison. Vendors not quoting CMC rates for 6th
-10th year shall stand rejected. There should be free, regular upgradation
with newer technology, as and when evolved during the entire period of
warranty and CMC.

7.2 The Principals shall give an unqualified commitment that the


maintenance and guarantee of the equipment shall in no way be affected
by any change in its administrative or trade set up like change in the
authorized agent or any merger, transfer (in part or full), amalgamation
or separation of the company or any of its constituents etc. for that
matter.

7.3 A list of installations existing in the country /abroad with ‘satisfactory


service certificate’ (from at least 2 medical institutions in India), should
be submitted to support the claim of a good performance of the
equipment.

73. 110/SSPHPGTI/ FLASH STEAM STERILIZER


T3/2016-17/ 1. Should be fully automatic table top high pressure steam sterilizer with
anesthesia/04 chamber volume of 20 L for sterilization of wrapped, unwrapped,
hollow and porous materials.
2. Should have fully microprocessor control system for fully independent
checking and control of the sterilization system;
3. Sterilization to be achieved at 134 degrees and 121 degrees Celsius.
4. Should have LCD display and RS 232 interface. Should have pressure
display and temperature display. Should have automatic door locking
mechanism. The system should be equipped with required safety
features. The door should have double locking safety feature and
should open only with atmospheric pressure in the chamber.
5. Should have integrated steam generator and vacuum pump. The
Sterilization chamber, jacket and steam jacket should be made of high
quality stainless steel (at least SS 304). Should have an integrated water
purification system.
229

6. Should have complete auto diagnostic system providing error codes on


display in case of failure. Controls should be visible and clearly defined;
Should have air filters.
7. Should have automatic cut-off to prevent overheating and automatic
cut-off for insufficient water, the machine should not start without
sufficient water.
8. The sterilizer should have preloaded programs for wrapped,
unwrapped instruments, textiles and rubbers. It should also have
preloaded test programs for Bowie-Dick test and Vacuum test.
9. The total cycle time for unwrapped instruments should be less than 12
minutes and less than 25 mins for wrapped instruments for a full load.
10. Unit should function with 200-240Vac, 50/60 Hz input power supply.
Equipment should be provided with a line cord (power cord) of
acceptable durability, quality, length and current carrying capacity and
should be compatible with Indian standard power socket.
11. The sterilizer should come with standard accessories like sterilization
trays, holders, start up kit etc and all accessories to run 100 cycles of
wrapped instruments.
12. All tubing, fixtures, fuses, spares and reusable and accessories should
be supplied along with the equipment.
13. Should be ISO13060 and US-FDA / European CE certified and comply
with process certification for small sterilisers.
14. The supplier should also provide the list of spares, fixtures and
installation diagrams with the quote.
15. The Bidder should also quote for all accessories/consumables required
for running the sterilizer and the prices of these items shall be fixed
from upward revision over the next 5 years.

16. Price of L1 shall be based on price bid of the main equipment along
with all accessories & consumables to run 100 cycles (of wrapped
instruments)plus cost of CMC from 6th to 10th years.

74. 111/SSPHPGTI/ MONITORING SYSTEM FOR ICU


T3/2016-17/
anesthesia/05 Sealed tenders (sealed separately as the ‘Technical Bid’ & the ‘Price Bid’) are
invited directly from the Manufacturers/Principals or from their authorized
distributor for the supply, commissioning and maintenance of state-of-the-art
Monitoring system for ICU (15 in number) for the Institute on ‘turnkey basis’
as per the specifications below. The systems offered must be US-FDA &
EUCE approved.

A. SPECIFICATIONS OF THE ICU MONITORING SYSTEM (for 15-


bedded unit):
230

1. Modular Bed side Monitors:


i. New generation monitor with multi colour display TFT Touch
screen minimum 19 inch in size. Should be modular in design
and have the facility to access the hospital data and have ability
to interface with third party devices.
ii. Module/pods should be front mounted with single, dual or
combination modules freely exchangeable with all the
monitors
iii. Twelve simultaneous graphical display with separate window
for numerical display
iv. Ability to monitor the following parameters:
a. ECG-12 lead with ST segment analysis and
arrhythmia detection with alarm for lethal
arrhythmias
b. SpO2- Should be supported with Massimo
technology.
c. Sidestream/mainstream/microstream EtCO2-
Display both inspired and expired values,
showing capnograph. Measurement should dual-
wavelength, non-dispersive infrared.
d. NIBP by Oscillometric method utilizing step
deflation method.
e. Invasive BP(four)
f. Respiration
g. Cardiac output- Cardiac output should be based
on thermodilution method.
h. Dual Temperature-Should be able to measure
skin as well as core
(Esophageal/Tympanic/Rectal) temperature.
i. NMT: For measurement and display of TOF
count, TOF%, ST, DBS, Tetanic and Trend for
continuous usage.
j. BIS Should display one channel waveform;
Should display SQI and Electromyogram value.
k. Oxy CRG

v. Trend facility for 72 hours


vi. Event recall and both manually and automatically triggered by
alarm; User selectable alarm limits.
vii. Should have US FDA and European CE approval.
viii. Should be able to display mini trends of displayed parameters
next to waveforms.
ix. Should have in built drug dose calculation package.
x. Should have atleast 5 different layouts configurable by user.
231

xi. Should provide Haemodynamic , Oxygenation , Ventilation


calculation
Package.
xii. Monitor to Monitor viewing facility.
xiii. Should have web browsing facility.
2. Central station with the following features –
a. Central station should monitor at least 15 patients.
b. Screen size of at least 21” color TFT LED display complete with
Ethernet LAN cabling or equivalent to view bed to bed waveforms..
c. Screen should be user configurable and display 4 channels with
numerical values.
d. Should have graded alarm system
e. Central station should be supplied with network laser printer to print
events and reports
f. Central station should have trends of at least 2 hrs.

Compliance statement should be supported with brochures and technical


data sheet and may call for demonstration if required

SCOPE OF SUPPLY FOR THE 15 BEDSIDE MONITORS:

1. Bedside Monitors (15 nos)


2. Central station with 21” TFT display and laser printer(1 nos)
3. Module for monitoring ECG /Resp(15 nos)
4. Module for monitoring NIBP(15 nos)
5. Module for monitoring SpO2(15 nos)
6. Module for monitoring two Invasive pressures(15 nos)
7. Module for monitoring Core and Skin Temperature(15 nos)
8. Module for monitoring Side stream EtCO2 (15 nos)
9. Module for monitoring BIS (2 nos)
10. Module for monitoring Cardiac output ( 2 nos)
11. Module for monitoring NMT ( 2 nos)
12. 5 lead ECG cables with clip (15 nos)
13. 12 lead ECG cables with clip (15 nos)
14. Reusable Adult NIBP cuff with Hose (30 nos)
15. Reusable Pediatric NIBP cuff with Hose (30 nos)
16. Reusable Neonatal NIBP cuff with Hose (30 nos)
17. Reusable Adult SpO2 sensors with cable (30 nos)
18. Reusable Pediatric SpO2 sensors with cable (30 nos)
19. Reusable Neonatal SpO2 sensors with cable.(30 nos)
20. Reusable transducer with cable and all accessories for
measuring invasive pressures.(30 nos)
21. Reusable Central temperature Probe (20 nos)
22. Reusable Skin temperature probe (20 nos)
232

23. Reusable Accessories (including cables) for measuring


NMT (10 nos)
24. Reusable Accessories (including cables) for measuring BIS
(10 nos)

Consumable / Single Patient Use items to be supplied (with 15 Monitors) in


quantities as mentioned below:
25. Disposable IBP accessories including domes, transducers
(75 nos)
26. Disposable Accessories for Side stream Capnography. (300
sets)
27. Disposable Sensors for BIS (50nos)
28. Disposable Accessories for measuring Cardiac Output. (45
sets)

Prices of the following to be quoted separately

i. Cardiac output Module with all accessories.


ii. NMT Module: Complete with all accessories.
iii. BIS: Module with complete accessories including 25 adult
sensors.

The vendor MUST quote the prices applicable for all the above
consumables/ nonconsumables for the next five years, which shall remain
fixed from upward revision for the entire tenure of five years. Benefits of
price reduction shall be passed on to the institute as and when applicable.

1. IMPORTANT INSTRUCTIONS:

1. It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

2. All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

3. All information asked for must be provided in the compliance statement


under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching with
the technical details in the compliance statement and the technical
brochure – reciprocally.
233

4. The Technical Committee shall be free to relax the above specifications;


or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the Technical
Committee shall not be challengeable under any administrative or legal
process.

5. All the equipments / accessories / software offered against this tender


should have approval of the regulatory / Standardization board of the
country of origin of the equipments for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for import
and installation of the equipment/spares etc.

6. Supplier must ensure the availability of ‘expertise service’ and


maintenance in NCR. Spare parts and repair for the next 10 years must be
ensured.

7. Application Specialist should be available for on-site training and for


training of the medical and technical staff of the Institute as and when
required.

8. Price of L1 shall be based on price bid of the main equipment -


Monitoring System with essential accessories(Scope of Supply 1-28), as
well as cost of annual CMC from 6th to 10th years.

2. SUPPLIER’S BACKGROUND:

1. The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of supply, installation and maintenance of
Monitoring System from the same Principals for more than five years
continuously at the time of quoting this tender. The Principals must have
world-wide base of installations of such equipment including in reputed
medical institutions in India with a functional track record of over 2
years.

2. The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

3. INSTALLATION:
234

1. Installation shall be free of cost and shall be the responsibility of the


supplier.

2. All accessories like UPS and spares etc as necessary for complete,
smooth and breakdown-free functioning of the entire system and shall
be the responsibility of the supplier.

4. SPARES :
1.1 The supplier shall commit in writing to maintain regular supply of
essential consumables, software upgradations and spares for smooth
performance of the equipment without any interruption on this account
for next 10 years at least.

1.2 The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after warranty and CMC
period must be attached/enclosed along with the sealed quotation
failing which their bids are liable to be rejected.

1.3 If any spares & accessories other than the price list attached/enclosed by
the firm are required for future repair it will be borne by the firm only.

4.4 The rates of these items shall not increase till the next five years. However,
if there is a drop in the rates of any of these items, the benefits of the same
shall be passed to the Institute immediately by the supplier. An
unambiguous commitment in writing for the same shall be submitted by
the Supplier while submitting his bid against this tender.

5. BOOKS:

6. AFTER SALE SERVICE:

1. The supplier shall provided complete on-site training to all the staff of the
department. A factory-trained service engineer well versed to handle and
maintain the equipment shall be available within 6 hours of the call,
whenever needed.

2. The supplier shall give a commitment for 98% uptime of the equipment,
calculated on annual basis, with penalty equivalent to double the amount
of daily cost of the unit for each day’s delay’s in proper functioning of the
unit beyond 2% downtime per annum (calculated on the basis of the total
cost of the AT divided by the total life span of the equipment taken as
equivalent to 3000 working days), subject to minimum penalty of Rs. One
thousand per day for the extra down time period of more than 7 days in
a given calendar year. That means a total 7 (seven) days of downtime
235

shall be permitted in a span of every 12 months, without invoking the


penalty clause.

7. WARRANTY/GUARANTEE:

1. After installation, the system should be guaranteed for a period of 5


years including all modules, accessories, spares and any other part
required for faultless and uninterrupted functioning of the equipment
from the date of commissioning; any repair/ replacement will be done
by the supplier without any charges; same arrangement will continue
during the CMC period. Cost of annual CMC from 6 th to 10th year must
be quoted separately. Annual CMC cost for 6th-10th year shall be
included for price comparison. Vendors not quoting CMC rates for 6th -
10th year shall stand rejected. There should be free, regular upgradation
with newer technology, as and when evolved during the entire period of
warranty and CMC.

2. The Principals shall give an unqualified commitment that the


maintenance and guarantee of the equipment shall in no way be affected
by any change in its administrative or trade set up like change in the
authorized agent or any merger, transfer (in part or full), amalgamation
or separation of the company or any of its constituents etc for that
matter.

3. A list of installations existing in the country /abroad with ‘satisfactory


service certificate’, if available from the users, may be submitted to
support the claim of a good performance of the equipment.

8. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up; in the recent
times (preceding six months) and shall remain so for at least the next six
months subject to variations in the foreign exchange rates, if applicable.
If the tender is accepted, the Institute shall be free to initiate any action,
as deemed fit, in case a violation in the commitment is detected at any
state subsequently.

List of Abbreviations Used:


1. ICU - Intensive Care Unit
2. ECG – Electrocardiograph
236

3. NIBP – Non Invasive Blood Pressure


4. SpO2 – Saturation of Oxygen by Pulse Oximetry
5. EtCO2 – End Tidal Carbon Dioxide Concentration
6. FiO2 – Fraction of Inspired Oxygen
7. NMT- Neuromuscular Monitoring
8. TOF – Train of Four
9. ST – Single Twitch
10. DBS- Double Burst Stimulation
11. BIS – Bi Spectral Index
12. Oxy CRG - Oxy-cardiorespirography

75. 112/SSPHPGTI/ FOR ICU VENTILATORS


T3/2016-17/
anesthesia/06
A. TECHNICAL SPECIFICATIONS FOR AN ICU VENTILATOR
1. State of the art new generation microprocessor controlled ventilator
suitable for neonates to adult patients. Should have Compressor based
technology. Turbine or Venturi based technology will not be accepted.
2. The front panel should have a TFT/LCD touch screen of at least 12 inch
or more with ability to display:
i. Status indicator for the ventilation mode, battery life, patient data
and alarm.
ii. Simultaneous display of set, delivered and alarm set parameters.
iii. Ability to display - pressure - time, volume - time and flow - time
waveform.
iv. Ability to display PV and FV loops with facility of saving 1 loop for
reference.
v. Automatic scaling facility for the graphic display.
vi. Trend facility for 24 hours.

3. Should be both volume controlled and pressure controlled with


availability of ventilation modes like: IPPV, CPAP/PEEP, SIMV with
pressure support, Pressure support, inverse ratio ventilation, APRV and
BIPAP. Should have Pressure regulated volume controlled (PRVC) /
pressure controlled volume assured (PCVA) / Auto mode. The ventilator
should have facility to provide non invasive ventilation. Should have
ASV/ MMV mode.

4. Should preferably have advanced weaning protocols for spontaneously


breathing patients with feedback for automatic weaning.

5. Apnoea / backup ventilation mode.


237

6. UPS/Battery backup for minimum 2 Hr for Ventilator including


Compressor.

7. Should display a minimum of 2 curves/graphs simultaneously on screen.

8. Automatic compliance & leakage compensation for circuit or


endotracheal tube.

9. Ability to monitor the following parameters:

i. Tidal volume(Inspired and Expired)


ii. Minute volume(Inspired and Expired)
iii. Spontaneous minute volume,
iv. Airway pressure both peak and mean,
v. Frequency of breath- Set(inspired),Spont.,Total
vi. Plateau pressure,
vii. Intrinsic PEEP.
viii. Static compliance and resistance
ix. FiO2

10. Audiovideo alarms for all measured and monitored parameters.


11. Available adjustable ventilator settings for neonates and adults should be:

i. Tidal volume 5 ml to 2000 ml in VC mode


ii. Respiratory rate (5-80 bpm),
iii. SIMV rate (1-60 bpm),
iv. Inspiratory pressure (0-90 cm H2O)
v. Pressure ramp/slope,
vi. CPAP/PEEP (0-40 cm H2O),
vii. Pressure support (0-35 cm H2O),
viii. FiO2 (21%-100%),
ix. Pause time,
x. Pressure trigger
xi. Flow trigger (0.3-10 lpm)

12. Unit should be supplied with compatible ultrasonic Nebulizer.


13. Should have integrated ETCO2 with Volumetric capnography.
14. Unit should be supplied with suitable heated humidifier.
15. The ventilator should have low operating costs with a paramagnetic
permanent/ non consumable O2 sensor for FiO2 monitoring and the bidder
should ensure to replace the same as and when required (free of cost) to
run the ventilator effectively during the 5 yr guarantee period. Please
quote for same arrangement (Free of cost replacement) during the CMC
period (6th to 10th yrs).
238

16. The Ventilator should be supplied with a rechargeable battery and flow
sensor and the bidder should ensure to replace the same as and when
required (free of cost)to run the ventilator effectively during the 5 yr
guarantee period Please quote for same arrangement (Free of cost
replacement) during the CMC period (6th to 10th yrs).
17. Expiratory block should be autoclavable and no routine calibration
required
18. Reusable silicon hoses for adult and paediatric use
19. Ability to calculate:
i. Occlusion pressure,
ii. Intrinsic PEEP
iii. Lower and upper inflection point
20. Integrated Medical air compressor of same make as the basic unit
which should fit on the same trolley. Ability to provide oil free
medical air (ISO breathing air purity class) at a peak flow rate of
minimum 180 LPM. Automatic activation in case of wall supply air
failure.
21. Quality Standards and Support requirements
a. The Complete offered unit (at least the Ventilator, Compressor,
Nebulizer and the Humidifier) should have US-FDA
certificate/EUCE.
b. The unit should comply with relevant IEC Certification
c. Electromagnetic compatibility ICE/EN 60601-1-2
d. ISO 5369 EN794-1 Standard for ICU ventilators.
e. Indian subsidiary/ dealer should have nationwide network, support
offices in Delhi/NCR and should preferably be ISO 9001 certified.
22. Demonstration of the system before the technical committee at site is
mandatory before finalization of the technical bid. Failure to
demonstrate will lead to outright rejection of the bid.

Scope of supply WITH EACH ventilator should include

a) Basic Unit (100 – 240 V) (1)


b) Modular Corrosion free Imported Trolley of same make(1)
c) Compressor of the same make as ventilator (1)
d) Ultrasonic Nebuliser with its accessories(1)
e) Imported Hinged arm for rail support for patient circuit (1)
f) Humidifier (1) with each ventilator - complete with 3 reusable jars
with each ventilator (2 for infants and 1 for Pediatric and Adult
patients)
g) Test Lungs (3) with each ventilator – Infants (1),Pediatric (1), Adult
(1 )
h) Flow sensors (1 initially and to be supplied FOC during the warranty
and CMC period)
239

i) O2 Sensor (1 initially and to be supplied FOC during the warranty


and CMC period)
j) Rechargeable Battery (1 initially and to be supplied FOC during the
warranty and CMC period)
k) Oxygen connecting Hose for connecting to wall sockets in ICU. The
bidder will have the responsibility of supplying matching
connectors. (1 initially and to be supplied FOC during the warranty
and CMC period)
l) Air connecting Hose for connecting to wall sockets in ICU. The
bidder will have the responsibility of supplying matching
connectors. (1 initially and to be supplied FOC during the warranty
and CMC period)
m) NIV Silicon full face non-vented reusable masks with Straps –
(Small, Medium and Large sizes (S,M,L respectively ).(5 sets of 3
masks (S,M,L sizes) with each ventilator).
n) Reusable autoclavable expiratory valves (3 sets with each ventilator)
o) Reusable Silicon circuits complete with water traps and catheter
mount for Adults (2 with each ventilator)
p) Reusable Silicon circuits complete with water traps and catheter
mount for children (3 with each ventilator)
q) Disposable Nebuliser Accessory kits with auto bypass valve. ( 20
sets with each ventilator)
r) Adult Disposable Circuit complete with water traps and catheter
mount (10 with each ventilator)
s) Pediatric Disposable Circuit complete with water traps and catheter
mount. (50 with each ventilator)
t) Disposable Expiratory valves for use with serious infectious patients
(30 with each ventilator).In Case, disposable are not available, please
quote for 2 Reusable valves instead.
The vendor MUST quote the prices applicable for all the above
consumables/ nonconsumables and those parts that are not covered in
warranty and CMC separately for repurchase for the next five years, which
shall remain fixed from upward revision for the entire tenure of five years.
Benefits of price reduction shall be passed on to the institute as and when
applicable
1. IMPORTANT INSTRUCTIONS:

1. It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of Competent Authorities for
import and installation of the equipment / spares etc.
2. All information in the tender document must be supported by original
product data sheets. Computer generated data sheets shall not be
accepted.
240

3. All information asked for must be provided in the compliance


statement under the heading give above. The vendors shall submit
point-wise compliance statement in regard to the specifications asked
for in the tender and should mention corresponding page numbers
matching with the technical details in the compliance statement and
the technical brochure – reciprocally.
4. The Technical Committee shall be free to relax the above specifications;
or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the
Technical Committee shall not be challengeable under any
administrative or legal process.
5. All the equipments / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipments for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory
requirements and to take approvals and to take of the Competent
Authorities for import and installation of the equipment/spares etc.
6. Supplier must ensure the availability of ‘expertise service’ and
maintenance in Delhi/NCR. Spare parts and repair for the next 10 years
must be ensured.
7. Application Specialist should be available for on-site training and for
training of the medical and technical staff of the Institute as and when
required.
8. Price of L1 shall be based on price bid of the main equipment with all
accessories (Scope of Supply Item a to t ) as well as cost of annual CMC
from 6th to 10th years.
2. SUPPLIER’S BACKGROUND:
1. The bid shall be submitted directly by the Principals or by a Distributor
who must be in the business of supply, installation and maintenance of
ICU Ventilators from the same Principals for more than three years
continuously at the time of quoting this tender. The Principals must have
world-wide base of installations of such equipment including at least two
installations in reputed medical institutions in India with a functional
track record of over 2 years.
2. The Principals / Distributor must be having a clean track record of
performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.
3. INSTALLATION:
1. Installation shall be free of cost and shall be the responsibility of the
supplier.
241

2. All accessories including batteries etc as necessary for complete, smooth


and breakdown-free functioning of the entire system and shall be the
responsibility of the supplier.
4. SPARES :
1.1 The supplier shall commit in writing to maintain regular supply of
essential consumables, software upgradations and spares for smooth
performance of the equipment without any interruption on this
account for next 10 years at least.
1.2 The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after guarantee/warranty
period must be attached/enclosed along with the sealed quotation failing
which their bids are liable to be rejected.
1.3 If any spares & accessories other than the price list attached/enclosed by
the firm are required for future repair it will be borne by the firm only.

4.4 The rates of these items (Consumables, Nonconsumables and


Accessories) shall not increase till the next five years. However, if there
is a drop in the rates of any of these items, the benefits of the same shall
be passed to the Institute immediately by the supplier. An unambiguous
commitment in writing for the same shall be submitted by the Supplier
while submitting his bid against this tender.

5. AFTER SALE SERVICE:


1. The supplier shall provided complete on-site training to all the staff of the
department. A factory-trained service engineer well versed to handle and
maintain the equipment shall be available within 6 hours of the call,
whenever needed.
2. The supplier shall give a commitment for 98% uptime of the equipment,
calculated on annual basis, with penalty equivalent to double the amount
of daily cost of the unit for each day’s delay’s in proper functioning of the
unit beyond 2% downtime per annum (calculated on the basis of the total
cost of the AT divided by the total life span of the equipment taken as
equivalent to 3000 working days), subject to minimum penalty of Rs. One
thousand per day for the extra down time period of more than 7 days in
a given calendar year. That means a total 7 (seven) days of downtime shall
be permitted in a span of every 12 months, without invoking the penalty
clause.
6. WARRANTY/GUARANTEE:
1. After installation, the system should be guaranteed for a period of 5
years including all spares and accessories like batteries, Oxygen sensor,
Flow sensors etc. from the date of commissioning. Cost of annual CMC
from 6th to 10th year must be quoted separately. Annual CMC cost for 6th-
10th year shall be included for price comparison. Vendors not quoting
242

CMC rates for 6th -10th year shall stand rejected. There should be free,
regular upgradation with newer technology, as and when evolved during
the entire period of warranty/CMC.
2. The Principals shall give an unqualified commitment that the
maintenance and guarantee of the equipment shall in no way be affected
by any change in its administrative or trade set up like change in the
authorized agent or any merger, transfer (in part or full), amalgamation
or separation of the company or any of its constituents etc for that
matter.
3. A list of installations existing in the country /abroad with ‘satisfactory
service certificate’ (from at least 2 medical institutions in India), should
be submitted to support the claim of a good performance of the
equipment.
7. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up; in the recent
times (preceding six months) and shall remain so for at least the next six
months subject to variations in the foreign exchange rates, if applicable.
If the tender is accepted, the Institute shall be free to initiate any action,
as deemed fit, in case a violation in the commitment is detected at any
state subsequently.

List of Abbreviations Used:


1. ICU - Intensive Care Unit
2. IPPV - Intermittent Positive Pressure Ventilation
3. SIMV - Synchronized Intermittent Mandatory
Ventilation
4. CPAP - Continuous Positive Airway Pressure
5. PEEP - Positive End Expiratory Pressure
6. APRV – Airway Pressure Release Ventilation
7. BiPAP – Biphasic Positive Airway Pressure
8. PRVC - Pressure regulated volume controlled
9. PCVA - Pressure controlled volume assured
10. ASV – Adaptive Support Ventilation
11. ECG – Electrocardiograph
12. SpO2 – Saturation of Oxygen by Pulse Oximetry
13. EtCO2 – End Tidal Carbon Dioxide Concentration
14. FiO2 – Fraction of Inspired Oxygen
15. VC – Volume Control
16. NIV – Non Invasive Ventilation
243

76. 116/SSPHPGTI/ TRANSPORT VENTILATORS


T3/2016-17/
anesthesia/10 Sealed tenders (sealed separately as the ‘Technical Bid’ & the ‘Price Bid’) are
invited, directly from the Manufacturers/Principals or their authorised
distributors for the supply, commissioning and maintenance of state-of-the-art
Transport Ventilators (4 nos.) for the Institute on ‘turnkey basis’ as per the
specifications below. The systems offered must be US-FDA approved for the
intended use.

A. SPECIFICATIONS OF EMERGENCY AND TRANSPORT


VENTILATOR

1. Should be Microprocessor controlled, Pediatric and adult ventilator


operating on mains, battery or ambulance/car battery. Internal Battery
backup should be for minimum of 6 hours including for Air Source.
Machine should display remaining battery capacity while running on
battery The Ventilator should be supplied with a DC power cable for
powering the ventilator from Ambulance power supply. Additional
Battery, if available should be quoted separately with duration of the
Battery Life.
2. Should have either built in or integrated Air source/Compressor/Turbine.
Should have a built in Electronic Blender for Air and Oxygen. The Air
source should have integrated dust filters.
3. Should be both volume controlled and pressure controlled with
availability of ventilation modes like: IPPV, CPAP/PEEP, SIMV with
pressure support, Pressure support and inverse ratio ventilation.
4. Machine should have both invasive and non invasive ventilation modes.
5. Should have apnoea backup ventilation mode.
6. Should have integrated LED display for display of set and expired data
as below :
 Tidal volume: 50ml - 2 litres.
 Breath Rate:2-50 breaths/min
 PEEP (integrated in main unit) : 0 to 20 mbar/cm H2O
 Inspiratory Pressure: 20-60 cm H2O
 Pressure Support : 0 – 30 cm H2O
 Monitoring of P mean, PIP, P plateau, VT expired, MV expired.
7. Should have selectable Flow Trigger or Pressure Trigger or both.
8. Should have provision for Automatic Leak Compensation.
9. Should have both audio & visual alarms for:
a. High & Low Pressure
b. High pressure
c. Apnea
d. Setting errors
e. Low battery
244

f. Power Failure

10. Ventilator should be of low weight (not more than 8 kg).The design
must be compact in order to accommodate the ventilator in
Ambulances and/or for inter or intra hospital transfer of patients and
durable.

11. SCOPE OF SUPPLY WITH EACH TRANSPORT


VENTILATOR :
a. Main unit with inbuilt battery; The Ventilator should be
supplied with a DC power cable for powering the ventilator
from Ambulance power supply.
b. Reusable Breathing circuit set with expiratory valve and flow
sensor(3 sets of adult and pediatric each)
c. Disposable Breathing circuits(20 adult and pediatric each)
d. HME filter (20 nos)
e. Bracket for fixing on trolley / bed rail (1 nos)
f. AC-DC adaptor(1 nos)
g. Oxygen high pressure hose and adaptor for low pressure
oxygen inlet.(1 each)
h. Test Lung 0.5,1.0,2.0 litres(1 each)
i. Compatible Pedestral stand(1 nos)
j. Instruction Manual

12. To be quoted as optional:


a. 12 volts ambulance car charger.
13. Quality Standards and Support requirements
a. The offered unit should have US-FDA certificate
b. The unit should comply with relevant IEC Certification
c. Vibration standard MIL STD 810F, method 514.5
d. Airworthiness RTCA DO-160 D, section 7,8,21
e. EC Directive 93/42/EEC Class IIb
f. UMDNS Code 18-098
g. Electromagnetic compatibility ICE/EN 60601-1-2:2001 and ISO
10651-3
h. Indian subsidiary/ dealer should have nationwide network,
support offices and must be also ISO 9001 certified.

14 Drop test/shock test proof.

1. IMPORTANT INSTRUCTIONS:

1.1 It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.
245

2.1 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

3.1 All information asked for must be provided in the compliance statement
under the heading given above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching with
the technical details in the compliance statement and the technical
brochure – reciprocally.

4.1 The Technical Committee shall be free to relax the above specifications;
or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the Technical
Committee shall not be challengeable under any administrative or legal
process.

5.1 All the equipments/ accessories/ software offered against this tender
should have approval of the regulatory/ Standardization board of the
country of origin of the equipments for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals of the Competent Authorities for import and
installation of the equipment/spares etc.

6.1 Supplier must ensure the availability of ‘expertise service’ and


maintenance in Delhi/ NCR. Availability of spare parts and repair for the
next 10 years must be ensured.

7.1 Application Specialist should be available for on-site training and for
training of the medical and technical staff of the Institute as and when
required after supply.

8.1 Price of L1 shall be based on price bid of the main equipment (Scope of
supply – a-j ), plus cost of CMC from 6th to 10th years.

2. SUPPLIER’S BACKGROUND:

1. The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of supply, installation and maintenance of
Transport Ventilators from the same Principals for more than three
years continuously at the time of quoting this tender. The Principals
must have world-wide base of installations of such equipment including
246

at least two installations in reputed medical institutions in India with a


functional track record of over 2 years.

2. The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

3. INSTALLATION:

1. Installation shall be free of cost and shall be the responsibility of the


supplier.

2. All accessories, including batteries, hoses and filters etc. as necessary


for complete, smooth and breakdown-free functioning of the entire
system and shall be the responsibility of the supplier.

4. SPARES :

1. The supplier shall commit in writing to maintain regular supply of


essential consumables, software upgradations and spares for smooth
performance of the equipment without any interruption on this account
for next 10 years at least.

2. The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after warranty and CMC
period must be attached/enclosed along with the sealed quotation failing
which their bids are liable to be rejected.

3. If any spares & accessories other than the price list attached/enclosed by
the firm are required for future repair it will be borne by the firm only.

4. The rates of these items (Consumables, Non-consumables and


Accessories) shall not increase till the next five years. However, if there is
a drop in the rates of any of these items, the benefits of the same shall be
passed to the Institute immediately by the supplier. An unambiguous
commitment in writing for the same shall be submitted by the Supplier
while submitting his bid against this tender.

5. AFTER SALE SERVICE:

6.1 The supplier shall provide complete on-site training to all the staff of the
department. A factory-trained service engineer well versed to handle and
maintain the equipment shall be available whenever needed.
247

6. WARRANTY/GUARANTEE:

7.1 After installation, the system should be guaranteed for a period of 5 years
including all spares and accessories for faultless and uninterrupted
functioning of the equipment from the date of commissioning; any
repair/ replacement will be done by the supplier without any charges;
same arrangement will continue during the CMC period. Cost of annual
CMC from 6th to 10th year must be quoted separately. Annual CMC cost
for 6th-10th year shall be included for price comparison. Vendors not
quoting CMC rates for 6th -10th year shall stand rejected. There should be
free, regular upgradation with newer technology, as and when evolved
during the entire period of warranty and CMC.

7.2 The Principals shall give an unqualified commitment that the maintenance
and guarantee of the equipment shall in no way be affected by any change
in its administrative or trade set up like change in the authorized agent or
any merger, transfer (in part or full), amalgamation or separation of the
company or any of its constituents etc. for that matter.

7.3 A list of installations existing in the country /abroad with ‘satisfactory


service certificate’ (from at least 2 medical institutions in India), should be
submitted to support the claim of a good performance of the equipment.

7. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.

77. 121/SSPHPGTI/ Endoscopy Sinus Surgery Set


T3/2016-17/
ENT/04 EUCE/US FDA approved Medical grade SS, matt finish, catalogue no. and
company name to be imprinted on instrument, life time waranty against rusting,
demonstration of quoted items before the technical committee.
1. Sinus Scopes 4mm -0,30,45,70 degree, wide angle, colour marked,
autoclavable, US FDA certified.
2. Sinus Scopes 2.7 mm -0,30,45,70 degree, wide angle, colour marked,,
autoclavable, US FDA certified
3. Sinus scope variable degree in single scope : 4 mm, US FDA certified
4. Telescope Handle , Flat- for use with 4 mm and 2.7mm telescope.
5. Telescope Handle , Round for use with 4 mm and 2.7mm telescope
6. Suction & Irrigation Sheath OD-6mm for 0 / 30" telescope
248

7. Blakesley-W Ethmoid Fcps. Straight-L-12.5 cm, size-


1.5/2/3/3.5/4/4.5/5/5.5/mm-one each
8. Blakesley W Ethmoid [Link] 45" L-12.5 cm, size-
1.5/2/3/3.5/4/4.5/5/5.5mm- one each
9. Blakesley-Wilde Ethmoid Fcps. Upturned 90" L-12.5 cm, size-
2/3/3.5/4/4.5/5mm - one each
10. Thrucut Blakesly Ethmoid Fcp Straight-L-12.5cm size-
1.5/2/3/3.5/4/4.5mm - one each
11. Thrucut Blakesley Ethmoid [Link] 45" L-12.5 cm, size-1.5 /3/
3.5/4 mm- one each
12. Thrucut Blakesley Ethmoid [Link] 90" L-12.5 cm, size-
1.5/3/3.5/ 4.0 mm- one each
13. Blakesley- Ethmoid Fcps with suction. Straight-L-12.5 cm, size-
3/3.5/4/4.5/5 mm- one each
14. Blakesley- Ethmoid Fcps with suction Upturned 45"-L-12.5cm, size-
3/3.5/4/4.5mm - one each
15. Blakesley- Ethmoid Fcps with suction Upturned 90"-L-12.5cm, size-
3/3.5/4/4.5mm- one each
16. Stamberger Antrum Punch 4.5mm / 3.5mm Rotatable Working Length
11cm- one each
17. Stamberger Antrum Punch. 4.5mm lef /Right , Up/ Down cutting
Working Length 11cm- one each
18. Stamberger Antrum [Link] and Left Side Biting Down and
Forward Cutting W.L.11cm- one each
19. Toby Antrum Punch. Working Length 11cm
20. Antrum Punch. 2 .0/ 2.5 / 3.0 mm Jaw Working Length 11 cm- one
each
21. Scissor Nasal L-11 cm. straight / Left / Right cutting- one each
22. Sickle Knife. - 19cm.-Pointed. & Blunt - one each
23. Sickle Knife.19cm.-Pointed -Double Edge for Uncinectomy.
24. Antrum Currete. Oval. 19cm. Size. 1/2/3- one each
25. Antrum Curette. Oval. 19cm. 2mmx5mm./ 3mmx5mm- one each
26. Antrum Curette. 19 cm Forward Cutting./ backward cutting- one each
27. Frontal Sinus `J` Curette. Kuhn-Bolger Small-oval. Forward cutting.
[Link]/ 55degree- one each
28. Elevator D/E. Broad. Freers. 20cm/8"
29. Suction Cannula. Eicken. Long Curved OD 2.5/3.0/4.0/4.5 mm - 4
sizes
30. Suction Cannula. Eicken. Short Curved OD 2.5/3.0/4.0/4.5 mm-4 sizes
31. Suction Cannula. Ritter. 14.5cm . OD 2.5/3.0/4.0 mm
32. Nasal & Antrum Probe. Malleable. 1.2mm/2mm Ball. Cvd. 19cm.
33. Frontal Ostium Seeker Kuhn-Bolger. D/[Link] 90ø Hook on one
end.
34. Maxillary Sinus Ostium Seeker 1.2mm/2mm Ball. 90ø bent ends.
35. Frontal Sinus Bougie. Set of 4. 2.5/3/4//5mm. Ritter. 14.5cm.
249

36. Heuwieser Antrum Grasping Forceps. Rotatable. Working Length.


10cm.
37. Kuhn-Bolger Giraffe Fcps. 2mm &r 3 mm and. Cup D/A Upturned
90ø Jaws. /55 " jaws, Horizontal & Vertical Opening. L-12cm.- one
each
38. Stamberger Fcps. 4mm Oval Cup D/A Upturned 70ø Jaws / 110"jaws.
Vertical / Horizontal Length-12 cms- one each
39. Mushroom-Stamberger Punch Circular cutting. 3.5mm / 4.5mm.
Straight. 18cm.- one each
40. Mushroom-Stamberger Punch Circular cutting. 3.5/4,5mm. 65ø Cvd.
Up. 17cm- one each
41. Mackay-Gruenwald Nasal Punch Forceps St. 45" Thru cutting
3mmx10mm working Length 13cm- one each
42. Fcps. Bipolar. 1.5mm jaw Rotatable `X` Action Handle with Lockable
Sliding Suction Sleeve Length 18cm. AUTOCLAVABLE
43. Fcps., Bipolar Str. 1.5mm Jaw with Integrated Suction.3 Ring
[Link] 18cm.
44. Cable Bipolar. 3M. with 4mm. [Link]
45. Suction Tube. Insulated/Frazier 1/2/3/4mm. with Connector.
19cm/7.5"- one each.
46. Suction Tube. Frazier 1/2/3/4mm. . 19cm/7.5"- one each.
47. Lacrymal probe. Bowman. Set of 4.
48. Lacrymal Intubation Stent.-5 pc
49. Punctum Dilator. Nettleship.-one set
50. Kerrison punch straight&curved up-2mm/3mm- one each
51. Suction septal flap elevator
52. Malleable suction cautery cannula
78. 123/SSPHPGTI/
T3/2016-17/ Fibre-optic Laryngoscope
ENT/06
Features : Laryngoscope should :
I. -Be of high resolution
II. -Have grip fit design for single hand operation
III. -Be fully immersible
IV. Should be universible compatible with all camera head(HD)
V. EUCE/US FDA approved
VI. All the items like light source lamp and scope should be under
warranty and should be from same manufacturer

Specifications :
Optical system :

I. Field of view : At least 75 –90 degree


II. Depth of view : 5-50 mm
III. Distal end : Outer diameter : 1.8 to 2.7 mm
IV. Insertion tube : Outer diameter : 1.8 to 2.7 mm
250

V. Bending section : angulation range : Up 130 deg., Down 130 deg.


VI. Working length : 300 to 400 mm
VII. Total length : 500 to 600 mm

Light Source : Halogen light source 150 watt with built-in air-pump for
automatic leakage testing with 3 meter fibreoptic cable.

All parts to be included in warranty

79. 124/SSPHPGTI/ General Instruments


T3/2016-17/ EUCE/US FDA approved Medical grade SS, matt finish, catalogue no. and
ENT/07 company name to be imprinted on instrument, life time warranty against rusting,
demonstration of quoted items before the technical committee.

SCALAPEL
1. Scalapel/B.P. Handle. 14cm. No.3 - 5 Pc
2. Scalapel/B.P. Handle. 14cm. No.4- 5 Pc
3. Scalapel/B.P. Handle. 18cm. No.7- 5 Pc

SCISSORS
4. Suture cutting. 15cm/6"- 5 Pc
5. Metzenbaum Straight. 10cm/4" - 5 Pc
6. Metzenbaum Straight. 12.5cm/5"- 5 Pc
7. Metzenbaum, Straight. 15cm/6"- 5 Pc
8. Metzenbaum Curved. 10cm/4”- 5 Pc
9. Metzenbaum Curved. 15cm/6"- 5 Pc
10. Metzenbaum Curved. 20cm/8"- 5 Pc

FORCEPS
11. Dissecting Forceps 3mm. Serrated tip 15cm/6"- 5 Pc
12. Dissecting Forceps. 3mm. Serrated tip 20cm/8"- 5Pc
13. Dissecting Forceps 3mm. 1x2 Toothed. 15cm/6" - 5Pc
14. Dissecting Forceps 3mm. 1x2 Toothed. 20cm/8" - 5Pc
15. Adson thumb forceps 1.5mm. Serrated. 12cm/4.75" - 5Pc
16. Adson thumb forceps 1.5mm. 1x2 Toothed. 12cm/4.75" - 5Pc

ARTERY FORCEPS
17. Mosquito Artery Forceps Straight 10cm/4" 15Pc
18. Mosquito Artery Forceps Straight 15cm/6" 15Pc
19. Mosquito Artery Forceps Curved. 10cm/4" 15Pc
20. Mosquito Artery Forceps Curved. 12.5cm/5" 15Pc
21. Artery Forceps Spencer Wells. Straight. 15cm/6" 15Pc
22. Artery Forceps Spencer Wells. Straight. 20cm/8" 15Pc
23. Artery Forceps Spencer Wells. Curved. 15cm/6" 15Pc
251

24. Artery Forceps Sp- Spencer Wells. Curved. 20cm/8" 15Pc

TISSUE HOLDING FORCEPS/instruments


25. Allis Tissue holding forceps 4x5 Teeth. 15cm/6" 15 Pc
26. Allis Tissue holding forceps 5X 6 teeth. 20cm/8” 15Pc
27. Babcock forceps 5mm Jaw. 15cm/6” 15 Pc

RETRACTORS
28. Gillies Skin hook 2mm -16cm/6.25” 5 Pc
29. Gillies Skin hook 4mm- 16cm/6.25" 5 Pc
30. Mcindoe Skin hook 3mm -19cm/7.25" 5 Pc
31. Single hook/ Cricoid hook. Sharp and blunt. 16cm/6.25" 3 Pc each
32. Double hook. Sharp. 16cm/6.25" 6Pc
33. Double hook. Blunt. 16cm/6.25" 6Pc
34. Langenbeck retractor 10mm X 6mm. 16cm/6.25" 6 pc
35. Langenbeck retractor 22mmx8mm. 16cm/6.25" 6Pc
36. Langenbeck retractor 6mmWx20mmD. 21cm/8.25” 6Pc
37. Langenbeck retractor 10mmWx30mmD. 21cm/8.25" 6Pc

NEEDLE HOLDERS
38. Baby Needle holder 4.5" 5Pc
39. Needle Holder. Ryder/Hunt. Slim tip. 20cm/8" 5Pc
40. Needle Holder. Ryder/Hunt. Slim tip. 15cm/6" 5Pc
41. Needle Holder. Mayo-Hegar. 15cm/6” 5 Pc
42. Needle Holder. Mayo-Hegar. 20cm/8” 5 Pc
43. Needle Holder. Wertheim (Bozemann). 20cm/8" 2 Pc

MISCELLANEOUS
44. Frazier Suction Tube. Set of 4-1mm to 4mm. Length 23cm/9"-one set
45. Yankauer suction canula. 27cm. 5 Pc
46. Instrument tray with cover seamless ss size -12"X10"X02" 10Pc
47. Instrument tray with cover seamless ss size -10"X08"X02" 10Pc
48. Kidney tray SS-8" 8 Pc
49. Tracheal dilator 2 pc
50. SS Bowls 50ML,200ML,400ML 6 each
51. Cheattle forceps 25cm/10" 5 Pc
52. Cheattle forceps 30cm/12" 5 Pc
53. Sponge holder 10” 5pc
54. Quinsy forceps 2 pc
55. Towel clips with X-Action. 8cm/3.25" 30 Pc

80. 128/SSPHPGTI/ MLS SET


252

T3/2016-17/ All instruments to be EUCE/US FDA approved, Medical grade SS, matt finish,
ENT/11 catalogue no. and company name to be imprinted on instrument, life time
warranty against rusting, demonstration of quoted items before technical
committee.90% instrument from principal 10% from other manufacturer.

1. Distending Laryngoscope , with openable Blades with Fibreoptic


Light Carrier and Suction
2. Laryngoscope Kleinsasser for Microsurgery Adult-Length 18 Cms-
Large, medium and small, one each, with fibreoptic light
carrier.
3. Laryngoscope Kleinsasser for Micro Surgery Child 11,13and15cm
with fibreoptic light carrier in each-one each
4. Laryngoscope holder modified Kleinsasser and chest Support
Adult and paediatric 34cm.
5. Forceps, Micro laryngeal , 2mm. Cup Jaw Str/ Rt/ Lt/ Up-one
each
6. Forceps , Micro laryngeal , Blakesley Cup. Length 23 cm.
7. Forceps, , Micro Laryngeal , patterson 3X4 mm Oval, cup Length
23 cm.
8. Needle Holder with Rachet TC Jaw l-23cm Klein Sasser
9. Scissor Micro Laryngeal Str /Rt/LT/Up/.. Length –23 cm. -one
each
10. Forceps , Micro- Laryngeal Serrated., Str/Lt/Rt/Up./Horizontal,
length 23 cm. -one each
11. Knife , Micro laryngeal .Oval Str.,Length 23 cm.
12. Knife laryngeal Oval . 45º length 23 cm.
13. Knife , Micro –Laryngeal .Sickle Str Length 23 cm.
14. Knife , Micro –Laryngeal .Plaster Length 23 cm.
15. Knife , Micro –Laryngeal .Hocket Stick Length 23 cm.
16. Knife , Micro –Laryngeal .Roller- disc vertical/ Horizontal Length
23 cm-one each.
17. Probe , Micro –Laryngeal Str. Length 23 cm.
18. Probe , Micro –Laryngeal ald. Length 23 cm.
19. Cotton Carrier. Str. 25cm.
20. Canula Insulated for suction and coagulation Ball end. OD 3mm.
L-25cm
21. Probe Bipolar for coagulation with suction channel
22. Needle Insulated for coagulation Length. 25cm
23. Needle Injection Cvd/Str. Length 25cm--one each
24. Needle Carrier, Injection, Ald.. Length
25. Forceps. Micro Laryngeal 2mm Cup jaw Sr. Distal end Cvd upwd
10o. L- 23cm
26. Hook , Micro Laryngeal . 45 º/90º , Length 23 cm. -one each
253

27. Curette ring , Micro laryngeal . length 23 cm.


28. Needle , Micro –Laryngeal Rt/Lt.. Length 23 cm-one each
29. Handle for Use with straight instruments
30. Suction tube rigid with stilet . length 25 cm . OD 2.0 mm./ OD
1.5mm.
31. Suction tube with Control, Rigid with stillet OD 2.5 mm , length
23 cm.
32. Suction Tube with Control . Rigid with stillet OD 2 mm . Length
23 cm.
33. Probe , Insulated for Coagulation length 25 cm.
34. Probe, Bipolar for coagulation with suction channel
35. Canula Insulated for suction and coagulation Ball end OD 3mm L-
25cm.
36. Needle Injection Curved/straight Length 25 cm.
37. Needle, Insulated for coagulation. Length 25 cms
38. Bipolar Forceps with Cable for MLS
39. Vocal Cord Nodule Forcep
40. Pusher for Vocal Cord for Microlaryngeal L-23cms
41. Forcep Mini Heart Shape -LT. /RT-one each
42. MLS Knot Tier Pusher L-23cm

81. 130/SSPHPGTI/ Rigid Esophagoscopy Set


T3/2016-17/
ENT/13 Medical grade SS, matt finish, catalogue no. and company name to be imprinted
on instrument, life time waranty against rusting, demonstration of quoted items
before the technical committee.90% instrument from principal 10% from other
manufacturer. EUCE/USFDA approved.

 Roberts-jesberg esophagoscope, oval, size 12 x 16, length 30 cm


 Roberts-jesberg esophagoscope, oval, size 10 x 14, length 30 cm
 Roberts-jesberg esophagoscope, oval, size 8 x 12, length 30 cm
 Roberts-jesberg esophagoscope, oval, size 7 x 9, length 30 cm
 Prismatic light deflector, autoclavable, with connection to fiber optic
light cable
 Suction tube, diameter 4 mm, working length 35 cm
 Suction tube, diameter 2 mm, working length 35 cm
 Suction tube, diameter 3 mm, working length 35 cm
 Suction tube, diameter 4 mm, working length 60 cm
 Suction tube, diameter 4 mm, working length 55 cm
 Suction tube, diameter 4 mm, working length 45 cm
 Suction tube, diameter 2 mm, working length 25 cm
 Suction tube, with cut-off hole, diameter 3 mm, working length 45 cm
254

 Suction tube, with cut-off hole, diameter 3 mm, working length 35 cm


 Suction tube, with cut-off hole, diameter 5.5 mm, working length 35
cm
 Suction tube, with cut-off hole, diameter 2 mm, working length 30 cm
 Suction tube, with cut-off hole, diameter 3 mm, working length 30 cm
 Suction tube, with rubber tip, straight, diameter 4 mm, working length
55 cm
 Suction tube, with rubber tip, straight, diameter 4 mm, working length
45 cm
 Suction tube, with rubber tip, straight, diameter 2 mm, working length
45 cm
 Suction tube, with rubber tip, straight, diameter 2 mm, working length
35 cm
 Suction tube, curved, with rubber tip, diameter 4 mm, working length
45 cm
 Suction tube, with rubber tip, curved, diameter 2 mm, working length
35 cm
 Coagulating suction tube, insulated, with connector pin for unipolar
coagulation, diameter 4 mm, working length 55 cm
 Coagulating suction tube, insulated, with connector pin for unipolar
coagulation, diameter 3 mm, working length 35 cm
 Cotton carrier, working length 60 cm
 Cotton carrier, working length 55 cm
 Cotton applicator, working length 35 cm
 Sponge holder, working length 35 cm
 Sponge holder, with spring handle, working length 55 cm
 Sponge holder, with spring handle, working length 35 cm
 Wire cutting forceps
 Shearing forceps for denture cutting

82. 132/SSPHPGTI/ Tracheostomy tubes


T3/2016-17/  Uncuffed pvc tracheostomy tubes Non metallic :size3
ENT/15  Uncuffed pvc tracheostomy tubes Non metallic : size 4
 Uncuffed pvc tracheostomy tubes Non metallic : size 5
 Uncuffed pvc tracheostomy tubes Non metallic : size 6
 Uncuffed pvc tracheostomy tubes Non metallic : size 7
 Cuffed pvc tracheostomy tubes Non metallic : size 3
 Cuffed pvc tracheostomy tubes Non metallic : size 4
 Cuffed pvc tracheostomy tubes Non metallic : size 5
 Cuffed pvc tracheostomy tubes Non metallic : size 6
 Cuffed pvc tracheostomy tubes Non metallic : size 7
255

83. 135/SSPHPGTI/ pH Meter


T3/2016-17/  Type: Digital electronic pH Meter with combination pH
BB/02 electrodes
 Microprocessor based for fast and accurate pH measurement with soft
touch control panel (3 point)
 pH Range: 0.0 to 14.0 pH with 3 ½ digital display
 Millivolt Range: 0.0 to 1999 mv
 European CE, ISO 9001, ISO 13485 Marked or equivalent marked.
 Standard buffers 4,7,10 pH 250 ml each
 Electrode 1 set Extra
 Auto-calibration with 2 buffers
 Built-in-Auto buffer recognition
 Accuracy, repeatability and resolution: 0.01 pH
 Calibration solutions should be provided along with the pH meter.
 Temperature compensation & pH standardization: 00 to 1000C(manual
 Electrical Power supply: 220 -240 volts at 50 Hz, single phase
 pH and Temperature display
 Refillable Triode 3-in-1 epoxy body combination pH electrode
 Ambient Temperature: 00 to 400C. 400C at 95% RH
 Equipment shall have suitable, rechargeable battery with a battery
charger.
 Type and details of battery being supplied shall be clearly indicated e.g.
V, AH, number etc.
 A suitable battery charger shall also be supplied so that charging batteries
continue when the equipment on main. .
 Firm will have to supply the stabilizer if required along with the
equipment free of cost.
 User’s list should be attached with satisfactory report for the last three
years from three users with contact details.
 Technical literature: The firm shall positively submit printed illustrated
literature/leaflet, indicating the model quoted by the firm. If quoted
model is a modified version of their any standard product that also be
indicated in the offer.

Additional requirements:
 Suitable capacity voltage stabilizer for equipment should be supplied with
the system if required.
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
256

 Validation and calibration reports should have traceability to applicable


national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Warranty & CMC as per institute prevailing rule.
 EUCE/USFDA approved

84. 136/SSPHPGTI/
T3/2016-17/ Autoclave
BB/03  Vertical type. Inner chamber and lid made of stainless steel.

 Automated, microprocessor controlled operation


 Radial locking system.
 Should include vacuum cycle, rapid vacuum cycle and non-vacuum
cycle with or without drying
 Vacuum cycle for steam penetration test
 Pressure gauge thermometer safety valve, release valve, Water level
indicator, stainless steel basket, water outlet, mains indicating lamp,
paddle lifting device. Automatic low water cut-off device.
 Multi-program model allowing at least 5 programs to be stored
 To be supplied with load probe and printer
 10 year pressure vessel integrity warranty
 Capacity ≥ 100 liters
 Pressure Gauge Range : 1 to 1.5 kg/sq. cm
 Safety Valve releasing Pressure : 200kPa
 Temperature control and display Up to 140°C – adjustable in steps of
1°C, digital type thermometer with timer.
 Sterilization Temperature : 105°C to 135°C
 Sterilization Timer Setting Range: 1 to 180 min.
 Automatic Sterilization of at a touch of the Start button
 Audible and Visible alarms for end of cycle and cycle fault and
interruption, sterilization failure, low water level and door unlocked.
 Power Supply 230±10 Volts. 50 HZ. Single phase
 Installation & commissioning will be the responsibility of the supplier
 Surface Complete Made of stainless steel.
 All users list for the quoted item with contact number should be
provided
 At least two years warranty period with 5 years CMC after expiry of
warranty

 Should have a communication interface for data transfer to a central data


capture system.
257

 STANDARD: Instrument must be accompanied with calibration


certificate by NABL-accredited agency

 For indigenous items: should comply with BIS standards

Additional requirements:
 Suitable capacity voltage stabilizer for equipment should be supplied
with the system if required.
 Necessary catalogues in original, technical write up in English, should
be attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Warranty & CMC as per institute prevailing rule.

85. 137/SSPHPGTI/ Table Top Centrifuge


T3/2016-17/  Swing out rotor : set of 4 rotor insert, each insert fits for 20 tubes (size
BB/04 15 x 75 mm)
 Brush-less drive motor
 Built-in Timer (1-99min)
 Display Rotor: Selection, RPM/RCF, Time
 Noise at Max Speed:≤75dB
 Built-in Speedometer with speed regulator, speed indication
 Capable of 100 to 6000 rpm/min
 Max RCF: 5000 x g or more
 Door closure- lid lock system
 It should have a security lock to prevent opening of the upper lid of
equipment while it is running
 Auto stop for speed variation
 Imbalance detector
 Cushions for test tubes
 Adaptors for putting micro-tubes
 To be operational on 220 -240 volts at 50 Hz, single phase
 Technical literature: The firm shall submit printed illustrated technical
literature/ leaflet indicating the model number. Should provide list of
installations and feedback report. Performance, efficiency, other factors
as applicable should be furnished.
Additional requirements:
258

 Necessary catalogues in original, technical write up in English, should be


attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Should be compliant with European CE or US FDA. .
 Warranty & CMC as per institute prevailing rule.

86. 142/SSPHPGTI/ Dielectric tube sealer (Portable)


T3/2016-17/  It should be less than 3 Kgs with carry bag
BB/09  The sealing should be 750 per hour or 1500 sealing per charged battery
 Heavy duty radio frequency sealer, US-FDA / EuropeanCE approved
 Rechargeable batteries with a back up of minimum 6 hours, Charger
should be compatible with Input voltage: 240V 50 Hz Single phase AC.
 No warm up time should be required
 Should have indicator lamp for sealing process
 Automatic detection of the tube by pressing of a lever which activates
sensor
 Minimum sealing time (< 2 sec)
 Electrodes should be well protected by a cover to prevent blood splutter.
 Should have separable rupture line to separate tube ends after sealing.
 Detection of wet tube, Leakage and Sealing defect. Alarm in case of seal
not safe and completed.
 Switch mode power supply for uniform sealing irrespective of power
supply variations
 Compatible with the tubes of various manufacturers of blood bag.
Should seals 3.0 to 5 mm tubes with wall thickness of 0.75 mm.
 Indications for Ready, Seal and Power.
 Protection against electric shock
Additional requirements
Additional requirements:
 Necessary catalogues in original, technical write up in English, should
be attached with the offer both in hard and electronic copies.
 Should provide 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.
259

 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Warranty & CMC as per institute prevailing rule

87. 146/SSPHPGTI/ Semi Automated Blood Grouping / Cross Matching System


T3/2016-17/ General specifications:
BB/13  Should perform all Immunohematology tests like blood grouping, antigen
phenotyping, detection of weaker antigens, antibody screening &
identification and compatibility testing.
 Should be based on the principle of column agglutination technology.
 Consumables & reagents should be able to perform ABO &RhD blood
grouping( forward & reverse both) of the sample.
 It shall have option to read bar-coded reagents and samples(optional).
 All consumables (min. 100 ABO &RhD blood grouping& 50 coombs
card) should be supplied free with the system for initial standardization,
calibration and training of staff.
 All the consumable should be made available on a notice of not more than
one week.
 Power input to be 220-240VAC, 50Hz conforming to Indian electrical
requirement.
 UPS of suitable rating shall be supplied for minimum thirty minutes
backup for the individual components of the entire system.
 Comprehensive training for lab staff and support services till familiarity
with the system.
 Installation of the equipment and all the necessary accessories such as
UPS, Bar Code printer and reader compatible with the existing power
back up system and necessary software should be quoted along with the
equipment.
 The semiautomatic system should consist of different modules like
incubator, centrifuge and reader (optional). The modules may be separate
or combined. The specifications of these individual modules are given
below:
Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
260

 Should be compliant with European CE or US FDA.


 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Warranty & CMC as per institute prevailing rule.

Sr. Item Description


No.
1. Incubator Unit:
 Should be microprocessor controlled
 Incubation time must be programmable.
 Digital display of time and temperature
 Incubation temperature should be 37±2oC
 Should work on 220-240V/50-60 HZ.

2. Centrifuge:
 Should be microprocessor controlled
 Should have rotor head for at least 10 cards in case of column
agglutination technology .
 Should have digital display of speed and time
 Should have automatic balancing control of centrifuge head.
 Should work on 220-240V/50-60 HZ.
3. Reader:
 The equipment should Read and interpret the test results of
Column agglutination with positive identification system.
 It shall have the facility to read bar-coded card.
 Results can be validated, stored, printed and sent to host
computer.
 Power requirements: 220 – 240 V/ 50 Htz.
 Software should allow integration with the software already
being used in the Blood Bank / Hospital (HIS/LIS).

88. 147/SSPHPGTI/ Refrigerated Centrifuge


T3/2016-17/  For separation of blood components like packed cells, platelet rich
BB/14 plasma, platelet concentrate, Cryprecipitate& Buffy Coat
 Micro processor controlled system to make operation automatic.
 Programmable memory: Memory with tamper proof facility.
 Swing bucket blood bank rotor: With metal buckets, 6 x 1000 ml., wind-
shielded. Suitable adapters for twelve 350ml & 450ml single, double,
triple, quadruple, quintuple blood bags with SAGM bag and empty
satellite bags with “In Line filter system‟
261

 Removable plastic inner buckets to hold single/ double/triple/quadruple


blood bags with partition in every bucket
 Metallic holders for centrifugation of platelet rich plasma / buffy coat
bags to prepare platelet concentrate
 Centrifugal force: Minimum ceiling - 5000 g.
 Maximum speed: Micro processor controlled rotor speed to within 10
rpm of set value. Acceleration and deceleration profiles shall be
available.
 Temperature range: -100C to +400C with CFC free refrigerant.
 Microprocessor controlled rotor temperature within 10C regardless of the
centrifuge speed.
 Programmable time: 0 - 99 minutes with minimum revolution of 1
minute.
 Digital display of temperature, speed and time. No. of digit resolution etc.
shall be indicated in the offer.
 Motor imbalance detection: Automatic shutdown of centrifuge if rotor
load is out of balance with appropriate indicator.
 Metallic chamber: Easy to clean, corrosion resistant with provision of
both drain and condensed water collection container.
 Power requirement: 220/240 watts, 50 Hz. Three phase AC supply.
 The equipment shall be suitable for operation from 0 to 400C at 90%
relative humidity Electronic circuitry shall be tropicalized for this
ambient condition.
 The equipment shall have lockable castors.
 It should have a security lock to prevent unintentional switch off & also
opening of the equipment while it is running
 Noise level within 60 decibels.
 All necessary accessories (plastic inner buckets, metallic holders &
balancing sticks) should be part of equipments.
 Product certification: European CE or US FDA certified.
 Automatic line voltage corrector/ voltage stabilizer:
[1] A line voltage corrector of appropriate rating (10 KVA or as per the
requirement of equipment) should form part of standard configuration.
[2] Copper wound single phase automatic line voltage corrector conforming
to IS: 9815(PLI)/94 with latest amendments or equivalent international
standards fitted with a voltmeter and switch to indicate output/ input
voltage.
[3] Input voltage: 140-280 V,50 Hz, output voltage: 220 V ±10%.
[4] Input output voltmeter and amperemeter. Protection for high low
voltage cut off, overload and short circuit protection.
[5] Equipment should be supplied with 2 meter cord at input and fitted
with plugs of appropriate rating.
[6] Make of the line voltage corrector shall be indicated
Additional requirements:
262

 Necessary catalogues in original, technical write up in English, should be


attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Warranty & CMC as per institute prevailing rule.

89. 148/SSPHPGTI/ Platelet Incubator and Platelet Agitator


T3/2016-17/ 1. Purpose of Equipment
BB/15 (i) To continuously agitate platelet concentrate in an even
suspension in a temperature controlled environment +22 °C
±2 °C in standard platelet bags (random unit or apheresis).
(ii) Must be designed specifically for blood bank use.
Commercial or modified commercial incubators for other
purpose are not acceptable.
2. Type of Equipment
Flatbed agitator fitted inside a temperature controlled incubator that uses CFC-
free refrigerant and CFC free insulation material.
3. Capacity: At least 96 standard random platelet unit bags.
4. Construction
(i) Outside Corrosion Resistant sheet preferably coated with bacteria
resistant material
(ii) Inside stainless steel.
(iii) Insulation foaming agent CFC free
5. Drawers and agitator
a. Nonslip corrosion resistant drawers coated with bacteria
resistant material
b. Drawers perforated to ensure good air circulation
c. The agitator holding the shelves is suspended in such a way as
to ensure minimum noise for the life of the agitator.
d. Gentle side to side agitation at 1.5 inch (3.6–4 cm) and 60–70
strokes/min.
e. Heavy duty ball bearing gear motor for noiseless and continuous
operation for 24 hours a day 365 days a year
f. Auto-pause of agitator on opening door
g. Push button switch to pause agitator
6. Door
263

(i) Glass door with full visibility of units without opening door
(ii) Door lock should be available

7. Electrical characteristics
(i) Compatible with Input 240V,50 Hz three phase AC
(ii) Should have an integrated voltage stabilizer or external stabilizer of
appropriate ratings meeting ISI Specifications (Input 160-260 V and
output 220-240 V and 50 Hz).

8. Internal Temperature
(i) Blood Bank Refrigerator should have inside temperature range of
20°C - 24°C
(ii) Whatever the load, setting accuracy less than or equal to 0.5°C
(preferably 0.1°C).
(iii) Should ensure frost free performance thereby avoiding either
freezing or heating. If defrosting function used, temperature should
not go outside range specified above

9. Temperature monitoring, thermograph and related alarms


(i) At least 1 temperature sensor.
(ii) Digital temperature (LED) display with 0.1 °C graduation.
(iii) Integrated Visual and Audible alarm systems for
temperature, motion failure, sensor failure, agitator off,
power failure
(iv) Provision to be connected to a remote monitoring system
and remote alarm.
(v) The temperature record should be electronically logged
(that can be retrieved eg by USB port) and also documented
on a physical inkless thermograph; preferably with a 7-day,
graphic chart recorder with supply of free charts for full
period of warranty.
(vi) Must have Battery back up for temperature recordings,
which is especially needed during power
failure/fluctuations.
(vii) Additional Battery back up for alarm so that alarm will not
fail in case of power failure, and should be able to sustain
the alarm.

10. Air circulation: The temperature inside should be kept uniform in all shelves
by Forced air circulation through fans.
Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
264

 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Should be compliant withEuropean CE or US FDA.
 Warranty & CMC as per institute prevailing rule.

90. 151/SSPHPGTI/ Electronic Double Pan Component Balance


T3/2016-17/  Should be two pan balance
BB/18  Should have digital display of weight and other parameters
 Accuracy ± 2 grams
 Should have two independent weight sensors, which display individual
weight of each bucket with accuracy
 It should have individual display monitor to display the weight of each
bucket with blood bags
 Visual or audio alarm should get on as soon as the two plates get
balanced
 Weight Measurement: Should be able to measure weight till 3 Kg.
 Should be appropriate to weigh and balance blood holding baskets of
standard size
 Weight of balance should not be more than 5 Kg.
 EuropeanCE/FDA/ BIS certification specific for the product should be
submitted.
 Firm will have to supply the stabilizer if required along with the
equipment free of cost
 Firm should also provide the relevant calibration certificate for the
equipment from any NABL accredited Lab.
 Electrical: The equipment should be able to run on the existing
electrical provision

Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
265

 Validation and calibration reports should have traceability to applicable


national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Warranty & CMC as per institute prevailing rule.

91. 152/SSPHPGTI/ VDRL Shaker (Rotator)


T3/2016-17/  Body should be made of thick steel and finished with powder coating.
BB/19  Should have rotation in horizontal plane.
 Platform size should be minimum 12” x 12” for keeping reaction trays.
 Should have Digital display with digital countdown timer of minimum 0- 30
minutes time.
 Should have built in speed regulator with maximum speed upto 250 rpm.
 Workable on 220- 240 volts AC supply, 50 Hz Single phase with complete
chord and plug
 Electrical: The equipment should be able to run on the existing electrical
provision
 Should be BIS/EuropeanCE/FDA approved product.
Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Warranty & CMC as per institute prevailing rule.
92. 153/SSPHPGTI/ Sterile Connecting Device
T3/2016-17/  Should accommodate and weld all types of blood bags tubing in use in our
BB/20 country
 The welding should be seamless
 Should be capable of joining wet-wet/wet-dry/dry-dry tubes.
 Welding should not affect the quality of the tube in terms of its physical
and chemical properties and it should not cause hemolysis.
 It should have LED indicators to display the actual status of the ongoing
procedural steps and audio- visual alarm system for any functional
irregularities.
266

 Requirement for tube length to be welding/docking should be as small as


possible
 The welding accessories should be available with the local agent
throughout year.
 The consumable wafers cost for 1000wafers will be taken into account
during price evaluation and should be readily available with the vendor.
 Original literature of equipment and consumables should be submitted.
 Electrical: The equipment should be able to run on the existing electrical
provision
 Mobility: its lightweight, compact size and pop-up handle makes it easy-to-
carry
Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Should be compliant withEuropean CE or US FDA.

 Warranty & CMC as per institute prevailing rule.

93. 154/SSPHPGTI/ Automated Hematology Analyser:3 part


T3/2016-17/  Fully Automatic,hematology analyzer with Laboratory computer and
BB/21 built in printer
 Parameters:RBC,Hb,WBC,Hematocrit(PCV),Platelet and Platelet
concentration.
 Sample size:30-40 microlitre with automatic cleaning internal and
external
 Complete cycle time:
 a)Auto startup-120 sec approx.
 b) Run: 60 sec approx.
 c) Daily shutdown: 120 seconds approx..
 Data display with printing facility: LCD/LED terminal with printing
facility
 System as specified –
 Standard accessories, reagents for at least 3000 blood samples should
be supplied
267

 Cost of consumables to be quoted along with this tender as it will be


considered for financial comparison.
 3 core lead of 2 meter along with one 3 pins 15 [Link]-01
 The unit shall be capable of being stored continuously in ambient
temperature of 0-50 deg C and relative humidity of 15-90%
 The unit shall be capable of operating in ambient temperature of 20-
30 deg C and relative humidity of less than 70%
 Power input to be 220-240VAC,50 Hz fitted with Indian Plug
 Voltage corrector/stabilizer of appropriate ratings meeting ISI
Specifications (Input 160-260V and output 220-240V and 50 Hz)
 Suitable UPS with one hour back up
 Should be compliant to ISO 13485:Quality systems-Medical
devices-Particular requirements for the application of ISO 9001
applicable to manufecturers and service providers that perform their
own design activities
 Should be compliant with IEC 61010-1:( or any international
equivalent eg EN/UL 61010) covering safety requirements for
electrical equipment for measurement control and laboratory use
 Should be US FDA & Eu CE.
 Comprehensive training for lab staff and support services till
familiarity with the system
 Consumables & reagents for 100 tests along with caliberator should
be provided with the equipment for training &stadrization.
 Certificate of calibration and inspection
 There should be a provision for demonstration before final approval
of equipment
 The instrument should have EXTENSIVE QC
Additional requirements:
 Necessary catalogues in original, technical write up in English,
should be attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last
three years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to
applicable national and international standards
 Should provide list of installations and feedback report.
Performance, efficiency, other factors as applicable should be
furnished.
 Warranty & CMC as per institute prevailing rule.

94. 155/SSPHPGTI/ Semi Automated Coagulation Analyzer


268

T3/2016-17/  Should be microcomputer controlled


BB/22  Semi-automatic with at least 4 channels optics
 Based on optical / Viscosity principle with LED
 Should have integrated / external incubation block with pre – warming
positions, 4 measuring positions
 Suitable for PT, a-PTT, fibrinogen, thrombin time, factors: II, V, VII,
VIII, IX, X, XI, XII, Fletcher, AT-III, Protein C, Protein S, Heparin,
STAT
 Results can be represented in seconds, %activity, ratio, INR g/L and
mg/L
 Testing volume should be less than 250 μl in cuvettes.
 Should be able to store specific test parameters in the system
 Should have LCD display
 Complete system with printer or facility for printer connectivity is
required.
 Should generate the standard curve for factor assays
 Power input to be 220-240VAC, 50Hz fitted with Indian plug
 Suitable UPS with maintenance free batteries for minimum one-hour
back-up should be supplied with the system.
 Open system for reagent and low reagent consumption
 Should haveEuropean CE, BIS, ISO certification
 Large memory & review system
 The unit shall be capable of operating continuously in ambient
temperature of 10 -40deg C and relative humidity of 15-90%
 List of Equipments available for providing calibration and routine
maintenance support as per manufacturer documentation in service /
technical manual.
 Consumables & reagents for 100 tests each for PT, Aptt, FIBRINOGEN,
F VIII, caliberator should be provided along with the equipment for
training &stadrization.
Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Should be compliant withEuropean CE Class IIA or US FDA.
269

 Warranty & CMC as per institute prevailing rule.

95. 156/SSPHPGTI/ Plasma Thawer (Waterless)


T3/2016-17/  For thawing of plasma at 37oC
BB/23  Should be able to thaw at least 4 units of plasma (FFP/Apheresis)
simultaneously.
 Microprocessor based precise temperature control
 High performance 1.5 kw heater & compressor to achieve the set temp
 Over temperature safety limit, audio visual alarm
 LED monitor to display the working status of thawing bath
 Continuous water circulation for temp uniformity & rapid thawing
 Optical and acoustic signal after heating duration is complete
 Should have transparent cover so that plasma bags are visible during
thawing process
 Integrated leak control
 Corrosion –resistant material for construction of body
 Round corners for easy wipe disinfection
 Full surface dry temperature regulation
 Optical and acoustic signal after heating duration is complete
 List of installations and feedback report should be provided
 Input power supply 230±10%VAC, 15A single phase.
 Firm will have to supply the stabilizer if required along with the
equipment free of cost.
Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Should be compliant withEuropean CE Class IIA or US FDA.
 Warranty & CMC as per institute prevailing rule.

96. 157/SSPHPGTI/ Cryobath


T3/2016-17/
BB/24
270

 Adequate quality and yield of the product and Equipped with


compressor, heater and a pumping system to ensure temperature
maintenance at any set value between 3ºC – 50ºC.
 High capacity pump to facilitate optimum and uniform thawing of
plasma
 Capacity: 10-12 bags per run or per one cycle
 System to prevent contamination of individual ports during thawing.
 Microprocessor based controller for precise monitoring and controlling
of temperature at 4º C.
 Tray with individual compartments ensures that ports of bags are kept
above water level during the procedure.
Technical specifications
 Input power supply : 230 + 10% V, 50 Hz, 15A single phase AC
 Firm will have to supply the stabilizer (2KV) if required along with the
equipment free of cost.
 Power consumption : Maximum 1600 W
 Operating temperature : 3.5º C – 4.5º C
 Programmable temp. range : 3º C – 50º C
 Display : At least 4 x 7 segment LED
 Display resolution : 0.1º C
 Temp. controller : Microprocessor based digital controller
 Capacity (in terms of bags) : At least 12 fresh frozen plasma bags
 Time taken for one process : Not more than 2 hours for plasma bags
store at –40ºC.
 Tray : Stainless steel, removable tray of individual compartments for
holding plasma bags.
 Mechanism for thawing : Pumping mechanism by high capacity pump
and maintenance of temperature by heater & compressor.
 External dimension (WxDxH) : Should be less than 850 x 500 x 800 mm
 Castor wheels : Mounted on lockable castor wheels.
 Temp. sensing method : Sealed sensor dipped directly in the water.
 Weight : Less than 70kg
 EuropeanCE marks / US FDA approved
Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
271

 Validation and calibration reports should have traceability to applicable


national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Should be compliant withEuropean CE Class IIA or US FDA.

 Warranty & CMC as per institute prevailing rule.


 At least two years warranty period with 5 years CMC after expiry of
warranty. Free of cost annual calibration in the warranty period.

97. 158/SSPHPGTI/ Manual Plasma Expresser


T3/2016-17/  Should be suitable to extract blood components (plasma, platelets) from
BB/25 collection container
 Mode of operation: Manual
 Front panel should be spring loaded to uniform pressure on container
causing transfer of fluid
 Compression plate should be made of transparent acrylic, durable
 Metal used for the equipment should be non-corrosive and can be cleaned
with antiseptics.
 Base portion and Vertical surface should be made to have better strength
and long lasting performance
 Quality certification: ISO 13485 certified
Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies. .
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Should be compliant withEuropean CE Class IIA or US FDA.

 Warranty & CMC as per institute prevailing rule.

98. 159/SSPHPGTI/ Multi-Head Tube Sealer (Bench Top)


T3/2016-17/  Heavy duty radio frequency sealer
BB/26  Should have minimum 5 fixed sealing heads capable of making
segments of blood bag tubes.
 Should also have option for individual seal or multiple seals as required.
 Automatic detection of the tube by pressing of a lever which activates
sensor
 Minimum sealing time (< 2 sec)
 No warm up time for the equipment before sealing
272

 Should have separable rupture line to separate tube ends after sealing.
 Detection of wet tube, Leakage and Sealing defect. Alarm in case of seal
not safe and completed.
 Switch mode power supply for uniform sealing irrespective of power
supply variations
 Compatible with the tubes of various manufacturers of blood bag.
Should seals 3.0 to 5 mm tubes with wall thickness of 0.75 mm.
 Indications for Ready, Seal and Power.
 Protection against electric shock
 Preferably power unit and sealing handle should be separate with a cable
length of 1.5 meters
 To be operational on 220 to 240 V at 50 Hz, single phase
 Easy to clean electrodes, easily accessible & protected by cover
 Indication for sealing progress
 must be ISO 9001 compliant
Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
 Should provide Log book with instructions for daily, weekly, monthly and
[Link] maintenance checklist. The job description of the hospital
technician and company service engineer should be clearly spelt out.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Should be compliant withEuropean CE Class IIA or US FDA.

 Warranty & CMC as per institute prevailing rule.

99. 160/SSPHPGTI/ Laminar Air Flow (Bio Safety Cabinet)


T3/2016-17/  Floor model, Horizontal flow, well-lighted, work surface, low vibration
BB/27 and noise, easy to maneuver due to castor wheel provision.
 Dimension of work space of approximately 1200 mm x 600 mm x 600
mm.
 Cabinet: Stainless steel sheet of 20 SWG lining
 Front Panels: Removable transparent scratch resistant sheet of
approximately 6 mm thickness.
 Side Panels: Fixed transparent scratch resistant sheet of approximately 6
mm thickness.
 Work Table: Stainless Steel of 20 SWG lining
 Pre-Filters: Filtration efficiency of 98% for all types of particles of sizes
8 micron and larger.
273

 Hepa-Filters (fine filters): Filtration efficiency 99.999% for all types of


particles of sizes 0.3 micron and larger. Housed in a frame with leak proof
gaskets
 Motor Blower: Dynamically balanced and specially constructed to suit
low noise and vibration with adjustable speed. Motor shall conform to
ISS or any international specifications.
 Air Velocity: Should not be more than 100 fpm over the work area
 Lighting: Fluorescent tube lights with diffuser acrylic to get 120 decalux
on work surface.
 Ultra-violet light source: Shall be provided
 Power supply: 220/240 volts, 50 cycles, single phase. The equipment
shall be provided with both 5 Amp and 15 Amp plug units inside the
cabinet along with a line voltage corrector of appropriate rating.
 Installation, commissioning and trial run will be the responsibility of the
supplier
 Manometer: Should be provided with appropriate manometer to measure
the air pressure
 The firm shall positively submit printed illustrated technical
literature/leaflet including the model quoted by them. If quoted model is
modified version of their any standard model that also be indicated in the
offer
 Cabinet information/LCD Display for:
Exhaust air flow
Laminar flow air velocity
Cabinet temperature
Fans elapsed hour meter.
UV elapsed hour meter.
HEPA filters last change date.
 Visual and Buzzer alarm message:
Low exhaust flow.
Low down flow air velocity.
Impulsion and exhaust fans malfunction.
Front window not in right position
 Filters HEPA/ULPA H 14 99.999% particle>0.3µ
 Line Voltage Corrector :
 Dimensions :
o Height 54 inch, Depth 30 inch, Width 52 inch
Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
 Should provide 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.
274

 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Should be compliant withEuropean CE Class IIA or US FDA.

 Warranty & CMC as per institute prevailing rule.

100. 161/SSPHPGTI/ Chemiluminescence based fully automated immunoassay for TTI testing
T3/2016-17/ 1. Fully Automated immunodiagnostic system, shall be based on enhanced
BB/28 chemiluminescence technology, walkaway, high throughput system for HIV I
& II, HbsAg, HCV and preferably Syphilis with latest acceptable Technology
and reagents should be acceptable by DCGI.
2. Capacity
(i) It should have continuous loading capacity of 50 samples.
(ii) It should have barcode reader to read multiple barcode types.
(iii) It should have a capability to do the assay in continuous, random, batch &
stat mode.
3. Sample Handling
(i) It should have the capacity to accept various types of sample container like
primary, secondary tubes and micro sample cups for sampling purposes.
(ii) It should have access to the samples during operations.
(iii) It should have the facility for clot detection, bubble detection, check
viscosity, sample level and short samples to ensure accuracy preventing
erroneous results due to improper samples.
(iv) It should have an ability to do on board dilution and reflex dilution for high
and abnormal samples.
(v) It should have the disposable tip sampling system/on board washing to
overcome the carryover and or cross contamination probability.
4. Reagent Management
(i) It should have the disposable tips system to avoid reagent carryover.
(ii) The onboard reagent stability should be minimum 8 weeks.
(iii) It should be continuous random access to loading and unloading reagents.
(iv) It should have the compact, integrated reagent pack with all components.
(v) It should have the inbuilt refrigeration system with 2 to 8 deg C stability of
the reagents on board.
(vi) It should have the capability of inbuilt inventory management system by
tracking all the reagents and supplies automatically.
5. Calibration and Quality Control
(i) It should have the calibration stability of at least 25‐30 days for each
parameter to decrease reagents consumption.
(ii) It shall have multiple lot calibration capabilities and calibration curve
transition facility.
275

(iii) It shall have the QC package system to monitor the quality of result
obtained.
6. Data Management
(i) It should have the self-diagnosis and error recovery system with onboard
operator guides for efficient trouble shooting purpose.
(ii) It shall be compatible to the laboratory information system for on data
storage facility for a min. of 5000 reports.
(iii) It shall have online status for worksheet, samples, reagents, tips, quality
controls.
7. Waste Management: It shall have the facility to collect both liquid and solid
waste.
8. Free onsite training to Doctors and Technicians to be provided.
9. Company should provide 1000 test reagent for HIV, HbsAg, HCV each free
of cost.
10. For close system quotation for various type of consumables and accessories.
11. Equipment should be complete to start for day one.
12. Acceptable quality certification. List of installations and feedback report
should be provided.
13. Suitable UPS with maintenance free batteries for minimum one-hour back-
up should be supplied with the system.
Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Should be compliant withEuropean CE Class IIA or US FDA.

 Warranty & CMC as per institute prevailing rule.

101. 162/SSPHPGTI/ Apheresis Machine


T3/2016-17/ 1. General description: Built in automated protocols for below mentioned
BB/29 procedures,
1. peripheral blood stem cells,
2. plateletpheresis
3. therapeutic plasmapheresis,
4. red cell pheresis
2. It should be based on continuous flow technology minimize procedure time
& increase the efficiency.
276

3. Equipment should ensure all donor safety parameters before starting the
procedure and at all time during operation.
4. Capable of priming with normal Saline and or mixture of Normal Saline and
ACD
5. In – built cuff pressure and prompt grip for donor comfort and adequate blood
flow.
6. It should have auto cuff mechanism for automatic inflation & deflation.
7. Facility to use platelets additive solution and / or normal Saline for re-
suspension and storage fluid in place of plasma
8. Advance help menu should be available at any time during alarm conditions
9. Lower extra corporeal volume, less than 200 ml
10. Yield estimator to help decide yield, volume to be processed and suggested
storage fluid and should have optical sensor at PRP line for online monitoring
of component collection against the desired yield.
11. Capable of downloading or printing full procedure report any time after
procedure.
12. Capable to connect bar code reader/ HIS if desired.
13. Should have rechargeable battery to store data and restart in case of power
failure.
14. Continuous monitoring of collection to avoid any contamination through
Interface detector.
15. Inlet and return flow rates could be regulated.
16. Should have fluid leak detector for donor safety
17. In case of inlet line occlusion, machine should be able to re-start
automatically
18. Should have provision for saline re-infusion to donor.
19. Should be able to regulate ACD delivery, should not have bolus return of
blood to ensure reduce citrate reactions.
20. Should have automatic door lock for centrifuge during the procedure.
21. Lockable castors/ wheels for mobility
22. System Configuration Accessories, spares and consumables:
1. 20 disposable kits should be provided with equipment
2. Consumables should be available for at least 10 years after the
sale of machine.
3. All consumables required for installation and standardization of
system to be given free of cost.
4. The final cost of the machine will include a) Original cost of the
machine, b) CMC, c) Cost of consumables for evaluation.

23. Environmental factors: The unit shall be capable of operating continuously


in ambient temperature of 1 - C and relative humidity of 15-90%
24. Power input: 220-240VAC, 50Hz fitted with Indian plug
25. Suitable Servo controlled Stabilizer/CVT if required .Suitable UPS with
maintenance free batteries for minimum one-hour back-up should be supplied
with the system.
277

26. Standards and Safety


1. Should be FDA or CE approved product. DCGI approval is
mandatory
2. Electrical safety conforms to standards for electrical
safety IEC-60601 / IS-13450
3. Comprehensive training for lab staff and support
services till familiarity with the system.

Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Should be compliant withEuropean CE Class IIA or US FDA.
 Warranty & CMC as per institute prevailing rule.

102. 163/SSPHPGTI/ Automatic Component Preparation Machine


T3/2016-17/  The equipment should work with a pressure plates that is
BB/30 pneumatically driven
 The equipment must be compatible with any brand of blood bags
meeting international standard (WHO / ISI 3826)
 The equipment must separate component from the blood collected in
double, triple, quadruple with or without additive solution (SAGM/
ADSOL)
 Equipment should have facility to use both kinds of bags. Top and Top
& Top and Bottom.
 Microprocessor controlled through regulator with mechanism to
reduce layer disturbance.
 It should have ten programs for preparation of components from blood
collected in different types of bags.
 The press system should apply uniform pressure on the blood bag
ensuring minimum layer disturbance for efficient separation. The press
system should safeguard the operator from injury.
 The equipment should have an integrated system of at least 5 sealing
heads with automatic and manual mode facility.
278

 It should give at least up to one log leucoreduction for red cell and
platelets.
 It should have optical sensors seven or more than seven to
automatically control the flow of various blood components (Plasma,
Platelets and red cells) in satellite tubing.
 It should have minimum 3 scales with auto calibration facility to
measure the weight of various components separated (Plasma, Red cell
and Platelets).
 The equipment should have control panel with LED/LCD display system
to indicate various procedural step.
 Must show audio/visual alarm when Tube is not fixed at sealer as per
type of bags (Double, triple, Quadruple).
 The tube sealing should be radio frequency type.
 The equipment should have built in audio/visual alarm system to
indicate the completion of the procedure.
 The equipment should have the provision to store and transfer the
blood component details including the identification number of the
donor unit to a central computer, through local area network.
 Equipment must have facility to interface with the blood bank
management software.
 Compatible UPS, to complete the ongoing procedure, with a back-up
supply for at least half an hour, should be supplied with the equipment.
 The equipment should be US-FDA & Eu CE .
 The unit shall be capable of operating continuously in ambient
temperature of 10 degree to 40 degree C and relative humidity of 15-
90 percentage
 The unit shall be capable of being stored continuously in ambient
temperature of 0-40 deg C and relative humidity of 15-90percentage
 Shall meet IEC-60601-1-2:2001 (Or Equivalent BSI) General
Requirements of Safety for Electromagnetic Compatibility.
 Power input: 220-240 V/50 Hz AC Single phase, fitted with Indian plugs
and sockets.
 Voltage corrector/stabilizer of appropriate ratings meeting ISI
Specifications. (Input : 160-260 V and output 220-240 V and 50 Hz)
Additional requirements:
 Necessary catalogues in original, technical write up in English, should be
attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
279

 Validation and calibration reports should have traceability to applicable


national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Warranty & CMC as per institute prevailing rule.

103. 164/SSPHPGTI/ Micro Pipettes (Mechanical) (Quantity: GIVEN IN TABLE)


T3/2016-17/  User friendly high performance air displacement pipettors with
BB/31 compression spring mechanism
 Comfortable hand grip
 Consistency in quality
 Quick Click with digital display of volume setting
 Separate tip ejector
 Light weight ergonomic design
 Fully autoclavable, without need for post-autoclaving recalibration
 Non Metallic internal Part
 Designed to access into narrow necked glassware
 Volume range from 0.5-10ul, 5-50ul,20-200ul,100-1000ul
 Safe zone filter lock provider
 Tip conefilter lock
 Preventingpippetscontamination
 Easy calibration and maintence
 Micro pippetsholders
 To be supplied with full documentation of precision & accuracy
certificate through ISO 8655 certified QC assurance for gravimetry.
 At least 2 year warranty period with 5 years CMC after expiry of warranty
period. Free of cost annual calibration in the warranty period.
 Should be ISO 9001:2008 certified.
 Essential Accessories must be supplied with the main consignment &
committed in the bid:
1. One pipette stand for 5 pipettes.
2. Standard tools and lubricants.
3. Pack of sterile microtip for pipette (10x96 )

 Capacity and Reproducibility:


ACCURAC REPRODUCIB QUANTITY
Y ILITY
I 0.5-10 ul + 1% 1% - 0.5% 05
i 5-50 ul + 1% 1% - 0.5% 10
i
i 20 - 200 + 1% 1.5% - 1% 5
i ul
i
280

i 100 - 1000 ul + 1% 0.5% - 0.4% 5


v

Additional requirements:
 Suitable capacity voltage stabilizer for equipment should be supplied
with the system if required.
 Necessary catalogues in original, technical write up in English, should
be attached with the offer both in hard and electronic copies.
 Should provide 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.
 User’s list should be provided with satisfactory report for the last three
years from three Licensed Blood Banks with contact details.
 Validation and calibration reports should have traceability to applicable
national and international standards
 Should provide list of installations and feedback report. Performance,
efficiency, other factors as applicable should be furnished.
 Warranty & CMC as per institute prevailing rule.

104. 165/SSPHPGTI/ PHACOEMULSIFICATION STSTEM


T3/2016-17/
Optho/01 A. Should be fullyprogrammable, multiprocessor control system with
peristaltic pump.
B. Should have the ability to drive high performance 4- crystal, light weight
handpiece which should be autoclavable.
C. Should be able to perform surgery through 1.8, 2.2 1md 2.8 mm incision
size.
D. Should have linear, pulse, panel and burst mode phacoemulsification
programs.
E. Should have multifunctional linear foot pedal.
F. Cassette /tubing should be autoclavable.
G. Should have anterior vitrectomy with pneumatic/ Guillotine cutter with
minimum 1000 cuts/ minwith 20, 23 and 25G cutter.
H. Should have voice confirmation during mode changes.
I. Should have bipolar coagulation capability.
J. Should have reflux via foot switch.
K. Should have on demand continuous irrigation with cortex mode.
L. Tubings should have integrated enclosed pressure sensor.

M. Accessories are: phaco hand piece 3 in no., autoclavable tubings 50 in


no., phaco tip 45 degree kelmen type/ mini flare tip 2.8, 2.2 and 1.8 are
10 in no. each, along with sleeves 50 each, bimanual IA hand piece 5 in
281

no. ,cautery bipolar forceps 3 in no., RFcapsulotome 3 in no. vitrectomy


cutter 50 in no., test chambers 5 in no.
N. CMC of five years.
O. USFDA / EUCE approved.

105. 166/SSPHPGTI/ SLIT LAMP WITH ANTERIOR SEGMENT IMAGING SYSTEM


T3/2016-17/
Optho/02 A. Should have Galilean type converging binocular system 5 position
rotating drum, having 5 to 20X magnification.
B. Field of vision should be 10 to 45 mm.
C. PD adjustment should be 50 to 75 mm
D. Eye piece magnification 10 X with +/_ 8D adjustment
E. Slit specifications are: light source should be halogen lamp, width 0-
14 mm continuously variable, length 1-14 mm continuously
variable, with +/- 90 degree continuous angle.
F. Filters should be blue, green red free, UV protection heat absorbing.
G. Travel of instrument base vertical 30 mm, x – axis 110 mm and y –
axis 90 mm
H. Vertical chin rest 58 mm
I. Digital camera with USB foot control
J. Standard accessories like spare lamp, calibration stick. Fuses etc
K. Accessories are applanation tonometer/ digital tonometer, beam
splitter hrubylens second observer tube adopter for digital camera
and CCD camera. Led monitor display screen.
L. CMC of five years
M. USFDA / EUCE approved.

106. 167/SSPHPGTI/ AUTO KERATO-REFRACTOMETER –


T3/2016-17/
Optho/03 A. Should have rotary prism technology for accurate readings with
auto/manual measurement mode.
B. Should have minimum pupil diameter of 2 mm
C. Should have range of sphere of – 30.00 D TO + 25.00 D in step of
0.01/0.12/0.25 increment.
D. Should have range of cylinder of – 0.00 D TO +/- 12.00 D in step of
0.01/0.12/0.25 increment.
E. Axis range from 0 to 180 degree in 1/5 deg steps.
F. For corneal measurements: it should have radius curvature range
from 5.00 to 13.00 mm with 0.01 mm increment. Refractive power
measurement range should be 26.00 to 65.00 D with 0D TO =/- 12D.
282

G. It should also have peripheral measurement area of 6.0 mm


diameter with sagittal radius measurement.
H. It should have min. 2mm diameter pupil. With 30 to 85 mm
measurement range. It should have range of 1.0 to 10.0 mm pupil
size measurement.
I. It should have motorized chin rest with auto tracking and auto
shooting technology..
J. It should have tilt ablecolor LCD display wit inbuilt printer.
K. Should be supplied with standard accessories with motorized table.
L. CMC of five years.
M. USFDA / EUCE approved.

107. 168/SSPHPGTI/ NON CONTACT TONOMETER WITH PACHYMETER


T3/2016-17/
Optho/04 A. FOR TONOMETER
B. Measurement range should be 1 to 60 mm hg.
C. Working distance should be 11 mm with inner fixation light.
D. Measurement range setting should be APC40, APC60 (
AUTOMATIC PUFF CONTROL)
E. FOR PACHYMETRER
F. Measurement range should be 150 to 1300 micron with blue
LED
G. IOP compensation by corneal thickness should be automatically
calculated.
H. Auto shooting/tracking should be in all directions( X-Y-Z)
I. Chin rest must be motorized. There should be tilt able color LCD
screen.
J. Motorized table will be supplied along with standard
accessories with 5 yrCMC.
K. USFDA /EUCE approved.

108. 169/SSPHPGTI/ OPHTHALMIC Nd :Yag LASER


T3/2016-17/
Optho/05 A. Laser wavelength should be 1064 nm.
B. Optical breakdown in air must be less than 3.0-4.0 mj.
C. Pulse duration should be < 4 ns.
D. Laser energy should be in range of 10 – 35 mj with single/double/triple
pulse.
283

E. Minimum energy delivered should be as low as 0.5 mj and should


increase step wise.
F. Focus diameter should be around 10 micron in air.
G. Aiming beam laser diode with 620-670nm wave length must have 2
point aiming beam system with +/- 150 micrometer posterior /anterior
shift.
H. Slit lamp should have magnification range from 5 -32X with PD
adjustable from 50 to 75 mm.
I. Slit width 0-14 mm with length 1-14 mm with halogen illumination.
J. Motorized table has to supply along with standard accessories.
K. CMC of 5 yrs.
L. USFDA / EUCE approved.

109. 170/SSPHPGTI/ OPHTHALMIC MICROSCOPE


T3/2016-17/
Optho/06 a. There should be Motorized zoom magnification changer with manual
override and apochromatic optics with total magnification 4.0 to 25.0x.
b. There should be magnification factor from 0.4 to 2.4 with zoom ratio of
1:6 or more.
c. There should be front to back tilt facility with hand grip.
d. Fine focusing should be motorized and should be controlled with foot
pedal. Fine focusing range should be more than 45 mm.
e. There should be two illumination angle 2degree and 6 degree.
f. There should be tilt able binocular tube with integrated image inverter
& focal length of 170 mm or more. IPD range should be from 55 to 75
mm.
g. Eye piece with 12.5 X with -8 to + 5 D compensator
h. High quality objective lenses with apochromatic optics and focal length
of 200 mm with mount diameter of 65 mm or more.
i. There should be motorized X-Y coupling, controlled by foot pedal with
50 x 50 mm range with water proof foot pedal.

There should be independent integral assistant microscope with same


magnification.
j. There should be full HD video documentation system with recording
facility on HDD/DVD.
k. There should be non-contact autoclavable wide angle VRviewing
system with 60D & 128 D lenses.
l. Roll able floor stand on base with lockable castors.
m. There should be suitable online UPS with 30 min backup.
n. CMC of 5 yrs.
o. Light source halogen or LED.
p. USFDA / EUCE approved.
284

110. 171/SSPHPGTI/ OPHTHALMIC FULL FIELD PERIMETER


T3/2016-17/
Optho/07 a. Radius of the perimeter bowl should be 30 cm.
b. Test points parameters should be corresponding to Goldman
standards.
c. Computers and monitor should be integrated in the perimeter.
d. Stimulus size should be I, II, [Link]& V.
e. Stimulus luminance range should be 0.1 to 318 cd/m2 with 0.1 log step
luminance increment.
f. Central field test patterns 30-2, 24-2, 10-2 and macula.
g. Peripheral test pattern should be 60-4 nasal step, custom test.
h. Threshold test strategy should be full threshold, SITA standard. /fast,
full threshold, fast pack.
i. Glaucoma hemi field test.
j. There should be video eye monitoring with gaze tracking with head
tracking.
k. There should be touch screen on CRT monitor, keyboard and provision
of external monitor and keyboard. With internal hard disc drive.
l. Glaucoma progression analysis software should be provided.
m. Motorized chinrest, motorized table along with laser jet printer should
be provided.
n. CMC of 5 yrs.
o. USFDA / EUCE approved.

111. 172/SSPHPGTI/ NON CONTACT OPTICAL BIOMETER


T3/2016-17/ A. It should be non-contact optical bio meter on laser
Optho/08 interferometer.
B. Should have distance independent telocentric keratometry
for easy focusing and reproducibility.
C. Axial length measurement range should be 14-36mm.
D. Corneal radii range 5-10 mm.
E. Ant chamber depth range 1.5 mm 6.5 mm.
F. White to white diameter range 8mm to 16 mm.
G. SRK /T, SRK II,Holladay, Hoffer Q, Haigis, Holladay ii
FORMULA FOR IOL calculation.
H. There should be multiformula calculation at a time for
comparison.
I. Measurement in staphyloma, pseudophakic and silicon
filled eyes.
285

J. There should be integrated A constant optimization for


specific lenses and IOL calculation formula.
K. There should also be formulas for corneal power calculation
for post operated eyes like PRK/LASIK/SCLERAL FIXATED
IOLS/ IRIS /ACIOLS.
L. Laser printer with motorized table should be provided.
M. CMC of 5 yrs.
N. USFDA / EUCE approved.

112. 173/SSPHPGTI/ HIGH DEFINITION OCT


T3/2016-17/ A. OCT SCANNING: Axial resolution : 5 um
Optho/09
Transverse resolution: 15 um
Scan speed: 27000=68000 A scan per second

A scan depth: 2.0 mm 1024 points


B. Fundus imaging: live during scanning, with transverse
resolution of 40 -45 um.
C. Scan pattern: macular cubes of 200x 200 , 3D, cross, raster,
line , radial circle
D. Software: FDA approved normative data base for RNFL, ONH
& MACULA. Macula thickness analysis and macula change
analysis. RNFL thickness analysis and guided progression analysis
for RNFL& ONH. C –Scan visualization and 3 D display.
E. There should be AC measurement like CCT, AC depth, angle to
angle distance.
F. There should be high definition cornea scan for residual stromal
bed with pachymetry map with minimum 24 radial line scans of 8
mm or more scan length.
G. There should be focus adjustment range -20 D + 20D with internal
and external fixation.
H. Computer with latest software should be integrated in system
with high resolution color display.
I. Motorized platform should be provided along with.
J. CMC of 5 yrs.
K. USFDA / EUCE approved.

113. 174/SSPHPGTI/ SYNOPTOPHORE


T3/2016-17/
Optho/10 Standard Synoptophore with binocular eye piece, adjustable chin rest.
Facility for convergence exercise, measuring squint angle including
cyclophorias. Supplied withSMP fusion and stereopsis slides with
Hardinger [Link] table to be supplied along with [Link] of
286

5 yrs.

114. 175/SSPHPGTI/ CRYO UNIT


T3/2016-17/ Standard console unit supplied with cataract, retina and scleral
Optho/11 [Link] of 5 yrs.

115. 176/SSPHPGTI/ OCCULOPLASTY UNIT


T3/2016-17/ Standard set of occuloplasty surgery unit equipment including double
Optho/12 frequency cutting cautery.

116. 177/SSPHPGTI/ OPHTHALMIC OPERATION TABLE


T3/2016-17/ Motorized operation table with head fixator, specific for ophthalmic
Optho/13 [Link] of 5 yrs.

117. 178/SSPHPGTI/ OPHTHALMIC A – SCAN ULTRASOUND BIOMETER


T3/2016-17/
Optho/14 A. It should work in both contact as well as immersion mode.
B. Should measure axial length in all types of eye like phakik, aphakik,
pseudophakik and silicon oil filled eye.
C. Should be capable of comparing different IOL power calculation
formula at a single time.
D. Should be compatible to measure post refractive surgery IOL
calculation.
E. Gain should be in range of 20 to 110 dB.
F. IOL calculation formula should be SRK-T, SRK-II, HOLLADAY,
BINKHORST II, and HOFFERQ AND HAIGIS.
G. Should be compatible with PC and USB Video printer.
H. Should have inbuilt printer.
I. CMC of 5 yrs.
J. USFDA / EUCE approved.

118. 180/SSPHPGTI/ FULLY AUTOMATED ETHYLENE OXIDE GAS STERILIZER (ETO)


T3/2016-17/ A. Should be designed to be used with ethylene oxide gas
Optho/16 cartridge.
B. Should have one touch operation.
C. Should have color touch screen display to see specific phases
of operation.
D. In every cycle there must be a leak test period.
E. Negative chamber pressure should ensure that gas cannot
escape into operation area.
F. Indicators and buzzers should be inbuilt in case of breach of
operation.
G. Cycle completion record should be shown on the printout.
287

H. Chamber and cabinet should be made of high grade stainless


steel.
I. Should have three degassing cycles before aeration starts.
J. The product should be ce certified.
K. CMC of 5 yrs.
L. USFDA / EUCE approved.

119. 181/SSPHPGTI/ AUTO FUNDUS CAMERA WITH ANGIOGRAPHY UNIT


T3/2016-17/
Optho/17 A. Field angle should be 30 and 45 degree.
B. It should capture color, redfree and red picture and pictures of ant
segment as well as fluorescein [Link] visualization with
automatic multiimage montage andstereoimage for 3D images.
C. It should contain FA exciter and barrier filters, filters for green and
blue images, filter for fundus auto fluorescence UV/IR barrier filter.
D. Capture sequence should be 1.5 to 2.0 seconds interval.
E. Ametropia compensation should be – 35D to + 35D.
F. Pupil size should be 3.3 to 4.0 mm.
G. Capture sensor should be internally integrated with minimum 20
megapixel.
H. For flash energy, xenon flash lamp with 22 flash levels.
I. Should be provided with latest software/hardware computer along
printer.
J. CMC of 5 yrs.
K. USFDA / EUCE approved.

120. 183/SSPHPGTI/ HIGH SPEED TABLE TOP STERILISER


T3/2016-17/
Optho/19 A. Sterilization temperature 121/134 degree.
B. Water reservoir capacity 5 L.
C. Should be of bench top type, pre and post vacuum autoclave with
automatic temperature control system.
D. Should have self-test system before operation and self-test mode
diagnoses.
E. Should have fully automatic steam ejection and safety device.
F. Should have automatic sterilization cycle and auto detection for
steam sterilization of glassware and plastics.
G. Tank capacity should be 25 l.
H. Should have sterilize cycle, dry timer and indicator lamps display on
panel.
I. Should have safety locking mechanism to prevent accidental opening
while machine is under pressure.
J. Should be ce certified.
288

K. Fully automatic.
L. Can be kept directly in ot since no steam is vented out
M. Five years heater coil warranty.
N. CMC of 5 yrs.

121. 184/SSPHPGTI/ AUTO LENSOMETER


T3/2016-17/
Optho/20 A. Spectacles range -25 to + 25 D.
B. Contact lenses range -25 to + 25 D.
C. Cylinder range -00 to +/-10 D.
D. Axis 0 to 180 degree
E. Add 0.00 to + 10.0
F. Prism 0.00 to 20.00
G. CMC of 5 yrs.
H. USFDA / EUCE approved.

122. 185/SSPHPGTI/ ULTRASONIC INSTRUMENT CLEANER


T3/2016-17/
Optho/21 A. Made of stainless steel with outer cover of fiber.
B. Capacity 5 lts with heating device.
C. There should be 4 no of transducers.
D. Provision of hanging instrument separately.
E. To be supplied with cleaning solution.
F. CMC of 5 yrs.

123. 186/SSPHPGTI/ PENTACAM


T3/2016-17/
Optho/22 A. Scheimpflug image.
B. Topography map of the anterior and posterior corneal surface.

Pachymetry maps.
C. Elevation maps of anterior and posterior surface of cornea.
D. 3D anterior chamber analysis.
E. Anterior segment topography.
F. Keratoconus detection and classification topometrically.
G. Corneal thickness analysis for early keratoconus detection.
H. Side by side comparison of two examinations.
I. Corneal wavefront and Zernike analysis of the total cornea.
J. Camera must be digital CCD camera.
K. Light source should be blue LED 475 nm UV free.
L. Processor should be DSP with 400 mil operations per seconds.
M. Latest software/hardware installed computer with printer.
N. Measurement range should be curvature 3- 38 mm, 9-99 D.
289

O. Precision +/- 0.1D.


P. Operating distance 80 mm.
Q. CMC of 5 yrs.
R. USFDA / EUCE approved.

124. 187/SSPHPGTI/ POSTERIOR VITRECTOMY1


T3/2016-17/
Optho/23 A. It should have dual pump system.
B. Minimum 4000 cuts per min
C. It should have dual linear and 3- mode.
D. Foot switch should be fully programmable and dual linear
controll.
E. Should be suitable for anterior as well as posterior
vitrectomy.
F. Should be compatable with 20,23,25& 27 gauge .
G. Should have viscous fluid injection and viscous fluid
extraction device.
H. Should have endo and exo diathermy.
I. Should be provided with all necessary accessories.
J. CMC of 5 yrs.
K. USFDA / EUCE approved.

125. 188/SSPHPGTI/ OPHTHALMIC MICROSCOPE FOR MINOR OT


T3/2016-17/
Optho/24 A. There should be Motorized zoom magnification changer with manual
override and apochromatic optics
B. Fine focusing should be motorized and should be controlled with foot
pedal. Fine focusing range should be more than 45 mm.
C. IPD range should be from 55 to 75 mm.
D. Eye piece with 12.5 X with -8 to + 5 D compensator.
E. High quality objective lenses with apochromatic optics and focal length
of 200 mm with mount diameter of 65 mm or more.
F. There should be motorized X-Y coupling, controlled by foot pedal with
60 x 60 mm range with water proof foot [Link] able floor stand on
base with lockable castors..
G. USFDA / EUCE approved.

126. 189/SSPHPGTI/ RETCAM


T3/2016-17/
Optho/25 1. Should have integrated image capture system.
2. Range of image should be from 30 degree to 130 degree.
290

3. Should have light control unit and image processing


system.
4. Should have real time high resolution digital video system.
5. Foot switch control.
6. Latest software / hard ware computer with printer.
7. Power backup.
8. With fluorescene angiography system.
9. Upgradable software.
3. USFDA / EUCE approved.

127. 190/SSPHPGTI/ Digital flat panel radiography unit


T3/2016-17/
Radio/01 A. Generator
1.) Of latest Technology.
2.) 800MA Unit with microprocessor controlled high frequency X-ray
generator with power output of 80 KW or more.
3.) The exposure range should be 40-150 KV.
4.) The minimum exposure time should be 1 ms or less
5.) Specify exposure time range.
6.) Should have digital display of KVP & mAs.
7.) There should be provision of automatic exposure control (AEC)
8.) It should have over loading protection.
9.) Anatomical programming Radiography should be possible.

B. X-Ray Tube
1.) Ceiling suspended 3D Column stand.
2.) Motorized movement of ceiling suspended tube.
3.) Dual focus tube – small focal spot should be 0.6 or less and large focal
spot should be 1.25 or less.
4.) Tube loading should be at least 30KW for small and at least 80KW for
large focus.
5.) Field size programming should be possible
6.) Mention range of tube movement in vertical, longitudinal and
horizontal planes.
7.) Should be rotating anode compatible with generator
8.) Anode heat storage capacity should be 500 KHU or more.
9.) Electromagnetic locks with collision protection sensor.
10.) X-Ray tube and collimator section should have automated image
shuttering and cropping facility in collimator.
11.) All the movements of the overhead tube suspension (3D column
stand) should be fully motorized. It should be possible to override it
manually.
291

12.) There should be auto positioning of the overhead tube suspension


against both the vertical detector and the table detector. This should
be possible through selected protocol from both the console as well as
from well stand control.
13.) Horizontal and vertical tube rotation should be +/- 180 Degree
14.) Should have motorized copper filter to avoid unwanted radiation.
15.) Overhead tube suspension (3D column stand) should also have a
screen with display of important parameters and controls.

C. Horizontal Bucky Table


1. It should have built in flat detector system (mention size) with
compact bucky table.
2. Motor Driven, adjustable height floating table top of carbon fiber.
3. Mention Range of Vertical, Horizontal and Longitudinal movements of
the table.
4. Detector movements should be synchronized with movements of the
X-Ray tube.
5. Foot Switches for adjusting height, Longitudinal/side to side
movements, locking. Removable grid for SID of 100cms for horizontal
table applications.
6. Should have Facility to display FFD/SID.

D. Vertical Bucky (Wall stand)


1. Motorized, counter balanced adjustable height vertical bucky with
digital flat panel detector.
2. Detector movement should be synchronized with movement of the X-
Ray tube.
3. Vertical Detector should be tiltable (-15* to +90*) and should travel
from 1’ to 61/2’
Above floor level.
4. Automatic exposure control (AEC) should be there.
5. Removable grid for SID of 180cms for vertical bucky application.

E. Detector System
1. Two digital flat panel detector system with detector integrated into
the bucky table as well as wall stand.
2. Detector material should be made up of amorphous silicon with CSI
Scintillator.
3. Tube assembly movement to be automatically synchronized with both
the horizontal and vertical detectors movements.
4. Minimum size of the detector must be 40x40cms or more.
5. Image matrix size 3kx3k pixels or more.
6. Pixel size should be 150um or less.
292

7. Image resolution should be 2.5lps/mm or more.


8. Should allow centered/decentered collimation.
9. Specify refresh cycle (time for second exposure).
10. DQE should be atleast 65% 0r more.
11. Grey scale resolution 14 bits or more.

F. Operating (acquisition) station.


1. Operating console should have facility for patient identity entry,
viewing and processing images, documentation.
2. Should have a high resolution TFT/LCD monitor of minimum 19”size or
more (fully flat).
3. Minimum 1024x1024 or more display matrix with antireflective front
screen.
4. Image acquisition matrix should be minimum of 2kx2k.
5. System should have auto protocol select.

G. Image Viewing, post processing ,reporting station and documentation:


1. Should have independent monitor of high resolution TFT/LCD monitor
of minimum 19” size or more.
2. Image display matrix should be of high resolution, minimum of
1.5kx15K.
3. High luminescence display for diagnostic image viewing.
4. Post acquisition image processing,viewing, reprocessing hard copy
documentation and onward transmission should be possible.
5. There should be facility of measurements.
6. Image processing functions like Zoom,rotate,mirroring,move and
windowing filter should be possible.
7. Dose display to the patient must be shown.
8. Stitching various images of the body e.g. Lowerlimb, entire spine
without image distortion. Specify the method used to archive it.
9. Image storage disc must be present mention strength.
10. System DICOM Compatible and networking with RIS/HIS/PACS.
11. Should be connected to dry chemistry printer of at least 500DPI for
documentation. The camera should accept all size films upto 14”x17”
size (three film size trays should be active)
12. Multiformat printing should be possible with user selectable options.
13. It should be possible to create alphabetical data wise and examination
based worklist.
14. Worklist should be auto refreshing.
15. DVD/RW based long term archiving must be offered.

H. Image storage and transmission


1. Hard disc storage capacity should be of 3000 or more images.
293

2. The system should support storage of images on CD and DVD


3. The system should be DICOM 3.0 ( or Higher version) ready (like send
,receive print record on CD/DVD , acknowledge etc including DICOM
modality worklist enabled) for connectivity to any network computer /
pc etc in DICOM format.
4. Easy integration and networking should be possible with any other
existing / future networking including other modalities, HIS, RIS and
PACS. Vendor will connect it to existing network without extra cost.

I. Accessories
1 Voltage stabilizer for complete system. The capacity and make of
voltage stabilizer should be mentioned/specified.
2 UPS for the computer only with 30 min back up.
3 Necessary furniture
4 View Box-4, 14’’x17’’,LED/LCD.
5 Vendor to install a mike system to call patient waiting outside.

J. Warranty/After sale Service :-


Five year comprehensive on site warranty of entire system (spares and
labor) without any exclusion,including detector,X-Ray tube
,computers,batteries and all accessories. This will be followed by five
years CMC to be quoted separately ,year wise(6 to 10years).This will
be added to the cost of the main equipment for the purpose of
calculating L1 bidder.
K. Machine should be AERB type [Link] should also have quality
certification of US FDA
& European [Link] Certification for services of medical devices must
be submitted.
L. Mention the list of other users of the same model in India with their
addresses,contact telephone numbers, & e [Link] provide
satisfactory performance certificate from three users of reputed
government/pvt. institutions for the quoted model.
M. The supplier must ensure the availability of expertise for service &
maintainance at NCR. . Uninterrupted availability of spare parts &
repair for the next ten years must be assured.
N. 98% uptime guarantee should be [Link] case downtime exceeds
2%,penanlty in the form of extended warranty, double the number of
days for which the equipmentgoes out of order,will be applied.
O. The log book of breakdown be maintained by engineer &
countersigned by HOD Radiodiagnosis.
P. (a).It should be the sole responsibility of the vendor to get the
registration & licencing with AERB.(b).It should be the responsibility
294

of the vendor to get regular quality check up of the unit as per


requirments of AERB.
Q. Onsite training of radiographer for four weeks should be done.
R. Turnkey for the proposed DIGITAL RADIOGRAPHY(DR) room – ptional-
Price must be quioted

DR ROOM-Examination room—4125x6220,Door to be made


widened,total width 1.5 meter to allow easy movement ofstretcher &
wheel chair patients.
Workstation Room/Console Room---Next to DR [Link]—
3665x2780 Situated close to [Link] glass to be put,size—
90cmx130cm between DR examination room& workstation room.
[Link] door to be made in the wall between DR examination room
&workstation room.
3Workstation room door need to be shifted to the window where glass
is put.
Tiles fitting in the floor & in the wall in above said two rooms .
Electrical work---Peripheral lighting as required in the above said two
rooms.

S. Suitable UPS for complete Digital Radiography room.


Dry chemistry Printer.
Doors of Digital Radiography examination room should have lead .
Specific items to be supplied---
[Link]-two,Flat panel Medical Grade Monitor LED/LCD based—
21’’ &17’’to be connected with image viewing,
[Link]---four with back rest-- godrej make.
[Link] Table—one—godrej make, Reporting documentation with all
necessary software.
[Link] lead Apron ---two
[Link] Box----four,size—14’’x17’’LED/LCD.
Drawing of the proposed Digital Radiography Room & proposed
workstation room by the side of it has been attached.

128. 191/SSPHPGTI/ digital Portable X-ray Machine


T3/2016-17/
Radio/02 Easily transportable, compact digital mobile radiographic unit with
articulate/telescope arm suitable for bed side x-ray forward patient,
intensive care units and operation theater for paediatric application. It
should be a digital system with flat panel detector and must include the
following.
POWER LINE CONNECTION
The unit should operate on single phase power supply with plug-in
295

facility to my standard wall outlet with automatic adaptation to line


voltage 200-240 volts ,15 amp plug.
A. The generator
1. Must be microprocessor controlled high frequency .output 30kw or
above at nominal power rating.
2. It should have a digital display of mAs and KV and an electronic timer.
3. KV range: - 40KV to 120KV or more.
4. Max current: 300ma or more.
5. It should be capable of delivering upto 300mAs in different steps.
6. Shortest Exposure time: Should be 1ms or less.
B. X-ray tube
1. Output should match the output of the generator.
2. Mention the focal spot size of x-ray tube-0.7 &1.3 mm or less.
3. It must have a rotating anode with 3000 rpm or more
4. Anode heat storage capacity should be more than 300KHU
5. Multileaf collimator should be supplied with the system.
C. FLAT PANEL DETECTOR
1. The flat Panel Detector should be of size 14x17 inch or more.
2. Should Have wireless type
3. The detector pixel matrix should be 2Kx2K or more.
4. Pixel Size should be 150um or less.
5. The machine should have a detector storage compartment.
6. The image viewing time after exposure should not be more than 5 sec.
7. DQE should be atleast 65% or more.
D. Battery
1. The machine should be able to run on mains as well as on battery
supply.
2. The battery should also provide power for the motor to move the
machine.
3. The battery should be able to be charged from a normal 15A, 220-
240V single phase socket in less than 6 hours.
4. Please specify number of exposure which can be done on battery.
5. In absence of battry charging machine should be functional on mains
220 volt,15 amp. Plug.
E. Inbuilt Console
1. The machine should have an integrated& inbuilt console with TFT
touch screen.
2. The console should enable to view the image and provide post
processing features using touch screen.
3. Post Processing features should include Zoom,Contrast & brightness
adjustment ,storage of image with a memory of at least 3000 images.
4. The touch screen size should be atleast 15 inches.
F. Regular quality control tests as per requirement of AERB.
296

G. Connectivity:-The machine should be fully network ready & it


should be possible to transfer images & patient data from & to
hospital network using LAN connectivity or wireless LAN.s
H. It must have an articulated or telescopic arm for maximum
positioning Flexibility in any patient position. The angles in various
planes to be specified by the [Link] arm should reach
head end by placing the arm of the machine at foot end.
I. The unit must have an effective braking system for parking
transport and emergency braking. The tube stand must be fully
rotating in all direction.
J. The cable should preferably be concealed in the arm system.
K. The exposure release switch should be detachable with a cord of
least 5 meters. The facility for exposure with remote control
should be possible and the company should supply the infrared
remote also.
L. The company should have USA FDA & European CE approval for
the model of the mobile digital radiography machine [Link]
unit should be AERB type approved NOC only not accepted.
M. Five Years comprehensive on site warranty of entire system
(spares and labor) without any exclusion ,including detector ,X-ray
tube , computers , batteries by 5 years CMC to be quoted
separately , year wise.
N. Mention the list of other users of the same model in India with
their address , contact telephone numbers and emails .Please
provide satisfactory performance certificate of three users of
reputed govt./pvt. institutions for the quoted model.
O. The supplier must ensure the availability of expertise for service
and maintenance in NCR .Uninterrupted availability of spares parts
and repair for the next ten years must be assured.

129. 193/SSPHPGTI/ ULTRASOUND WITH COLOR DOPPLER


T3/2016-17/
Radio/04 Specifications for High End Colour Doppler System
1 The system must be high end and should be latest and state of the art
with fully digital technology equipment to incorporate the facility of
2D, M-Mode, CDI, PW Doppler, CW Doppler, Power Doppler,
directional power angio, Contrast Imaging, STRAIN, ARFI/SHEARWAVE
Elastography imaging, Real time 3-D(4-D), Imaging for abdomen,
obstetrics & Gynae, Cerebrovascular, peripheral vascular, adult trans-
cranial & superficial parts imaging like breast, scrotum, thyroid,
musculoskeletal and adult cardiac.
297

2 System must be offered with a minimum of 400000 digital processed


channels. Technical data sheet should be enclosed in technical bid to
support the number of channels on the systems. If not mentioned
Please attach a letter from manufacturer along with the technical bid
clearly stating the digital processed channels of the offered system.
3 System must be offered with a very high dynamic range of at least 280
dB to pick up subtle echoes. Dynamic range in dB must be clearly
mentioned in the technical quote. System offered lesser than specified
with not be considered.
4 System must be offered with a minimum 21 inch High Resolution Flat
Panel Medical grade Display monitor with nearly infinite position
adjustments.
5 System should have at-least three Imaging universal active probe ports
with electronic switching facility from key board without probe
adapter.
6 Operating modes B-mode,M-Mode, B/M Mode, Doppler Mode,Colour
flow,Power Doppler, DCA/DPA, Contrast Imaging, B/Colour flow, PW
Doppler, Real time 3D ( 4-D imaging).
7 System should support broad band probes spanning a frequency of 1-
18 MHz.
8 B mode & B colour simultaneous should be available side by side real
time display of B-Mode & Colour flow. Digital zoom facility for region
of interest in real time and frozen images.
9 Image storage facility on in build hard disc or MOD/CD/DVD-RW facility
should be available. In built hard disk with minimum capacity of 500
GB. System should have extensive image management capability
including thumb nail review, Cineloop editing etc.
10 Cine loop as well as cine scroll facility in B mode with storage of 800 or
more images should be available. Cineloop frames should also be
available for abdominal contrast applications
11 Should have the state of the art Transmit Real Time Compound
Imaging Technology with Multiple transmitted lines of sight, wherein
Multiple Coplanar Images from different viewing angles are obtained
and combined into a single compound Image at real-time frame rates
for improved visualization. Should demonstrate and show multiple
transmitted line of sight in convex, linear and endocavity probes.
12 System must be offered with Speckle Reduction Imaging : Image
processing technique to remove speckles and clutter artifacts
13 Advanced measurements & calculation package for abdominal,
obst./gynae, and urology, vascular should be available.
14 System should be capable of scanning depth of [Link] attach a
letter from manufacturer along with the technical bid clearly stating
the scanning depth of 30cms in the offered system.
298

15 System must be offered with minimum 12 inch high resolution user


interface touch panel.
16 System must be offered with an 2D frame rate of at least 1250
frames/second. Acquisition frame rate should be clearly mentioned in
the technical quote If not mentioned Please attach a letter from
manufacturer along with the technical bid clearly stating the frame
rate of the offered system.
17 System should have THI & should be able to work in combined mode of
harmonic imaging and real time compound imaging to get excellent
image quality. The system shall offer Tissue Harmonic Imaging in
Power Doppler imaging mode for improved sensitivity,
Specifications for High End Colour Doppler System
18 The system should have Contrast Harmonic Imaging and should have
optimization settings to detect the Contrast Agents. Please specify
other advanced Technologies to perform better Contrast Harmonic
Imaging.
19 Automatic real time & frozen tracing of instantaneous peal velocity &
instantaneous mean velocity (or frequency) should be available. Triplex
Imaging should be standard on the system.
20 The system should be DICOM ready. System should have capability of
HIS and RIS connectivity and should also be connected to the dry
chemistry printer available in the department ( CR/DR system/
CT/MRI/Mammography). Should provides advanced DICOM
connectivity to an enterprise data management system or PACS with
advanced DICOM features: DICOM Store, Modality Work list,
Performed Procedure Step and Structured Reporting. Please specify
the advance DICOM features available on the quoted system.
21 The System should have Panoramic imaging / Sie-scape and extended
field of view imaging.
22 Live Ultrasound Fusion Imaging with navigation
Generate and display fused multimodality images to leverage the
combined advantages of resolution, contrast, and real-time feedback
from the following modalities like CT, MRI and PET

SYSTEM MUST BE THE FOLLOWING TRANSDUCERS


1 1.5–5 MHz Broadband Convex Transducer for General Imaging,
Abdomen, Renal, OB/GYN imaging with capabilities of CEUS and
ARFI/SHEARWAVE elastography to assess liver tissue stiffness. Must
have Tissue Harmonic Imaging for excellent Image quality on Difficult
to image patients .Should also supply biopsy kit.
2 6–18MHz Linear Array Transducer for Vascular, breast,
Musculoskeletal, small parts imaging with capabilities of CEUS. Must
have Tissue Harmonic Imaging.
299

3 5–12MHz Linear Array Transducer for Vascular, breast,


Musculoskeletal, small parts imaging with capabilities of CEUS and
ARFI/SHEARWAVE/STRAIN based Elastography imaging. Must have
Tissue Harmonic Imaging. Please mention the Elastography technology
used in the transducer by attaching technical data sheet of transducer.
should also supply biopsy kit.
4 4–9 MHz Broadband Micro convex Transducer for endocavity imaging
with capabilities of CEUS imaging with CEUS and
ARFI/SHEARWAVE/STRAIN based Elastography imaging. Must have
Tissue Harmonic Imaging for excellent Image quality on Difficult to
image patients .Please indicate THI in the technical data sheet of
transducer. should also supply biopsy kit.
5 1.5–5 MHz Broadband Matrix transducer for General Imaging,
Abdomen, Renal, OB/GYN imaging with more than 7000 crystals to
give live simultaneous orthogonal image . Must have Tissue Harmonic
Imaging for excellent Image quality on Difficult to image patients .

System should be supplied with the following peripheral devices :


1 Thermal B/W Printer.
2 2 KVA ONLINE UPS.

The below requirement must be quoted as an optional and as an field upgrade.


1 System must be offered with an Volume frame rate of at least 25
frames/second in mechanical (Motorised) Volume Transducer.
Acquisition frame rate should be clearly mentioned in the technical
quote If not mentioned Please attach a letter from manufacturer along
with the technical bid clearly stating the Volume frame rate of at least
25 frames/second.
2 2-6 MHz Broadband Mechanical/ motorised Volume Transducer for
General Imaging, Abdomen, Renal, OB/GYN imaging. Must have Tissue
Harmonic Imaging and minimum 25 volume per second . Should attach
technical data sheet of transducer to specify.
3 3-9 MHz Broadband Mechanical/ motorised Volume Transducer for
OB/GYN imaging. Must have Tissue Harmonic Imaging . Should attach
technical data sheet of transducer to specify.
130. 195/SSPHPGTI/ Waste Trolleys
T3/2016-17/  100% seamless body made out of HDPE material with good finish.
Biomedical  Four-wheel drive with two moving wheels of diameter 6 inches
Waste  Heavy Duty Wheel designed for extra capacity to carry garbage
Management/01 over slopes
 With Lid to cover the trolley and avoid spillage
 Outlet for cleaning
 Facility to hold broom, duster and duty register
300

 With Hospital name at the front and all other necessary


information including BioHazard Symbol for BioMedical Waste
 One-year warranty

131. 196/SSPHPGTI/ Set of waste containers with pedal and with Holding Rack :-
T3/2016-17/  Made from high grade LDPE/HDPE material with glazed finish.
Biomedical  Easy operational foot operated broad pedal with minimum noise.
Waste  Regular maintenance free lid easy open-easy shut.
Management/02  Rectangular/Oval front for stability.
 Available in colours as per norms and requirement.
 With biohazard symbol and hospital name inscribed on bin.
 In case of a set of Containers -Mild Steel MS Frame in all sizes and
the bins sholud be removable with lids from the frame
 One year warranty

132. 197/SSPHPGTI/ Set of waste containers with pedal without Rack


T3/2016-17/  Made from high grade LDPE/HDPE material with glazed finish.
Biomedical  Easy operational foot operated broad pedal with minimum noise.
Waste  Regular maintenance free lid easy open-easy shut.
Management/03  Rectangular/Oval front for stability.
 Available in colours as per norms and requirement.
 With biohazard symbol and hospital name inscribed on bin.
 One year warranty

133. 198/SSPHPGTI/ Wheeled Waste Containers


T3/2016-17/  Made from high grade LDPE/HDPE material will glazed finish.
Biomedical  Easy operational foot operated broad pedal with minimum noise.
Waste  Regular maintenance free lid ,easy open-easy shut.
Management/04  With pre cut design to reduce frequent
opening.
 Rectangular and oval shape front for stability.
 Should be available in required colours.
 With biohazard symbol and hospital name inscribed on bin
 Should have two wheels of 3-4”dia and push-type handle.
 Mild Steel MSFrame.
 One year warranty

134. 199/SSPHPGTI/ Disinfection Bins


T3/2016-17/  Twin tub for infectious Bio Medical Waste
Biomedical  Stable design to avoid spillage
Waste  Semicircular/ Oval/ Rectangular front
Management/05  Glazed finish
301

 Outer pot with meshed inner bucket


 Embedded into SS frame
 Broad Foot operated lever lid
 Acid resistant bucket
 One year warranty

135. 200/SSPHPGTI/ Waste containers: small for general waste


T3/2016-17/  Made from high grade Stainless steel grade 304 with matt/ glazed
Biomedical finish.
Waste  Capacity: approx 20 L
Management/06  Easy operational foot operated broad pedal with minimum noise.
 Regular maintenance free lid easy open-easy shut.
 Rectangular/Oval front for stability.
o Inner bucket: LDPE/ HDPE in black colours with handle
````````````````y67and removable as per norms and
requirement.
 One-year warranty

136. 201/SSPHPGTI/ Waste container: Big for general waste


T3/2016-17/
Biomedical  Made from high grade Stainless steel grade 304 with matt/ glazed
Waste finish.
Management/07  Capacity: approx 50 L
 Easy operational foot operated broad pedal with minimum noise.
 Regular maintenance free lid easy open-easy shut.
 Rectangular/Oval front for stability.
 Inner bucket: LDPE/ HDPE in black colors with handle and
removable as per norms and requirement.
 One-year warranty

137. 202/SSPHPGTI/ Weighing machine: small (table top)


T3/2016-17/  Capacity: 30 kg or more
Biomedical  Readability: 2 g or better
Waste  Size: Appxt: 225X350mm
Management/08  Battery: 6 V, 4,5 AH(Rechargeable)
 Upper Platter: Stainless Steel Grade: 202 or better
 Upper Body: Stainless Steel Grade: 202 or better
 Display: LED
 Warranty: 1 year including Measures Verification and Calibration at
installation and 6 monthly
302

138. 206/SSPHPGTI/ Skin Grafting


T3/2016-17/ General specification
Plastic sur. /02 1. All instruments should be highly heat resistant
2. The surface of the instruments should be non reflective
3. It should be CE & US FDA certified
4. Physical demo of the instruments to be provided-
Instruments
1) Padgett/ equivalent Dermatome Power assisted - 01
2) Watson Modification humbeyknife- 2
3) Silvermann’s skin grafting knife- 01
4) Skin Graft Meshe-r 01

139. 209/SSPHPGTI/ Specification for Gouges for cartilage carving for Ear reconstruction
T3/2016-17/ Should be made of high grade stainless steel
Plastic sur. /05 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 (Instreightuments Specifications)

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.
303

8. Quoting Company should have relevant experience in successful


execution of similar work in at least 4 to 5
Institutesof 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
140. 210/SSPHPGTI/ Cleft lip and Palate
T3/2016-17/ General specification
Plastic sur. /06 1. All instruments should be highly heat resistant
2. The surface of the instruments should be non reflective
3. It should be CE & US FDA certified
4. Scissors and Needle holder should have tungsten carbide inserts
5. Physical demo of the instruments to be provided
Quantit
[Link] Description y
Dingman mouth gag with tongue
1 blades (Small, Medium and Large) 1 each
2 Senn Miller retractor 15-17cm 1
Blocksma cleft palate hook 2t 17-
3 19cm 1
Blocksma cleft palate hook 1t 17-
4 19cm 1
5 Castroviejo caliper 20mm 8cm 1
6 cleft palate raspatory 14cm left 1
7 cleft palate raspatory 14cm right 1
Nagata auricular elevator double
8 17cm 1
9 Freer elevator 5mm, 18-20cm, sharp 1
10 Freer elevator 5mm, 18-20cm, blunt 1
11 wire basket 240x255x100mm 1
Medicontainer 290x290x135mm
12 silver 1
Optional
Hockey stick palatal raspatory - Right,
1 13-15 cm 1
Hockey stick palatal raspatory - Left
2 13-15 cm 1
3 McIndoe palatal raspatory 16-18 cm 1
4 Denhart mouth Gag 13 cm 1
141. 212/SSPHPGTI/ Surgical magnifying Lupe
T3/2016-17/
304

Plastic sur. /08 Specifications

1. Should have magnification of 3.5 X magnification (01 in number) and


5.0 (01 in number)
2. Should have wide field of vision 10 cm.
3. Should have working distance not less than 50 cm.
4. Should have customized to the surgeon in terms of inter-pupillary
distance working comfort and diopteric power & should provide
another two customization free of cost in future.
5. Should not have hamper peripheral vision.
6. Should have light weight.
7. Should have ergonomic design.
8. Should have comprehensive warranty for two years form the date of
successful installation in the department.
9. EUCE & USFDA certified.

142. 214/SSPHPGTI/ Surgical Microscope for Plastic and


T3/2016-17/ Reconstructive Surgery
Plastic sur. /10 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 1:6 x or more , control by hand and
foot
panel with manual override
• Focusing system : Motorized and fine focusing control by hand and foot panel
• Working Distance : Preferably step less than 200 mm or 500 mm or better
adjustable without exchange of objective lens , manual override , variable
illumination field spot sizes
Microscope with coupling
2 :- BINOCULAR TUBE :-
• 0-180* Tiltable with focal length of 170mm or better
• 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
• 0-180* Tiltable binocular tube with focal length of 170mm
• Pair of rotatable adapters +/-22.5 degree Stereo Co-observation system
3:- EYEPIECES:-
• Wide field > 12x with magnetic locks
• Diopter setting from -5D to + 5D, also suitable for spectacles wearers (minor
variations
permissible)
4 :- ILLUMINATION SYSTEM
305

• Coaxial xenon illumination


• illumination changer
• Back up xenon lamp
• Two additional bulbs
5 :- HAND CONTOL PANEL
• For Zoom and focus , illumination intensity control
6 :- FOOT CONTROL PANEL
• For zoom and focus, XY movement (minor variations permissible)
rollable with brakes
8 :- LC DISPLAY (OPTIONAL)
• Possible to display different parameters like speed adjustment, brightness,
magnification
programme settings .
9 :- 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. Motorized XY navigation with port
d. Lens covers
e. Dust covers 5 nos.
f. UPS as Per Need
9 B OPERATING CHAIRS : 2 nos.
Automatic height adjustable
• With back rest
• With adjustable arm rests
• Electrically operate
10 POWER SUPPLY : 220 -230 volts
11 Should have 2 years warranty followed by 5 years CMC
12 Demonstration of equipment is essential
[Link] & EUCE approved.

143. 216/SSPHPGTI/ Surgeon operating chair


T3/2016-17/
Plastic sur. /12 Specifications:

1. Should be rotating chair mounted on stable and heavy stainless steel


base
2. Should have casters for easy mobility and should have locking brakes.
3. The seat should be tiltable
4. Should have ergonomic design
5. Should have upholstered with high density padding
6. Should have electrically adjustable height from 20 inches to 30 inches
7. Should have adjustable, spring-loaded backrest and should be lockable.
306

8. Should have height adjustable arm rests that can be moved to any
desired position on a ball joint.
9. Should have mounted circular foot rest.
10. Should operate on rechargeable cells.
11. Should be operable at 220-240 volts with Indian type electrical fittings
and plug points.
12. Should have comprehensive warranty for two years from the dated of
successful installation in the department.
13. Should have AMC for further five years after warranty period. Price of
AMC to be quoted separately.

144. 218/SSPHPGTI/ DENTAL X-RAY


T3/2016-
17/Dental/01  It should have70kV/7mA –Ray tube.
 It should be manufactured with International Safety standards.
 It should have fully imported soft positioning Arms for Accurate Tube
Positions.
 It should have great lightness and flexibility in the movements.
 It should have exposure time between 0.06 to 3.2 seconds
 It should have free swivel head, which allows easy positioning of the Head.
 It should have internally Lead Coated Head tube and cone to avoid scattered
radiation.
 It should have High voltage generator with high efficiency in the emission
of the X-rays.
 It should have Digital control equipped with an easy ready display indicating
with precision the selected time.
 It should be compactable with any RVG.
 It should have Exclusive angular indicating system for prices head
positioning in various radiography techniques.
 It should have Toshiba x ray head
 It should have High efficiency and greater sharpness of the radiography.
 It should have shorter exposure time and Greater safety.
 It should have Double pantographic arm with vertical and horizontal Smooth
movements.
 It should be floor mounted

145. 220/SSPHPGTI/ RADIOVISIOGRAPHY UNIT


T3/2016-
17/Dental/03  It should be based on CMOS technology.
 It should have sensor size 1
 Sensor thickness should be < 5mm
 Sensor dimension should range from 36-37 x 23-24 mm
 It should have minimum active area 20x30 mm
 Sensor Cable length should be minimum 1.5 Mtr.
 It should have greyscale 4096.
307

 Sensor should have round edges for patient comfort.


 Sensor cable should be flexible bend resistant.
 It should be supplied with compatible computer system.

146. 221/SSPHPGTI/ DENTAL CHAIR


T3/2016-
17/Dental/04 It should comprise of shadow less lamp, Spittoon, Three way syringe, Instrument
tray and suction, X-ray viewer with LED light.
1. Electrically operated microprocessor based multi-programmable Dental
Chair
2. The chair should have Erasable programs with microprocessor controlled
where Doctor can set his own programs. The program switch should be fitted
to the instrument tray program 0 and gargling 1 & 2 erasable program
3. The right side Arm of the chair has lateral rotation for easy access of the
patient
4. It should have anti skid rubberized base.
5. Chair mount unit fitted with:
a. Operating LED light with latest sensor controlled to avoid any stagnant
infection. Two intensity illumination 15000 to 20000 Lux.
b. Auto water connection or sensor based water flow.
c. The airotor terminals should be equipped with coupling with water
adjusting and anti-retraction valve.
d. Separate assistant arm should be equipped with 1 – 3 way syringe and
high and low vacuum suction cannula.
e. Stainless steel instrument tray for keeping instruments
f. LED X-ray viewer
g. The chair should have movement locking facility.
h. High and low vacuum motorized noise-free suction with Autostart. The
fluid collection container has auto-drain system and also auto-flux
system.
A. Airotor- 02 each
i. Fiber optic handpiece – 1 no. (NSK / Sirona / W&H / Kavo).
ii. Non optic handpiece – 1 no. (NSK / Sirona / W&H / Kavo).
B. Micromotor- 1 each
Micromotor Speed range 2000-35000 rpm should be supplied with:
i. ContrangleHandpiece –1 no.
ii. Straight Handpiece – 1 no.
C. Piezotronic Scaler – 1 no.
Piezotronics scaler 28 to 32 KHz frequency, Autoclavable Hand piece, total
control is micro processed based control unit. Sleek hand piece. The scaler is
supplied with 3 tips
D. LED light cure – 1 no.
Light cure unit with cooling with the intensity of 1000 to 1200 Mw-cm2 should
be excellent curing light with the high intensity.
E. 3 way syringe for Air, Water and Spray
308

F. Zero Back Ache Stool: Should be latest surgical stool, having raising and
lowering by pneumatic piston with chromium plated legs. Backrest should
move forward and backward along with the body by pneumatic piston and it
should give support all the time. The seat should have a piston to move with
the body when a surgeon leans forward

G. Air Compressor
Oil free medical grade 0.75 HP Compressor with drier and filter fitted on Tank
internally coated with epoxy paint to avoid moisture and rusting.

147. 222/SSPHPGTI/ S.n


T3/2016-17/ Whole Body Multi Slice CT Scanner (128)
o
Radio/06
Technical Specification for Whole Body Multi Slice CT
Scanner (128-Slice)
The Model offered should be High end model under current
production, should be Slip Ring Technology. The Offer should
meet the Specifications as follows
System should have integrated software for radiation and
contrast dose management.
Dual head pressure injector with dose management software
with one thousand no of syringes.
1 Gantry:
1. The CT Scanner should have low Voltage Slip Rings
incorporated in the Gantry
2. The Minimum scan time for a 360 Degree rotation should be
less than or equal to 0.4 seconds (400 milli Seconds) .
3. The gantry should have a minimum tilt of 30 degrees on either
side and remote tilt should be available as standard.
4. The gantry should be provided with User control panels on
either side for easy positioning
5. The sub millimeter Slice @ 0.63 mm or less should be
available. The system should have suitable technology to
accuire 128 Slice/ rotation.
6. The Gantry should have 3D Positioning Laser lights.
7. The Scan field of view (FOV) in acquisition mode should be
at least from 200 mm to 500 mm with intermediate Steps for
scanning different anatomies.
8. Aperture should be at least 70 cm diameter.
2 X ray Section:
1. The X ray Generator should be compact and inbuilt in the
Gantry.
2. The System X ray power should be 70 kw and above
309

3. The MA range available should be between 20 to 600 mA or


more with increments in steps of not more than 10 mA .
4. The X ray Tube should be essentially Dual Focus with
capacity of at least 7 MHU/equivalent/more. Any special feature
of the X ray tube to be highlighted with literature.
5. Specify the focal Spots of the X ray tube.
6. The X ray tube should have a cooling rate of not less than
1000 KHU per minute.
7. The X ray tube Cooler Unit should be in built in the Gantry
3 Detectors:
1. The Detector Offered should have facility to acquire 128 slices
or more.
2. The detector should be solid state type. Specify the material.
3. Specify the Fan Angle of the X rays and the geometry
4. The detectors should not require frequent calibration.
4 Patient Couch:
1. The patient table offered should have a minimum load bearing
capacity of at least 200 KG.
2. Table Top: Please Specify dimensions.
3. The range of metal free scan should be atleast 150 cm or
more.
4. The vertical range should be atleast 55 cms (max height –
min height )
5. Specify the reproducing accuracy of the table.
6. Remote UP/DOWN , FWD/BWD of the Patient Couch should
be standard
5 Spiral/Helical Section:
1. The system offered should have Reconstruction Capability of
at least 100 seconds &
above. Real Time Spiral @ 8 f/s should be standard.
2. The range of Spiral facility in Axial Direction should be more
than 100 cm.
3. The Reconstruction Time in Spiral scan should not be more
than 100 Milli seconds.
4. The system should have the facility to track contrast medium
to trigger scan using Multiple ROI should be included in the
scope of Supply. Real Time Monitor of the Contrast Trigger
Mechanism should be available.
5. Deleted
6. Multi Slice CT Fluroscopy with at least 3 Slice positions &
Reconstruction @ 8 Images /
Sec should be available large LCD monitor of 19 inch or more
310

must also be there in


Gantry room.
6 Computer Section:
1. The Computer offered should be the Latest Multi tasking
Processors and a menu driven platform with a RAM size of at
least 4 GB
2. The Monitor should be the latest Color of at least 18 inches
and flat screen. There should be two monitor independent
console.
3. The display matrix should be at least 1024 / 1024.
4. The reconstruction time for a Axial scan should not be more
than 100 milli seconds
5. The Hard disk Capacity for both Image and Raw data should
be more than 500 GB.
6. It should have facility to store at least 500,000 Images
7. The system should be supported with archiving facility of DVD
& CD Main Console
8. DICOM facility to send , store , print , receive, Query / Retrieve
, MWM , MPPS etc should be standard .
9. PC Based connectivity should be standard for easy transfer
of Images & Report.
10. The system should be enabled and networked to RIS/HIS
7 Image Processing section:
1. The system should have standard software like 3D Volume
rendering , MIP , CT Angio, .Color Angio Display, Virtual
Endoscopy, Colonoscopy, CT Neuro Perfusion , Dental scan ,
Prospective ECG Gated scan , Colon View should be available
as standard on the System
2. The following soft ware should be offered as standard ( MPR
, ROI , VOLUME CALCULATION , CT NUMBER DISPLAY ,
WINDOW WIDTH , WINDOW LEVEL , TOPOGRAM DISPLAY
, CINE DISPLAY , HRCT LUNG, DYNAMIC SCAN )
3. Cardiac Scan Attachment with ECG Gated Segmented Recon
, Calcium score , Plaque Analysis , Cardiac Function Analysis ,
Vessel Flythrough of the Coronaries should be included in the
Scope Of Supply in the Work Station & in the Main Console.
Additional Standard software’s: Lung Nodule Calculation,
Colonography, Image fusion of Different modalities. Advanced
Vessel Analysis.
4. Automatic display of MPR Images after scan will be preferred.
5. There Should be State Of the Art Work stations with at least
6 GB RAM , CD /DVD Archival / DICOM Viewer Two work
stations included in the Scope Of Supply and it should support
311

all the Software as listed on the Main Console

8 Resolution:
1. The System Spatial Resolution should be mentioned with
parameters.
2. The low contrast resolution should not be more than 3 mm at
0.5 %. Shoulder, Pelvis Streak Artefact suppression Software
should be standard.
3. Noise Suppression protocols to maintain LCR at low dose
should be standard.
4. Special Software’s (Like MA Modulation in Routine & Cardiac
Mode ) to ensure Dose efficiency should be standard.
5. Specify the CT Dose Index.
9 Accessories:
1. Multi size Dry Laser Imager of any reputed make.
2. Color Laser Printer.
3. Lead Glass of 3 ft by 5 ft or more.
4. UPS with half an hour back up of suitable capacity to handle
the Complete CT Scanner System.
5. Laser Colour Printer.
6. Dual Head Pressure Injector of reputed make with 100 No:
Syringes & Tubings.
7. Suitable ECG Monitor.
10 Warranty:
Comprehensive on-site warranty as per bid for CT Scanner
System including X ray tube and all accessories.
11 CMC (Comprehensive Maintenance Contract)
The Year-wise CMC inclusive of the X-Ray Tube should be
quoted inclusive of labour, spares & X-Ray Tube after
comprehensive warranty. The CMC should cover all vendor
items & accessories. CMC charges will be taken into account for
evaluation of the bids for ranking purpose and to arrive at the
lowest bid.
12 Datasheet:
All compliance to the tender should be in form of Original Data
Sheet or Original Certificate from the Manufacturer.
13 Training for a Period of Six Weeks to Radiologists Onsite.
14 Turnkey
Air-conditioner of 10 ton split or ductable AC for whole area
including workstation area.
-False ceiling of Gypsum board
312

-Flooring of Vitrified antistatic floor tiles


-Wall tiles upto false ceiling
-Crash Medicine Cart Trolley(1no.)
-Patient Trolley(1no.)
-Wheel Chair(1no.)
-Doctor’s Chair (1no.)
-View Boxes: High Luminal Intensity (LCD) double panel (4x2)
–(2nos.)
-Steel cupboard branded)-2no.
Turn Key works to be executed as per drawing provided (As Is
& Proposed Plan) by user department.
Thickness of Lead in Lead lined door-2mm.
· The bidder should enclose the original product data sheet,
brochure and compliance sheet, The serial number of
specifications must be indicated against the relevant portion of
the compliance sheet and data sheet.
NOTE:
Bidders are requested to visit the site to assess the site condition
of Equipment placement and installation. Bidders must take into
consideration in its bid costs to be incurred for any additional
work viz. Electrical cabling of suitable ratings from the source,
Electrical points of suitable ratings, water connection, water
drainage, plumbing, air-conditioning & allied requirement for the
equipment etc. required for successful installation,
commissioning and running of the Equipment and the “All-
inclusive lump sum price” should include all such costs. Bidders
who have type approval of AERB / BARC shall only be
considered with documentary evidence. It shall be bidder’s
responsibility to get the equipment installed and commissioned
as per AERB / BARC guidelines and installed and commission
on “Turn Key basis.
Dual Energy CT- This should be offered as standard with 128
slice utilization and post processing.
Non-Contrast Application-1-kidney stone characterization,
identification
INSTRUCTIONS:
1. Vendor will get approval for the site plan from AERB for
installation of the equipment.
2. Any civil and electrical work required at the
site for installation of machine is to be done by the vendor.
313

148. 223/SSPHPGTI/ Direct Digital Flat Panel Fluoroscopy & Radiography System:
T3/2016-17/
Radio/07 Specification:

1. Generator
1000mA unit with microprocessor controlled high frequency X-Ray
generator with power output of 80 KW or more
Exposure kV range should be 40-150
System should have facility for pulsed fluoroscopy
Generator should have minimum exposure time of at least 1ms
System should have multiple user defined programmes (Vendor defined
programmes)
There should be provision for automatic exposure control (AEC). It should
be possible to override AEC if required

2. Table
Floor mounted table with carbon fiber table top, scratch resistant surface
System should have motor driven longitudinal and horizontal table top
movements. Please specify the range of movements.
Table should have angulations from longitudinal to head down positions.
(Vertical +90 degrees to Trendelburg -20 degrees)
Table should support patient weight upto 200 kgs
System should have well designed foot switch for releasing fluoroscopy
and acquisition
System should have provision for collision protection
Specify the dimensions of the table
Table should have integrated bucky unit for direct flat panel general
radiography and fluoroscopy

3. X ray Tube:
One X ray tube which is Over couch
The X-Ray tube should have dual focal spots.
X-Ray tube rating should be compatible with X-ray generator output.
Small focal spot power rating should be in the range 30-50 kW
Large focal spot power rating should be in the range 80 kW or more
Size of focal spots should be specified.
Anode heat storage capacity should be more than 600 KHU or more.
Tubes with higher storage capacity will be preferred.
Mention the heat dissipation
Should have provision of electromagnetic locks with collision protection
sensors
314

4. Direct Digital imaging System for fluoroscopy :


Field of view of at least 40cms or more
Collimator may be rectangular or iris type
System should have real-time optimization techniques to maintain
constant brightness at the lowest allowable dose to the patient
Cine loop facility and last image hold facility during fluoroscopy
Acquisition matrix should of atleast 1024X1024 at 10 bit rate
Digital fluoro system in standard continuous fluoroscopic operating
mode from single image display to serial exposures with varying frame
rates upto 15 fps. In pulsed fluoroscopy mode it should be at least 6
frames per second

5. OPTIONAL :
The system should have capability of online digital Subtraction
Angiography facility with image filters, road mapping and peak
opacification facilities.
In DSA mode frame rate should be atleast 8 per second
Injector synchronization of DSA should be possible (Vendor should quote
price for entire DSA optional facility separately)
Tomography facility during radiography (Vendor should quote price for
this optional facility separately)

6. Detector System :
Single Digital flat panel detector
Detector must be atleast 40X40 cms or more
Image matrix size 2k X 2K pixels or more
Pixels size to be mentioned
Specify details of Image resolution
Should allow centered/de-centered collimation
Specify refresh cycle (time for second exposure)

7. Image display system


- Total of 4 monochrome monitors of 19” of 1 Mega pixel or more to be
provided. Two monitors are for examination room and two for
workstation.
Fully loaded workstation to be provided for viewing and processing
images in the resident and faculty rooms.
Post acquisition image processing, viewing, reprocessing, hard copy
documentation and onward transmission should be possible while doing
fluoroscopy or radiography.

8. Control Console
All system movements of table shall be controlled by the operator at the
315

table in the examination room and also at the console


The system should have facility for edge enhancement, positive/negative
image display, windowing, contrast/brightness, electronic shuttering,
image/pixel shifting, vertical and horizontal image reversal, zoom
functions.
The system should have fast and direct access to all series, single images,
in both examination (Remote controlled) and console room
System should have angle/distance measurement, image labelling and
patient positioning facilities.
System should have a dosimeter to display on line, actual radiation dose
on the console.

9. Image storage and Transmission


Image storage capacity of at least 30,000 images in 1024 x 1024 matrix
at 10 / 12 bits on the main system disk.
The systems should support storage of images on compact discs/DVD.
The system should be DICOM 3.0 (or higher version) ready including
DICOM Modality work list enabled (MWL) (and have send, receive, print,
record on CD/DVD, acknowledge etc.) for connectivity to any network,
computer/PC etc. in DICOM format.
Vendor should connect this with existing PACS system and other laser
printers already existing in the department without any extra cost
Easy integration and networking should be possible with any other
existing/future networking including other modalities, HIS and RIS and
PACS
OPTIONAL ITEM : Vendor should separately quote price of DVD recorder
for fluoro recording

10. Accessories
1) Dry Chemistry, Multiport, multiple films (14”x17”, 11”X 14” and 8”X 10”)
camera with resolution of 500 DPI or more, DICOM ready and online. The
vendor should connect this camera with other existing cameras in
department of Radiodiagnosis
2) A DICOM Print facility should be available to connect to a network Printer
3) DICOM Software with fast speed DVD Combo (Reader and Writer
separately).
4) Lead glass 100x 150 cm for console room.
5) Three light weight zero lead aprons, three thyroid shields, paediatric
gonadal shields (All sizes both for male and females).
6) Mattress and arm supports for patient table
7) Suitable UPS with complete back up for the computer system for atleast
30 minutes.
8) Minimum necessary furniture
316

9) Fire extinguisher system to be connected to central system by vendor.


10) Hand grip
11) Foot step
12) Patient fixing belts, head support
13) limited turnkey work as regards floor and wall finishing.
11. Warranty/After Sale Service
Five year comprehensive on site warranty of entire system (Spares and
labour) including X-ray tube and all accessories. This will be followed by
5 years comprehensive AMC.
12. Machine should be AERB Type Approved.
13. Turnkey Work- Lead glass 100x150 cm for the cnsol (work station) room need to
be put.
a. Door between fluoroscopy and consol room
b. Indoor lead lining of 1 mm .
c. Other any related work required.

Aprons,goggles,and complete accessories to be supplied with the unit to be fully


operational
149. 224/SSPHPGTI/ 3.0 TESLA MRI SCANNER
T3/2016-17/ TECHNICAL SPECIFICATIONS FOR 3.0 TESLA MRI SCANNER
Radio/08
Whole body 3.0 Tesla magnetic Resonance Imaging System Optimized for
maximal performance in Whole Body and Vascular examination with
superconducting magnet, high performance gradients and digital Radio
Frequency System. Any up gradation/ new features (all new imaging techniques,
pulse sequence, coils and necessary driving software) and launched prior to the
installation of the equipments must be presumed as part within the scope of the
supply order of the equipments, even if not quoted (or not mentioned in the
specification) at the time of submitting the bid to ensure the equipment being as
state of the art. The vendor should quote the highest channel available with them
as per their product data information catalogue.

Sr. No
1 MAGNET
A 3.0T active shielded super conductive magnet should be short
and non claustrophobic.
B It should have at least 70cm patient bore with flared opening.
C Magnet lengthshould be less than 200cm.
D Homogeneity of magnet should be less than 3.5 ppm over 45cm
DSV Homogeneity should be maintained in large FOV, fat
saturation and applications like cardiac, functional MRI diffusion
317

tensor imaging and spectroscopy. System with the highest


homogeneity to be quoted (and shall be technically preferred ).
E The magnet should be well ventilated and illuminated with built
in 2 way intercom for communication with patient.
F Cryogen vessel to be of Helium only with appropriate super
thermal shielding and refrigeration facility for minimum Helium
boils off. It should have a built in cryo cooler such that helium
consumption does not exceed 0.05Lit/hour.
G There should be a Helium level monitoring equipments in the
magnet and facility for appropriate quick shout down of the
magnet in the event of emergency.
2 SHIM SYSTEM
A High performance, highly stable shim system with global and
localized automated shimming for high homogeneity magnetic
field for imaging and spectroscopy. (3D shimming for volume
imaging and CSL).
B Auto shim should be available to shim the magnet with patient in
position.
3 GRADIENT SYSTEM
A Actively Shielded Gradient system in all x y & z planes.
B The gradients should be actively shielded with each exis having
independently a slew rate of at least 200T/m/s and a peak
amplitude of 40m/T/m. These true slew rates should be available
in each axis independently , for overall better duty cycle
performance of the gradient.
C The system should have efficient and adequate Eddy current
compensation.
D Effective cooling system for gradient coil and power supply.
4. RFSYSTEM
A A fully digital RF system capable of transmitting power of at
least 15kw

B It should also have at least 32 independent RF receiver channels


with each having.

Bandwidth of 1MHz or more along with necessary hardware to


support quadrature ICP array/ Matrix coils. The highest receiver
channels available /mentioned in the product catalogue with the
vendor should be quoted.

C It should support parallel acquisition techniques with a factor of


up to 4 in 2D

D Should allow remote selection of coils and /or coil elements


318

E. Vendor should offer for mutidrive/mutitransmit/true shape or


equivalent technology .
5 PATIENT TABLE
A The table should be fully motorized with computer controlled
table movements in: vertical and horizontal directions.
B A CCTV system with LCD display to observe the patient should
be provided: Moving table angiography should be possible
C There should be a hand held or auto alarm for patients
6 COMPUTER SYSTEM /IMAGE PROCESSOR /
OPERATOR CONSOLE
A The main Host computer should have a 19 inches or more high
resolution LCD TFT or LED color monitor with 1024x1024
matrix display
B The system should have image storage capacity for at least
200,000 images in 256x256 matrix
C Additional storage of 24 terabytes to be offered. It should be
possible to transfer the images from this storage to main console
or workstations.
D The reconstruction speed should be at least 1300 images per sec
or more for full FOV 256 matrix.
E The main console should have facility for music system for
patient in the magnet room. The system should have DVD/CD/
flash drive archiving facility. Supply 5000 DVDs along with the
system. The system should be provided with auto DVD writer. It
should be possible to record multiple cases on the DVD
F Two way intercom system for patient communication
G MRI system should be enabled and networked to RIS/HIS
7 MEASUREMENT SYSTEM
A Largest Field of View should be at least 45 cm in all three axis.
B The measurement matrix should be from 128x128 to 1024x1024.
C Minimum 2D slice thickness mm should be equal to or less than
0.5 mm
D Minimum 3D slice thickness mm should be equal to or less than
0.1 mm
8 COIL SYSTEM
A The main body coil integrated to the magnet must be
Quadrature/CP. In addition to this following coils should be
quoted
B Multichannel Head coils with at least 15 channels for high
resolution brain imaging.(Additional higher channels available
with the quoted system should be quoted by the vendor as
optional)
C Neuro-vascular coil with 16 or more channels or Head/Neck Coil
combined, capable of high resolution neuro-vascular imaging.
Highest channel available with the quoted system should be
319

quoted by the vendor. In case above two coils do not suffice in


combination for complete Neurovascular study from Aortic arch
to Circle of Wills, please quote separate coil in addition to above
two coils for this study.
D Spine Array/ Matrix Coils for thoracic and lumbar spine imaging.
Highest channel available with the quoted system should be
quoted. Minimum 32 channel should be quoted.
E Body Array / Matrix coil with 32 channel and at least 40 cm z
axis coverage for imaging of abdomen, angiograms and heart.
The coil should cover the heart, abdomen and pelvis. In case this
is not available additional coil to cover the same on Z axis should
be quoted.
F Dedicated Cardiac Coil. Highest channel available with the
quoted system should be quoted by the vendor. Minimum 32
channel coil should be quoted.
G Suitable coil for peripheral angiography application. Highest
channel available with the quoted system should be quoted.
Minimum 32 channel coil should be quoted.
H 8 Channel Small Extremity Coil to be quoted. Highest channel
available with the quoted system should be quoted by the vendor.
I 8 Channel Dedicated Shoulder Coil to be quoted. Highest
channel available with the quoted system should be quoted by
the vendor.
J 8 Channel Dedicated Knee Coil to be quoted. Highest channel
available with the quoted system should be quoted by the vendor.
K General purpose flexible coils and circular coils, Highest channel
available with the quoted system should be quoted by the vendor.
L Eye/ear/TMJ circular coil and dedicated breast coil with biopsy
separate Breast Imaging coil and system. Highest channel
available of the quoted system should be quoted by the vendor.
M Flex Coil. Highest channel available with the quoted system
should be quoted by the vendor.
N Coil Storage Cart.
O The system should continuously monitor the RF coils used
during scanning to detect failure modes. RF coils should not
require either set up time or coil tuning; Multi coil connection for
up to 2 or more coils simultaneous scanning without patient
repositioning i.e. like 4GTIM/GEM/D stream coil combination
should be quoted as standard. Techniques like CT TIM and
digitization within the coil/or equivalent, if available, should be
quoted.
9 APPLICATION SEQUENCES
A The system should have basic sequences package with Spin
Echo, Inversion Recovery, Turbo Spin Echo with high turbo
factor of 256 or more, Gradient Echo with ETL of 255 or more ,
320

FLAIR
B Single slice, multiple single slice, multiple slice, multiple stacks,
radial stacks and 3D acquisitions for all applications
C Single and multiple shot EPI imaging techniques with ETL factor
of 255 or more
D Fat suppression for high quality images both STIR and SPIR
E The system should acquire motion artifact free images in T2
studies of brain in restless patients (Propeller, Multivane, Blade
etc)
F Dynamic study for pre and post contrast scans and time intensity
studies
G MR angio Imaging: Should have 20/30 TOF, 20/30 PC, MTS and
TONE, ceMRA, facilities for accelerated time resolved vascular
imaging with applications like Treats/tracks/tricks sequences
H Fat and water excitation package. Diffusion Weighted Imaging,
with at least b value of 5000 or more.
I Bolus chasing with automatic and manual triggering from fluro
mode to 3D acquisition mode with moving table facility
J Non contrast enhanced peripheral angiography for arterial flow
with Native/Trance/ In hance sequences
K Whole body screening imaging studies for metastasis
L Whole body diffusion weighted imaging with background
suppression
M High resolution Abdominal and Liver imaging in breathhold and
free breathing modes with respirator triggered volume
acquisitions.
N The system should have basic and advanced MRCP packages
including free breathing and 3D techniques. The system should
have software package for evaluation of bone marrow(4D Tissue
dynamics or equivalent)
O The system should have facility for flow quantification of CSF,
vessel flow etc.
P The system should have the hydrogen, Single Voxel
spectroscopy. Multivoxel. Multislice&Multiangle 2D, 3D
Spectroscopy and chemical shift imaging in 2D/3D. The
complete processing/post-processing software including color
metabolite maps should be available on main console.
Q Advanced Cardiac applications to offer as standard package:
VCG gating, Morphology/wall motion : cine perfusion imaging,
Myocardial viability imaging, Arrhythmia rejection techniques,
Advanced Cardiac Ventricular Measurement Analysis, cine
Cardiac Tagging Techniques; Coronary artery techniques; real
time interactive imaging, 20/30 fast field echo/balanced/steady
state techniques and evaluation package on workstation
R Perfusion imaging of brain with software for analysis
321

S Susceptibility weighted imaging (i.e. SWI)/Venous BOLD


imaging.
T Multi Direction DWI and DTI with minimum of 32 directions
(complete package including quantification and tractography
software). Prospective motion correction enabled software
preferred.
U Functional Imaging with package for Bold imaging and
spectroscopic imaging & processing package with paradigm
generator (non goggle based) with large high resolution monitor
that can be moved to any part of the exam room. It should be
fully integrated with MR console for driving the paradigms.
Should have console computer, E prime, microphone, fiber optic
cables etc.
V High resolution imaging for inner ear
W High resolution imaging for cartilage and musculoskeletal
imaging.
X Advanced Spine Applications package for nerve root analysis.
Y Fusion software at workstation
Z Latest sequence for quiet/silent imaging without compromise on
slew rate/peak amplitude/acquisition time.
Z1 Small FOV diffusion sequence like zoom IT/FOCUS
10 WORK STATION
A Independent workstations of similar make and preferably having
similar user interface and functionality as that of main console
with full DICOM V3.0 compatibility and ready in place for
manage, read, print, store etc functions.
B All workstations should be able to function simultaneously
C Each work station should have a RAM of at least 4 GB, at least
19 inch LCD TFT/LED Medical grade color monitor, with hard
disk capable of storing at least 250,000 image storage in 256x256
matrix, Multi session CD/DVD archiving facility should be
available
D All necessary soft wares should be available on each work station
i. Basic post –processing software including MIP, MPR, surface
reconstruction and volume rendering technique.
ii. Advanced post-processing applications including FMRI,
perfusion quantification, advanced diffusion and DTI, advanced
cardiac evaluation including perfusion analysis, processing of
2D/3D CSI data, with color metabolite mapping, quantification
of CSF flow data, vascular analysis package
iii. Image Fusion Software: Image filtering and image fusion
software .Software for co-registering MRI/fMRI. Calculation of
Diffusion/Perfusion Mismatch. Overlay of perfusion and
diffusion maps on anatomical images overlay of DWI and PWI
on each other .Overlay of fMRI activation maps and DTI
322

Software for Fusion of MRI and DSA Advanced Spine


applications package for nerve root analysis Whole Body image
fusion (composing)
iv. It should have necessary and adequate hardware and software for
sending and receiving the patient data (text+images)
v. Software for artifact reduction in abdominal imaging
vi. The workstation should display cardiac cine images in movie
mode with rapid avi creation.
E The workstation should enable printing in laser film camera and
color printers
11 SAFETY FEATURES
The system should have following safety features
A The magnet system should include an Emergency Ramp Down
unit(ERDU) for fast reduction of the magnetic field with Ramp
Down time below 3 minutes
B The magnet should have quench bands that contain the fringe
fields to a specified value in the event of a magnet quench.
C Real time SAR calculation should be performed by software to
ensure that RF power levels comply with regulatory guidelines
and are displayed on each image
D The system shall have manual override of the motor drive for
quick removal of the patients from the magnet bore.
E Temperature sensor (built in )for magnet refrigeration efficiency
must be provided.
12 DOCUMENTATION
A One dry chemistry camera with resolution of 500 dpi or more. It
should be digital DICOM 3.0 compliant
i. The camera must be able to process up to 100
films/hour(min.) depending on the size
ii. The system must deliver its first film within 80
seconds from request
iii. The system must have contrast resolution of 16
bits/pixel or more
iv. The system must have at least three online film
sizes, and should be capable to print on any of the
8x10,10x12,11x14,14x14,14x17 sizes.
v. The system must not involve any wet process and
must give a dry film in single stage (without any
users intervention) functionally
vi. Start up time should be less than 10 minutes.
vii. vii. Easy day light loading
viii. viii. The system should be freely configurable by the
user, to use any of the above mentioned.
B A colour laser printer for printing color images and protocols on
323

plane paper in 1200 dpi resolution and more than 20ppm


C The camera and color printer both must be DICOM compatible.
(attach conformance statement.)
13 UPS
A The system should be provided with UPS for the complete
system and accessories with at least 30 minute back up. Gensets
of adequate wattage to support the ACs and chiller to be provided
14 SUITABLE RF ENCLOSED
A RF Cabin: the system should be supplied with the imported RF
cabin eith RF room shielding. RF door screen, and interiors for
the same should be carried out suitably.
15 ACCESSORIES
A Indepentend dual Syringe pressure injector with
i. Non-Ferrous, automatic syringe size detection
ii. It should be capable of performing single dual
phase contrast injections, provides saline flush
delivery and allows timed contrast delivery.
iii. It should be possible to observe progress of
injection and view injection serults
iv. It should be compatible with 10,15,20 &30 ml pre-
filled contrast syringes and 50 ml syringes for both
saline & contrast
v. 100 Nos. of each size syringes with connectors
should be provided
B Patient comfort accessories ie patient call button, two way
communication, music system, head phones, non-magnetic I/V
stand, restraint strap, comfort pads, knee support and positioning
accessories to be supplied .
C Latest MRI Compatible Anesthesia Machine ( for adult and
pediatric patient ) with integrated Ventilator,2 vaporizers, vital
signs monitor & pulse Oximeter and suction machine to be
provided with all technical detail supported with DPS of the
Anaesthesia machine with all its physiological Monitore and
systems. Specifications are attached in Annexure 1
D Two non Ferromagnetic patients transfer trolleys and two wheels
chairs of international make should be provided.
E Water Chiller for Cold Head 1 Gradients.
F Suitable servo controlled stabilizer for the system.
G Coil storage cart/carts capable of storing all the offered with the
system should be provided.
H Two metal detector doors to be installed at the entrance point,
Two hand held metal detector should also be supplied.
I Fire Fighting system and smoke Detectors to installed in the
entire MR center. Two Fire Extinguishers to be installed in each
324

room/ corridors each having a capacity of 5 kg.


J Compatible decorative panel on the roof of MRI rooms.
K Closed circuit CCTV camera at the head side of the patients with
viewing panel at the console.
L Phantoms (including structured phantoms ) and quality assurance
for SNRfor different coils and nuclei, spatial resolution,
magnetic field in homogeneity measurement, distortion
mesurements phantoms.
N Complete manuals and other necessary documentation’s should
be provided.
O Two PCs of reputed make, having latest configuration at the time
of the installation with 19’’ LCD/TFT monitors with UPS.
P Network colourLeaser printer, with resolution with 1200 dpi and
black/colour print of upto 35 ppm.
Q DLP project having Brightness of at least 3500 ANSI and
contrast ratio of 3500:1
R Comprehensive Radiology reporting softwere having normal
reports of MRI and CT of various body part.
i. It should be possible to edit the reports and
generate customized reporting formats.
ii. It should be able to assign a unique ID for each
resport.
iii. It should be possible to search for the reports upto
at least one year by entering patient details/date of
examination etc.
iv. It should br possible to sort out the reports on
daywise basis for purpose of archiving them on
CD/DVD.
S The vendor has to erect/install within the scope of this supply
all/civil/electrical /MR patient safety cubicles/ air –conducting
(if not available on –site in adequate quality and quantity) system
as per the technical requirement for smooth functioning of the
MRI system
16 WARRANTY and CMC:
A The system, including all components, all accessories, local air –
conducting –if any, helium refill and entire turnkey work will be
under complete replacement warrenty for five years from the
date of issue of installation certificate. The uptime guarantee,
95% of counted all(365) days per year. If the down time exceed
5% the same amount of time shall be extended in thwwarrenty
periods or in case of post warrenty AMC period along with a
token panelty of Rs. 10,000/- per day.
GUARANTEE
It is with in the scope of supply that vendor guarantee the service
325

and spare support for five years of the whole syatem including
helium and cold head and all accessoriesafter the warranty period
of five years
SPARES
Please attach a complete list of sapres which would be provided
with the equipment.
150. SSPHPGTI/T3/2 Printing stationary R.C.
016-
17/Printing/01
[Link]. ITEMS
Page must be more than 65 GSM and samples may be
collected from our office in working hours on working
days
01. File cover per piece
02. OPD Folder per piece
03. A-3 pad, single color, two side printing
04. 1/16 size pad single color one side printing
05. 1/16 size pad, single color , two side printing
06. 1/8 size pad, single color, one side printing
07. 1/8 size pad , single color, two side printing
08. 1/4 size pad single color, one side printing
09. 1/4 size pad single color two side printing
10. 1/3 size pad single color two side printing
11. 1/3 size pad single color two side printing
12. 1/8 size book single color one side printing
13. 1/6 size book single color one side printing
14. 1/5 size book single color one side printing
15. 1/4 size book single color one side printing
16. 1/3 size book single color one side printing
17. Green Noting Sheet per piece
18. Letter head per piece
19. Envelops (4.5”x10”)
20. Envelops (6.5”x8.5”)
21. Envelops (8”x10”)
22. Envelops (10”x12”)
23. Envelops (12”x12”)
24. Envelops (12”x15”)
25. Envelops (14”x14”)
26. Envelops (14”x17”)
27. Register 200 pages (17”x8.5”) without index
28. Register 200 pages (17”x8.5”) with index

151. SSPHPGTI/T3/2 Consumable stationary items for Rate Contract


016-
17/Stationary/01 Page must be more than or equal to 65 GSM and samples may be collected from
our office in working hours on working days
326

Sl. Sl.
Item Name Item Name
No. No.
1. Folder 21. Pencil
2. Cobra file 22. Sharpener
3. Spring file 23. Eraser
(Index file)
4. Tag file 24. Stamp pad Blue
5. A-4 Rim >=65 25. Stamp pad Blue (ink
gsm paper small)
6. Fevi kwik 26. Stamp pad Blue (ink
big)
7. Fevistik 27. All pin
8. Cello Tape 2” 28. U-clip
9. Brown Tape 2” 29. Stapler (no 10)
10. Scale Steel 12” 30. Stapler (HP-45)
11. Scale Steel 18” 31. Stapler pin (no 10)
12. Highlighter 32. Stapler pin (24/6)
13. Clip 33. Punching Machine
Double hole
14. Pen Drive 34. Punching Machine
single hole
15. Posted Flag 35. Calculator (casio)
(Tricolor)
16. Sticking Pad 36. Tage (White)
17. Ball Pen 37. Tag (Green)
(Rey045) Blue
18. Ball Pen 38. Marker Pan
(Rey045) Red
19. Pilot Pen-Blue, 39. Whitener (Corrector)
Green, Black
20. Lead pencil 40.

152. SSPHPGTI/T3/2 Printer Toner and Cartridge for R.C.


016-17/Toner/01 [Link]. TONER & DRUM PART CODE
R.C. 1. HP-88A
2. HP-78 A
3. MLT-D116L
4. MLTR-116
5. TN-2365
6. DR-2255
7. TN-118
8. DR-114
9. DV-116
10. TN-513
11. DR-512 K
12. DV-512 K
13. TN-321 K
14. TN-321 C
15. TN-321 M
16. TN-321 Y
17. DR-512 C
18. DR-512 M
327

19. DR-512 Y
20. DV-512 C
21. DV-512 M
22. DV-512 Y
23. Intermediate transfer belt
24. HP LASERJET CC 388 AC
25. Canon C2225 Photocopy
Machine- all types Toner &
Cartridge for R.C.
26. Canon C2225 Photocopy
Machine- R C. for AMC
153. SSPHPGTI/T3/2 Anesthesia R.C. Items
016-
17/Anesthesia/01
1 C.V.P. Cannula Polyurethane, disposable, sterile packed, per piece
R.C. adult, Seldinger single lumen, Kink proof J-tipped guide
type wire having dispensor with integrated
leur-slip introducer, needle free injection
system, tip softer than main catheter,
facility for ECG lead placement
verification, radio-opaque line, 16G
catheters of 15 lengths with appropriate
introducers.
2 C.V.P. Cannula Polyurethane, disposable, sterile packed, per piece
adult, Seldinger single lumen, Kink proof J-tipped guide
type wire having dispensor with integrated
leur-slip introducer, needle free injection
system, tip softer than main catheter,
facility for ECG lead placement
verification, radio-opaque line,18G
catheters of 15 lengths with appropriate
introducers.
3 C.V.P. Cannula Polyurethane, disposable, sterile packed, per piece
adult, Seldinger single lumen, Kink proof J-tipped guide
type wire having dispensor with integrated
leur-slip introducer, needle free injection
system, tip softer than main catheter,
facility for ECG lead placement
verification, radio-opaque line, 16G
catheters of 20 cm lengths with
appropriate introducers.
4 C.V.P. Cannula Polyurethane, disposable, sterile packed, per piece
adult, Seldinger single lumen, Kink proof J-tipped guide
type wire having dispensor with integrated
leur-slip introducer, needle free injection
system, tip softer than main catheter,
facility for ECG lead placement
verification, radio-opaque line, 18G
catheters of 20 lengths with appropriate
introducers.
5 Internal On introducer type, with flow switch, size per piece
Jugular/Subclavian 16G, sterile pre-packed with pre-puncture
vein cannula stylus and stabilizing wing.
328

6 Internal On introducer type, with flow switch, size per piece


Jugular/Subclavian 18G, sterile pre-packed with pre-puncture
vein cannula stylus and stabilizing wing.
7 Triple lumen CVP Polyurethane based polymer having per piece
kit antimicrobial response to kill colonizing
bacteria on and around catheter; Heparin
Coated; Soft tip, Kink resistant, 3 lumens
of 16G, 18G & 18G; 16 cm length; radio-
opaque with guide wire, dilator and other
accessories in sterile pack.
8 Paediatric CVP Seldinger, for subclavian and internal per piece
Line jugular access in small children, 20,22 G
in various lengths.
9 Paediatric CVP Non Seldinger, for subclavian and internal per piece
Line jugular access in small children, 20 G, 22G
in various lengths.
10 Peripheral Double Disposable, Silicon, Double Lumen in 6 Fr per piece
Lumen CVP line and 7 Fr, in approximately 50 cm Length
set
11 C.V.P. Cannula, Polyurethane, disposable, sterile packed, per piece
Adult Non- kink resistant, single lumen, with radio-
Seldinger type opaque line, 16G introducer with 18G
catheter in lengths of 45 cm, easy to insert.
12 Closed intravenous For prevention of spillage and exposure of per piece
access device blood; low thrombogenicity material, in-
built Y-adapter with injection device and
fluid route; clamp for closure.
13 Injection plug Leurlock connector with latex diaphragm per piece
for injection port, sterile packed,
disposable
14 Intraosseous Disposable, Size : 18 Gauge 3 cm length per piece
Infusion Needle
with Trocar
15 Needleless Easily cleanable smooth surface, clear per piece
infusion access housing, split septum design to prevent
device with double reverse flow, low priming volume, with
tubing two extension tubings
16 Three lumen With clamps, two closed IV access per piece
extension tube adapters and one open hub.
17 Three way stop Medical grade transparent polycarbonate, per piece
cock Disposable, three arm handle, Leak proof,
One male leur lock port, 2 female leur lock
ports, Sterile, easy to peel off pack.
18 Two lumen With clamps, one closed IV access per piece
extension tube adapters and one open hub.
19 Seldinger type For cannulation of radial and femoral per set
arterial cannula set arteries, with introducer needle, mettle
guide wire and luer lok plug, 20 G and 22
G catheter for radial artery and 18 G
catheter for femoral artery.
20 Elevation pillow For morbidly obese patients for facilitation per piece
of airway management.
21 Head ring Soft and comfortable head rings with per piece
opening for endotracheal tube and stability
329

of patient’s head and protection of face,


neck and ears during prone position, made
up of gel & foam,open as well as closed,
sizes: Adult size,adolescent, child, toddler,
infant, neonate
22 Emergency carrier Back pack type, for orderly management per piece
for medical of contents, inside bags with elastic straps
devices and and Velcro fasteners, ampoule holders and
instruments accessory bags, exterior dimensions
400x560x250 mm, light weight
23 Heat and moisture For spontaneously breathing tracheostomy per piece
exchanger with patient with built in oxygen port and
oxygen port suction channel, disposable.
24 Transparent Non-irritant; Bidirectional tear; per piece
porous adhesive hypoallergic adhesive; Approximately 9
tape meter rolls; Size 2”
25 Transparent Non-irritant; Bidirectional tear; per piece
porous adhesive hypoallergic adhesive; Approximately 9
tape meter rolls; Size 3”
26 Wrist splints To secure arterial and venous lines; per piece
cushioned; Size – adult
27 Wrist splints To secure arterial and venous lines; per piece
cushioned; Size – child
28 Wrist splints To secure arterial and venous lines; per piece
cushioned; Size – infant
29 Oxygen tube
30 Vented sampling Dry heparin arterial blood vented per piece
pre-heparanised sampling syringes with pre-attached
syringe needle; for blood gas analysis, 1 ml size
31 Hourly Urine With drainage bag, measuring burette, per set
monitoring set over flow facility, completely closed, 250
ml capacity
32 Bed Protection Leak Proof, Cellulose fluff, non Slippery, per piece
Sheet High absorbent, Size 60x90cm
33 Incentive For breathing exercises, maximum per piece
Spirometer volume inspired printed on each chamber,
light weight, disposable, capacity 900
ml/min
34 CPAP double port Gas-tight, low pressure seal, Oxygen per piece
mask with harness supplementation port, safety flutter valves,
atleast six harness fixing points, inflation
port for customized fit and comfort; Size –
small adult, child with appropriate
harnesses
35 Manual Latex free, robust and user friendly, per piece
Resuscitation Unit, Autoclavable to 1340C; Built in Pressure
adult limitation facility in the form of double
wall bag; Single shutter non-rebreathing
valve system; To be supplied with
facemasks having good quality air seal
transparent tops with thumb rest in all
sizes 2, 3,4,5. Autoclavable reservoir bag
for 100% oxygenation attachable to the
rear end of resuscitator.
330

36 Paediatric Manual Latex free, robust and user friendly, per piece
Resuscitation Unit autoclavable to 1340C; Built in Pressure
limitation facility in the form of double
wall bag; Non-rebreathing valve with
pressure limiting, high pressure release
valve system; To be supplied with
facemasks having good quality air seal and
transparent tops; Should be provided with
reservoir tubing for high concentration of
[Link] size, pediatric size with
facemask # 1, # 2
37 Sevoflurane 99.99 % purity, Test report to be provided, per
Breaking Resistant, Non glass bottle, Shelf 250ml
life should not be less than 3 years
38 Isoflurane 99.99 % purity, Test report to be provided, per
Breaking Resistant, Non glass bottle, Shelf 250ml
life should not be less than 3 years
39 Respiratory Low dead space, HEPA filter and per piece
bacterial filters hydrophobic filtration incorporated, heat
and moisture exchange filter with gas
sampling port, disposable good quality,
pre-sterilised pack to accommodate
standard ventilator breathing circuit and
anaesthesia circuits, high degree of
bacterial and viral filtration. Should work
for at least 24 hours Adult, child, infant,
neonatal sizes
40 Soda-lime CO2 Medical grade, international agency per 5 ltr
absorbent certified; Good quality; for closed circuit; pack
Low compound A & CO generation; High
contrast color change after absorbent
capacity is exhausted (preferably pink to
white); Pack size 5 liter bottle/canister
41 Integrated soda Disposable, for highly infected patients, per piece
lime absorber unidirectional flow of gases; inner lumen
circle system for fresh gas delivery, with APL valve &
approx 550 g soda lime capacity
42 Reservoir bag 500ml, 1 litre, 2 lites per piece
43 Combined Spinal Disposable, Needle-thru’-needle set, per piece
epidural kit Approx. 8 cm, 18 or 20 G G back-eye-
designed Touhy needle with attachable
wings, 26 or 27 G pencil point spinal
needle lockable with Touhy needle,
graduation marking on hub, Clear closed
end multiple eyed epidural catheter
compatible with Touhy needle, removable
leur-lock connector, 0.2 µ flat bacterial
filter, loss of resistance device, catheter
fixation device, Spinal needle should not
protrude out > 15 mm from tip of Touhy
needle, to be supplied in a sterile pack.
44 Epidural Catheter Good quality, sterile packed latex free per piece
nylon catheter with metal core, soft
flexible tip, kink & shear resistant, size 18,
331

20 G, clear 1 cm spaced graduations over


the catheter, 3 helically placed lateral eyes,
with removable leur-lock connector.
45 Paediatric Epidural Paediatric Touhy needle 20 G, 4.5 cm with per set
Sets catheter 23 G, 45 cm with X-ray contrast
catheter guide, 0.2µ flat filter, adaptor and
10 ml loss of resistance syringe.
46 Flat Epidural 0.2 µm hydrophilic bacterial filters, male per piece
filters & female connection.
47 Paediatric Caudal Short beveled 45O Crawford tip caudal per piece
Needle needle with 1 cm graduations and depth
stopper. Size 22, 23 G 4cm
48 Transparent For fixation of epidural catheters and per piece
dressings with central catheter covers, semipermeable,
absorbent pads water repellant, with paper frame delivery
slot, good quality, Size – 9 cm x 25 cm.
49 Transparent For fixation of epidural catheters and per piece
dressings with central catheter covers, semipermeable,
absorbent pads water repellant, with paper frame delivery
slot, good quality, Size – 9 cm x 10 cm.
50 Insulated 22 G, 5 cm electro-needles having thin per piece
graduated electro- transparent polymer coating for insulation;
needles for markings on the needle; universal
regional nerve connector for nerve stimulator and injector
block port
51 Insulated 22 G, 15 cm electro-needles having thin per piece
graduated electro- transparent polymer coating for insulation;
needles for markings on the needle; universal
regional nerve connector for nerve stimulator and injector
block port
52 Lancet (Quincke) Good quality Disposable, rust free, steel per piece
spinal needle needles, 23G, 25G, 26G ,9 cm, with
translucent window hub, lockable stylet
with perfect blending with lancet type
bevel, for subarachnoid block
53 Pediatric spinal Good quality Disposable, rust free, steel
needle needles, 24G to 27 G, 1 inch to 2.5 inches,
with translucent window hub, lockable
stylet with perfect blending with lancet
type bevel, for subarachnoid block
54 Adult Epidural Set Tuohy needle 18 G, 9-10cm with catheter
23 G, 45 cm with X- Ray contrast catheter
guide, 0.2 micron filter, adaptor and 10 ml
LOR syringe
55 T-piece nebulizer Good quality, disposable, T-piece
for Ventilator nebulizer attachment to be attached for
in-line nebulization for ventilated patients
56 Adult Epidural Good quality Disposable, rust free, steel
needle needles, 18 G, 9-10 cm, with translucent
window hub, lockable stylet with perfect
blending for single shot Epidural
Anaesthesia
57 Paediatric Epidural Good quality Disposable, rust free, steel
332

Needle needles, 20 G 4.5 cm, with translucent


window hub, lockable stylet with perfect
blending with lancet type bevel, for single
shot Epidural Anaesthesia
154. SSPHPGTI/T3/2 CR reader
016-17/Radio/CR
reader/01
Specifications of Computerized Radiography (CR) System for the department of
Radiodiagnosis
The Computerized Radiography (CR) System (Computed Radiography System)
Should have the following essential components & features:
a) Image Recording System ( Cassettes & Image Plates) :
Cassettes
a) 14” x 17” - 2 nos.
b) 10” x 12” - 2 nos.
c) 8” x 10” - 2 nos.

Image Reader (CR Reader) / Digitizer


Digitizer / Image Reader suitable for Government Hospitals which is capable to
handle high workload is required, having the following features:
 Processing Capacity 75 Plates/hour for the largest size
 It should have rigid/flexible plate scanning technology.
 Minimum image preview time should be less than 50 sec.
 Depth acquisition resolution should be of 12 bits.
 Unit offered should have resolution of 10 pixel or more.
 It should have possibility for user configurable anatornical presets.
Maximum presets preferred. It should have separate presets for pediatric
patients.
 Stitching software should be available as standard.
 Should have provision for highest resolution scanning for any size.
 Should have various post-processing features like window level
adjustment, Rotation, Zooming, Annotation, Noise reduction, cropping
etc.
 It should be DICOM COMPATIBLE.
 It should have be able to process cassettes of size 8” x 10”, 10” x12”,
11”x14”, 14” x 14”, 14” x 17”, 18” x 24”, 24” x 30” & 15” x 30”
 It should be able to pan & zoom the image directly when required, to
check the quality of the image.

Cassette Indentification
Through Bar code reader for Cassette

Dedicated Advanced Work Station


The CR System should have workstation provided with 17” monitor with
333

keyboard & mouse, with the following features

I. It should be capable of processing raw image data of the CR Reader


/Digitizer
II. It should have post processing facilities like window level adjustments,
Image flipping & rotating ,cropping , image zooming ,edge enhancement
,latitude reduction ,image noise reduction , grey scale saturation feedback
electronic shuttering etc. Edge enhancement, latitude reduction & noise
reduction should be providing in console of workstation.
III. It should have latest special image processing diagnostic software which
has 4 levels of processing to obtain high quality image. Facility to process
Soft tissues & bones separately should be available.
IV. It should have separate presets for pediatric patients.

Second Advanced Processing work station


It should have independent, full functionally Software with separate workstation
PC with 17” LCD Display, with facility of CD writing of universally viewable
CD’s, for taking images on CD. The PC should have 1GB RAM, 320 GB or
above Hard Disc. The second workstation software should be provided with
Multimodality processing software capable for Multimodality Connectivity &
printing capability and should be capable to connect USG, CT, MRI etc. It should
also have Facility for Multi patient printing on Single Film. The workstation
should also have an option to connect to additional viewing workstation for
doctor’s room.

Dry Laser Camera /Imager:


A dry laser printer of latest technology should be provided with the
system, with the following features:

1. Print technology should be dry laser.


2. Printing resolution should be not less than 500 DPI for standard
resolution printing.
3. Processing capacity: It should be able to print at least 120 sheets/hour of
14” x 17” size.
4. Pixels depth architecture/gray scale resolution should be 14 bits of more
5. It should have compatibility of networking & connectivity –there should
be provision of direct connectivity to any DICOM modality & on
installation there should be available essential provision of connection to
at least 5 DICOM modalities simultaneously , for high volume
centralized US, CT, MRI, NM, CR & DR ,C-ARM printing applications.
6. The systems should be capable to connect/link non- DICOM modalities
also by connecting it to DICOM.
7. It should be able to support film sizes 14x17, 14x14, 11x14, 10x12 &
8x10
8. It should have at least 3 film sizes online.
334

9. The system should be supplied with suitable UPS with 30 mins back-up.
10. The complete system should be CE/FDA approved.
11. The system should be offered with 2 years warranty including the IP
Plates.
155. SSPHPGTI/T3/2 ORTHOPEDIC DIFFICULT IMPLANT REMOVAL SET
016-17/ortho set
/01 The instruments should be of improved steel with high precision
quality with CE, TUV or ISO 9002 certification. The fine cutting
instruments should be of Tungsten carbide –Supercut variety. Following
is the list of “autoclavable” metallic instruments with detailed
specifications and quantities –

[Link]. Instrument Specificati Quantity in Per


on Set
1 Hollow Reamer for 1.5, 1 for each size
2.7, 3.5, 4, 4.5, 5, 7 mm
Screws
2 Spare Reamer Tube for 1 for each size
1.5, 2.7, 3.5, 4, 4.5, 5, 7
mm Screws
3 Extraction Bolt for 1.5, 2.7, 1 for each size
3.5, 4, 4.5, 5, 7 mm Screws
4 T-handle for quick coupling 80 mm 2
of above Reamers
5 Sharp Hook 155 mm 1
6 Screw Grasping Plier, Self 205 mm 3
Locking
7 Hollow Chisel 205 mm 4mm, 2 each
6mm,
10mm
8 Broken Nail Conical 2 different 2 each
Extraction Conical Screw sizes
9 Jumbo Cutter 2 different 2 each
sizes
10 Instrument Autoclaving 2
335

Case (Heavy Duty


Perforated Box with Lid,
durable locking latches,
inner tray and silicone
inserts for safe handling of
instruments), Size - should
be able to accommodate
atleast unit quantity of
each of the above category
of instruments & more than
600mm x 180mm x 150mm
in size

8. IMPORTANT INSTRUCTIONS:
9. It shall be responsibility of the supplier to meet all the statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

5.2 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

5.3 All information asked for must be provided in the compliance statement
under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching
with the technical details in the compliance statement and the technical
brochure – reciprocally.

5.4 The Technical Committee shall be free to relax the above


specifications; or consider any new technology not including above, if
quoted against this tender but considered suitable for the purpose of
the Institute; or reject any bid without assigning any reason. This
decision of the Technical Committee shall not be challengeable under
any administrative or legal process.

5.5 All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
336

country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for
import and installation of the equipment/spares etc.

5.6 Price of L1 shall be based on price bid of the whole set (scope of
supply).
10. SUPPLIER’S BACKGROUND:

8.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of manufacturing and supply of
Orthopaedic Instruments, from the same principals for more than three
years continuously at the time of quoting this tender. The Principals
must have all India base of installations of such instruments including
at least three supplies in reputed medical institutions in India (of which
atleast one should be a government institute) with a track record of
over 5 years.

2.2 The manufacturer should be ISO Certified company.

2.3 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

11. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.

12. WARRANTY :

(i) The supplier should provide a Lifetime Replacement Warranty


Certification for the instruments (except Drill Bits) valid for
atleast 5 years.
(ii) For the next 5 years the supplier should provide repair of the
instrument at nominal cost.
(iii) The supplier should provide a Lifetime Warranty Certification
against Corrosion valid for atleast 5 years.
337

156. SSPHPGTI/T3/2 ORTHOPAEDIC GENERAL INSTRUMENT SET


016-17/ortho set The instruments should be of improved steel with high precision
/02 quality with CE, TUV or ISO 9002 certification. The fine cutting
instruments should be of Tungsten carbide –Supercut variety. The
needle holders should be with Tungsten Carbide inserts for extra
durability. Following is the list of “autoclavable” metallic instruments with
detailed specifications and quantities –

[Link]. Instrument Specification Quantity in


Per Set
1 Multipurpose Orthopaedic Plier With cutter and 3
Bender option,
Large Size
2 Fast / Butterfly T-Handle Large 3

3 T-Handle with Chuck and Key 4

4 Bunnell Hand Drill with Chuck Closed Gear 2


and Key

5 Curette double ended Small, Medium, 3 each


Large
6 Czerny’s Right Angled Retractor Small, Medium, 1 pair each
Large
7 Langenback’s Right Angled Small, Medium, 1 pair each
Retractor Large
8 Bristow’s Bone Lever Small, Medium, 2 pairs each
Large
9 Hohmann Bone Retractor / Size 6, 12,18, 36 2 pairs each
Spike
10 Bone Hook Small, Medium, 1 each
Large
11 Lowman Clamp Small, Medium, 1 each
Large
338

12 Weislander Self Retaining Small, Medium, 2 pairs each


Mastoid Retractor Large
13 Padgett Bone Cutter, Straight Small, Medium 2 each
14 Double Action Bone Nibbler Straight; Small, 3 each
Medium
15 Double Action Bone Nibbler Angled; Small, 3 each
Medium
16 Self Retaining Serrated Bone Small, Medium, 1 pair each
Reduction Clamp Large
17 Self Retaining Serrated Plate Small, Medium, 1 pair each
Holding Clamp Large
18 Self retaining single pronged Small, Medium 1 each
pointed (Olecranon, Malleolus)
reduction Clamps
19 Self retaining double pronged Small, Medium 1 each
pointed (Patella) reduction
Clamps
20 Mathieu Cat’s Paw Retractor Small, Medium 2 pairs each
21 Periosteum Elevator Small, medium 2 each
22 Right Angled Artery Forceps Small, medium 1 each
23 Kocher Artery Forceps, Straight Small, medium 2 each
24 Kocher Artery Forceps, Curved Small, medium 1 each
25 Russian Pattern Thumb Forceps Small, medium 1 each
26 Orthopaedic Plier Small 2
27 Converse Skin Hook Small, Medium, 1 pair each
Large
28 Bard Parker Handle 3 No. 5
29 Bard Parker Handle 4 No. 5
30 Kocher Artery Forceps Small, 5 each
Medium, Large
31 Kelly Artery Forceps- Small, 5 each
Straight, Curved Medium, Large
32 Halstead Artery Forceps- Mosquito 5 each
339

Straight, Curved
33 Halstead Artery Forceps- Small, 5 each
Straight, Curved Medium, Large
34 Mayo Dissecting Scissors- Small, 2 each
Straight and Curved Medium, Large
35 Gorney Scissors-Straight Small, 2 each
and Curved Medium, Large
36 Metzenbaum Scissors- Small, 2 each
Straight and Curved Medium, Large
37 Fomon supercut Scissors- Small, 2 each
Straight and Curved Medium, Large
38 Stevens Tenotomy Scissors- Small, 2 each
Straight and Curved Medium, Large
39 Debakay Thumb Forceps, Small, 3 each
non toothed Medium, Large
40 Debakay Thumb Forceps, Small, 3 each
toothed Medium, Large
41 Thumb Forceps, Russian Small, 3 each
pattern Medium, Large
42 Backhaus Towel Clips Medium 24
43 Kidney Trays 10 inch length 5
44 Spherical Bowl 4 inch 3
diameter
45 Derf Needle Holder Small, 5 each
Medium, Large
46 Mayo Hegar Needle Holder Small, 5 each
Medium, Large
47 Sponge Holding Forceps Large 5

48 Allis Tissue Holding Forceps Small, 5 each


Medium, Large
49 Adson’s Tissue Holding Forceps Small, 5 each
Medium, Large
50 Molt Dissector Medium 2
340

51 Howarth Elevator Medium 2


52 Frazier’s Suction Cannula 3, 5, 8 mm 2 each
with thumb control
53 Padgett Bone Cutter, Angled Small, Medium 2 each
54 Asch Forceps, Straight Small, Medium 1 each
55 Asch Forceps, Angled Small, Medium 1 each
56 Metallic Graduated Scale 6 inch, 12 inch 1 each
57 Instrument Autoclaving Case 3
(Heavy Duty Perforated Box
with Lid, durable locking
latches, inner tray and silicone
inserts for safe handling of
instruments), Size - should be
able to accommodate atleast
unit quantity of each of the
above category of instruments
& more than 300mm x 140mm
x 120mm in size

13. IMPORTANT INSTRUCTIONS:


14. It shall be responsibility of the supplier to meet all the statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

6.2 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

6.3 All information asked for must be provided in the compliance statement
under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching
with the technical details in the compliance statement and the technical
brochure – reciprocally.
341

6.4 The Technical Committee shall be free to relax the above


specifications; or consider any new technology not including above, if
quoted against this tender but considered suitable for the purpose of
the Institute; or reject any bid without assigning any reason. This
decision of the Technical Committee shall not be challengeable under
any administrative or legal process.

6.5 All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for
import and installation of the equipment/spares etc.

6.6 Price of L1 shall be based on price bid of the whole set (scope of
supply).
15. SUPPLIER’S BACKGROUND:

9.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of manufacturing and supply of
Orthopaedic Instruments, from the same principals for more than three
years continuously at the time of quoting this tender. The Principals
must have all India base of installations of such instruments including
at least three supplies in reputed medical institutions in India (of which
atleast one should be a government institute) with a track record of
over 5 years.

2.2 The manufacturer should be ISO Certified company.

2.4 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

16. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.
342

17. WARRANTY :

(iv) The supplier should provide a Lifetime Replacement Warranty


Certification for the instruments (except Drill Bits) valid for
atleast 5 years.
(v) For the next 5 years the supplier should provide repair of the
instrument at nominal cost.
(vi) The supplier should provide a Lifetime Warranty Certification
against Corrosion valid for atleast 5 years.

157. SSPHPGTI/T3/2 ORTHOPAEDIC BONE GRAFTING SET


016-17/ortho set The instruments should be of improved steel with high precision
/03 quality with CE, TUV or ISO 9002 certification. The fine cutting
instruments should be of Tungsten carbide –Supercut variety. Following
is the list of “autoclavable” metallic instruments with detailed
specifications and quantities –

[Link]. Instrument Specification Quantity in


Per Set
1 Double Action Bone Small, Medium, Large 3 each
Nibbler, Straight
2 Double Action Bone Small, Medium, Large 3 each
Nibbler, Angled
3 Bone Graft Trephine Small, Medium, Large 1 each
with Plunger
4 Castroviejo Calipers Large 1
5 Tessier Osteotome, 10mm, 15mm, 20mm 2 each
Straight
6 Tessier Osteotome, 10mm, 15mm, 20mm 2 each
Curved
7 Bone Gouge 10mm, 15mm, 20mm 2 each
8 French Bone Chisel 10mm, 15mm, 20mm 2 each
9 Bone Hammer Small, medium 1 each
10 Orthopaedic Mallet 450 gm, 900 gm 1 each
11 Capner’s Gouge 10mm, 15mm, 20mm 1 each
12 Corticotome Small, medium, large 1 each
13 Periosteum Elevator Small, medium 2 each
14 Gigli Saw Hooks Small, Medium 1 pair each
15 Box Chisel Small, Medium 1 each
343

16 Kidney Trays 10 inch length 5


17 Instrument Autoclaving 2
Case (Heavy Duty
Perforated Box with
Lid, durable locking
latches, inner tray and
silicone inserts for safe
handling of
instruments), Size -
should be able to
accommodate atleast
unit quantity of each of
the above category of
instruments & more
than 300mm x 140mm
x 120mm in size

18. IMPORTANT INSTRUCTIONS:


19. It shall be responsibility of the supplier to meet all the statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

7.2 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

7.3 All information asked for must be provided in the compliance statement
under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching
with the technical details in the compliance statement and the technical
brochure – reciprocally.

7.4 The Technical Committee shall be free to relax the above


specifications; or consider any new technology not including above, if
quoted against this tender but considered suitable for the purpose of
the Institute; or reject any bid without assigning any reason. This
decision of the Technical Committee shall not be challengeable under
any administrative or legal process.
344

7.5 All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for
import and installation of the equipment/spares etc.

7.6 Price of L1 shall be based on price bid of the whole set (scope of
supply).
20. SUPPLIER’S BACKGROUND:

10.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of manufacturing and supply of
Orthopaedic Instruments, from the same principals for more than three
years continuously at the time of quoting this tender. The Principals
must have all India base of installations of such instruments including
at least three supplies in reputed medical institutions in India (of which
atleast one should be a government institute) with a track record of
over 5 years.

2.2 The manufacturer should be ISO Certified company.

2.5 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

21. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.

22. WARRANTY :

(vii) The supplier should provide a Lifetime Replacement Warranty


Certification for the instruments (except Drill Bits) valid for
atleast 5 years.
345

(viii) For the next 5 years the supplier should provide repair of the
instrument at nominal cost.
(ix) The supplier should provide a Lifetime Warranty Certification
against Corrosion valid for atleast 5 years.

158. SSPHPGTI/T3/2 ORTHOPAEDIC EXTERNAL FIXATOR SET


016-17/ortho set The instruments should be of improved steel with high precision
/04 quality with CE, TUV or ISO 9002 certification. The fine cutting
instruments should be of Tungsten carbide –Supercut variety. Following
is the list of “autoclavable” metallic instruments with detailed
specifications and quantities –

[Link]. Instrument Specification Quantity in


Per Set
1 Fast / Butterfly T-Handle Large 3
2 T-Handle with Chuck and 2
Key
3 Wire Tensioner / 2
Dynamometer
4 Corticotome Small, medium, large 1 each
5 Triple Trochar for Medium, Large 2
External Fixator
6 Allen Key 2.5mm, 3mm, 3.5mm, 4 5 each
mm
7 T-Wrench Sizes 7,8,9,10,11,12 1 each
8 Spanner Double ended, Sizes 1 each
7,8,9,10,11,12
9 Box Spanner Double ended, Sizes 1 each
7,8,9,10,11,12
10 Instrument Autoclaving 2
Case (Heavy Duty
Perforated Box with Lid,
durable locking latches,
inner tray and silicone
inserts for safe handling
of instruments), Size -
should be able to
346

accommodate atleast
unit quantity of each of
the above category of
instruments & more than
300mm x 140mm x
120mm in size

1. IMPORTANT INSTRUCTIONS:
23. It shall be responsibility of the supplier to meet all the statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

8.2 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

8.3 All information asked for must be provided in the compliance statement
under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching
with the technical details in the compliance statement and the technical
brochure – reciprocally.

8.4 The Technical Committee shall be free to relax the above


specifications; or consider any new technology not including above, if
quoted against this tender but considered suitable for the purpose of
the Institute; or reject any bid without assigning any reason. This
decision of the Technical Committee shall not be challengeable under
any administrative or legal process.

8.5 All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for
import and installation of the equipment/spares etc.

8.6 Price of L1 shall be based on price bid of the whole set (scope of
supply).
2. SUPPLIER’S BACKGROUND:
347

11.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of manufacturing and supply of
Orthopaedic Instruments, from the same principals for more than three
years continuously at the time of quoting this tender. The Principals
must have all India base of installations of such instruments including
at least three supplies in reputed medical institutions in India (of which
atleast one should be a government institute) with a track record of
over 5 years.

2.2 The manufacturer should be ISO Certified company.

2.6 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

3. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.

4. WARRANTY :

(x) The supplier should provide a Lifetime Replacement Warranty


Certification for the instruments (except Drill Bits) valid for
atleast 5 years.
(xi) For the next 5 years the supplier should provide repair of the
instrument at nominal cost.
(xii) The supplier should provide a Lifetime Warranty Certification
against Corrosion valid for atleast 5 years.

159. SSPHPGTI/T3/2 ORTHOPAEDIC LARGE FRAGMENT SET


016-17/ortho set The instruments should be of improved steel with high precision
/05 quality with CE, TUV or ISO 9002 certification. The fine cutting
instruments should be of Tungsten carbide –Supercut variety. Following
is the list of “autoclavable” metallic instruments with detailed
348

specifications and quantities –

[Link]. Instrument Specificatio Quantity in


n Per Set
1 Cannulated Hexagonal Screw 4.5 mm 3
Driver
2 Non Cannulated Hexagonal Screw 4.5 mm 3
Driver
3 Drill Bit, Cannulated 6 mm 5
4 Drill Bit, Non Cannulated 6 mm 5
5 Drill Bit, Non Cannulated 4.5 mm 5
6 Drill Bit, Cannulated 4 mm 5
7 Drill Bit, Non Cannulated 3.2 mm 5
8 Cancellous Tap with handle 6.5 mm 2
9 Cortical Tap with handle 4.5 mm 3
10 Universal Drill Sleeve double 4.5 / 3.2 2
ended
11 Countersink Large 1 each
12 Depth Gauge Large 1 each
13 Stardrive Screw Driver 4.5 mm 1
14 Locking Head Screw Driver 4.5 mm 1
15 Instrument Autoclaving Case 2
(Heavy Duty Perforated Box with
Lid, durable locking latches, inner
tray and silicone inserts for safe
handling of instruments), Size -
should be able to accommodate
atleast unit quantity of each of
the above category of
instruments & more than 300mm
x 140mm x 120mm in size

1. IMPORTANT INSTRUCTIONS:
24. It shall be responsibility of the supplier to meet all the statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

9.2 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.
349

9.3 All information asked for must be provided in the compliance statement
under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching
with the technical details in the compliance statement and the technical
brochure – reciprocally.

9.4 The Technical Committee shall be free to relax the above


specifications; or consider any new technology not including above, if
quoted against this tender but considered suitable for the purpose of
the Institute; or reject any bid without assigning any reason. This
decision of the Technical Committee shall not be challengeable under
any administrative or legal process.

9.5 All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for
import and installation of the equipment/spares etc.

9.6 Price of L1 shall be based on price bid of the whole set (scope of
supply).
2. SUPPLIER’S BACKGROUND:

12.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of manufacturing and supply of
Orthopaedic Instruments, from the same principals for more than three
years continuously at the time of quoting this tender. The Principals
must have all India base of installations of such instruments including
at least three supplies in reputed medical institutions in India (of which
atleast one should be a government institute) with a track record of
over 5 years.

2.2 The manufacturer should be ISO Certified company.

2.7 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.
350

3. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.

4. WARRANTY :

(i) The supplier should provide a Lifetime Replacement Warranty


Certification for the instruments (except Drill Bits) valid for
atleast 5 years.
(ii) For the next 5 years the supplier should provide repair of the
instrument at nominal cost.
(iii) The supplier should provide a Lifetime Warranty Certification
against Corrosion valid for atleast 5 years.

160. SSPHPGTI/T3/2 ORTHOPAEDIC MINI FRAGMENT SET


016-17/ortho set The instruments should be of improved steel with high precision
/06 quality with CE, TUV or ISO 9002 certification. The fine cutting
instruments should be of Tungsten carbide –Supercut variety. Following
is the list of “autoclavable” metallic instruments with detailed
specifications and quantities –

[Link]. Instrument Specific Quantity


ation in Per Set
1 Cannulated Hexagonal Screw Driver 2 mm 1
2 Non Cannulated Hexagonal Screw Driver 2 mm 1
3 Drill Bit, Non Cannulated 2 mm 5
4 Drill Bit, Non Cannulated 1.5 mm 5
5 Plate Benders Small 1 pair
6 Countersink 2 mm 1 each
Screw
head
size
7 Depth Gauge Small 1 each
8 Instrument Autoclaving Case (Heavy 2
Duty Perforated Box with Lid, durable
351

locking latches, inner tray and silicone


inserts for safe handling of instruments),
Size - should be able to accommodate
atleast unit quantity of each of the above
category of instruments & more than
300mm x 140mm x 120mm in size

1. IMPORTANT INSTRUCTIONS:
25. It shall be responsibility of the supplier to meet all the statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

10.2 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

10.3 All information asked for must be provided in the compliance statement
under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching
with the technical details in the compliance statement and the technical
brochure – reciprocally.

10.4 The Technical Committee shall be free to relax the above


specifications; or consider any new technology not including above, if
quoted against this tender but considered suitable for the purpose of
the Institute; or reject any bid without assigning any reason. This
decision of the Technical Committee shall not be challengeable under
any administrative or legal process.

10.5 All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for
import and installation of the equipment/spares etc.

10.6 Price of L1 shall be based on price bid of the whole set (scope of
supply).
2. SUPPLIER’S BACKGROUND:
352

13.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of manufacturing and supply of
Orthopaedic Instruments, from the same principals for more than three
years continuously at the time of quoting this tender. The Principals
must have all India base of installations of such instruments including
at least three supplies in reputed medical institutions in India (of which
atleast one should be a government institute) with a track record of
over 5 years.

2.2 The manufacturer should be ISO Certified company.

2.8 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

3. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.

4. WARRANTY :

(i) The supplier should provide a Lifetime Replacement Warranty


Certification for the instruments (except Drill Bits) valid for
atleast 5 years.
(ii) For the next 5 years the supplier should provide repair of the
instrument at nominal cost.
(iii) The supplier should provide a Lifetime Warranty Certification
against Corrosion valid for atleast 5 years.

161. SSPHPGTI/T3/2 ORTHOPAEDIC MISCELLANEOUS INSTRUMENT SET


016-17/ortho set The instruments should be of improved steel with high precision
/07 quality with CE, TUV or ISO 9002 certification. The fine cutting
instruments should be of Tungsten carbide –Supercut variety. Following
is the list of “autoclavable” metallic instruments with detailed
353

specifications and quantities –

[Link]. Instrument Specification Quantity in


Per Set
1 Humby’s Skin Grafting Small, Medium 1 each
Knife
2 Wooden Spreader for 1 pair
skin grafting
3 Orthopaedic Plier Small 2
4 Plaster Cutter, manual Large 3
5 Plaster Shear, manual Large 3
6 Plaster Spreader Large 3
7 Skin Staple Remover 5
8 Crutchfield Tong 5
Guarded Burr Bits
9 Gigli Saw Hooks Small, Medium 1 pair each
10 Spherical Bowl 4 inch diameter 3
11 Metallic Graduated 6 inch, 12 inch 1 each
Scale
12 Instrument Autoclaving 2
Case (Heavy Duty
Perforated Box with
Lid, durable locking
latches, inner tray and
silicone inserts for safe
handling of
instruments), Size -
should be able to
accommodate atleast
unit quantity of each of
the above category of
instruments & more
than 300mm x 140mm
x 120mm in size

1. IMPORTANT INSTRUCTIONS:
1.1 It shall be responsibility of the supplier to meet all the statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.
354

11.2 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

11.3 All information asked for must be provided in the compliance statement
under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching
with the technical details in the compliance statement and the technical
brochure – reciprocally.

11.4 The Technical Committee shall be free to relax the above


specifications; or consider any new technology not including above, if
quoted against this tender but considered suitable for the purpose of
the Institute; or reject any bid without assigning any reason. This
decision of the Technical Committee shall not be challengeable under
any administrative or legal process.

11.5 All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for
import and installation of the equipment/spares etc.

11.6 Price of L1 shall be based on price bid of the whole set (scope of
supply).
2. SUPPLIER’S BACKGROUND:

14.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of manufacturing and supply of
Orthopaedic Instruments, from the same principals for more than three
years continuously at the time of quoting this tender. The Principals
must have all India base of installations of such instruments including
at least three supplies in reputed medical institutions in India (of which
atleast one should be a government institute) with a track record of
over 5 years.

2.2 The manufacturer should be ISO Certified company.


355

2.9 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

3. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.

4. WARRANTY :

(iv) The supplier should provide a Lifetime Replacement Warranty


Certification for the instruments (except Drill Bits) valid for
atleast 5 years.
(v) For the next 5 years the supplier should provide repair of the
instrument at nominal cost.
(vi) The supplier should provide a Lifetime Warranty Certification
against Corrosion valid for atleast 5 years.

162. SSPHPGTI/T3/2 ORTHOPAEDIC NAILING INSTRUMENT SET


016-17/ortho set The instruments should be of improved steel with high precision
/08 quality with CE, TUV or ISO 9002 certification. The fine cutting
instruments should be of Tungsten carbide –Supercut variety. Following
is the list of “autoclavable” metallic instruments with detailed
specifications and quantities –

[Link]. Instrument Specification Quantity in


Per Set
1 Rush Nail Holder 1
2 Rush Nail Initial Impactor 1
3 Rush Nail Terminal Impactor 1
4 Orthopaedic Mallet 450 gm, 900 1 each
356

gm
5 Extraction Hook for K-nails 5 different 1 each
sizes
6 Extraction Ram Rod with Slap Compatible 1 each
Hammer with Hooks
7 T-type Reammer (5, 6, 7, 8, 9, 10, Cannulated 1 each
11, 12 mm)
8 T-type Reammer (5, 6, 7, 8, 9, 10, Non 1 each
11, 12 mm) Cannulated
9 Bone Entry Awl for Tibia 1
10 Bone Entry Awl for Femur 1
11 Bone Entry Awl for Humerus 1
12 Bone Entry Awl for Radius and 1
Ulna
13 Instrument Autoclaving Case 2
(Heavy Duty Perforated Box with
Lid, durable locking latches,
inner tray and silicone inserts for
safe handling of instruments),
Size - should be able to
accommodate atleast unit
quantity of each of the above
category of instruments & more
than 600mm x 180mm x 150mm
in size

1. IMPORTANT INSTRUCTIONS:
1. It shall be responsibility of the supplier to meet all the statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.
2. All information in the tender document must be supported by original
product data sheets. Computer generated data sheets shall not be
accepted.
357

3. All information asked for must be provided in the compliance statement


under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching with
the technical details in the compliance statement and the technical
brochure – reciprocally.
4. The Technical Committee shall be free to relax the above specifications;
or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the
Technical Committee shall not be challengeable under any
administrative or legal process.
5. All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for import
and installation of the equipment/spares etc.

12.6 Price of L1 shall be based on price bid of the whole set (scope of
supply).
2. SUPPLIER’S BACKGROUND:

15.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of manufacturing and supply of
Orthopaedic Instruments, from the same principals for more than three
years continuously at the time of quoting this tender. The Principals
must have all India base of installations of such instruments including
at least three supplies in reputed medical institutions in India (of which
atleast one should be a government institute) with a track record of
over 5 years.

2.2 The manufacturer should be ISO Certified company.

2.10 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

3. PRICE GUARANTEE:
358

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.

4. WARRANTY :

(i) The supplier should provide a Lifetime Replacement Warranty


Certification for the instruments (except Drill Bits) valid for
atleast 5 years.
(ii) For the next 5 years the supplier should provide repair of the
instrument at nominal cost.
(iii) The supplier should provide a Lifetime Warranty Certification
against Corrosion valid for atleast 5 years.

163. SSPHPGTI/T3/2 ORTHOPAEDIC SMALL FRAGMENT SET


016-17/ortho set The instruments should be of improved steel with high precision
/09 quality with CE, TUV or ISO 9002 certification. The fine cutting
instruments should be of Tungsten carbide –Supercut variety. Following
is the list of “autoclavable” metallic instruments with detailed
specifications and quantities –

[Link]. Instrument Specification Quantity in


Per Set
1 Cannulated Hexagonal Screw 3.5 mm 3
Driver
2 Non Cannulated Hexagonal 3.5 mm 3
Screw Driver
3 Cannulated Hexagonal Screw 2.5 mm 2
Driver
4 Non Cannulated Hexagonal 2.5 mm 2
Screw Driver
5 Drill Bit, Non Cannulated 3.2 mm 5
6 Drill Bit, Non Cannulated 2.5 5
7 Cortical Tap with handle 3.5 mm 3
8 Universal Drill Sleeve double 3.5 / 2.5 2
359

ended
9 Plate Benders Medium 1 pair
10 Depth Gauge Medium 1
11 Locking Head Screw Driver 3.5 mm 1
12 Countersink medium 1
13 Instrument Autoclaving Case 2
(Heavy Duty Perforated Box
with Lid, durable locking
latches, inner tray and silicone
inserts for safe handling of
instruments), Size - should be
able to accommodate atleast
unit quantity of each of the
above category of instruments
& more than 300mm x 140mm
x 120mm in size

1. IMPORTANT INSTRUCTIONS:
1. It shall be responsibility of the supplier to meet all the statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.
2. All information in the tender document must be supported by original
product data sheets. Computer generated data sheets shall not be
accepted.
3. All information asked for must be provided in the compliance statement
under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching with
the technical details in the compliance statement and the technical
brochure – reciprocally.
4. The Technical Committee shall be free to relax the above specifications;
or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the
Technical Committee shall not be challengeable under any
administrative or legal process.
360

5. All the equipment / accessories / software offered against this tender


should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for import
and installation of the equipment/spares etc.
13.6 Price of L1 shall be based on price bid of the whole set (scope of
supply).
2. SUPPLIER’S BACKGROUND:

16.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of manufacturing and supply of
Orthopaedic Instruments, from the same principals for more than three
years continuously at the time of quoting this tender. The Principals
must have all India base of installations of such instruments including
at least three supplies in reputed medical institutions in India (of which
atleast one should be a government institute) with a track record of
over 5 years.

2.2 The manufacturer should be ISO Certified company.

2.11 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

3. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.

4. WARRANTY :

(i) The supplier should provide a Lifetime Replacement Warranty


Certification for the instruments (except Drill Bits) valid for
atleast 5 years.
(ii) For the next 5 years the supplier should provide repair of the
instrument at nominal cost.
361

(iii) The supplier should provide a Lifetime Warranty Certification


against Corrosion valid for atleast 5 years.

164. SSPHPGTI/T3/2 ORTHOPAEDIC SPINE INSTRUMENT SET


016-17/ortho set The instruments should be of improved steel with high precision
/10 quality with CE, TUV or ISO 9002 certification. The fine cutting
instruments should be of Tungsten carbide –Supercut variety. Following
is the list of “autoclavable” metallic instruments with detailed
specifications and quantities –

[Link]. Instrument Specification Quantity


in Per Set
1 Rib Shear, Right Small, medium 1 each
2 Rib Shear, Left Small, medium 1 each
3 Rib Rasp Small, medium 1 each
4 Capner’s Gouge 10mm, 15mm, 20mm 1 each
5 Pedicle Awl – Straight, Curved 1 each
calibrated
6 Pedicle Sound - 1
calibrated
7 Kerrison Rounger – Upcutting, 3 each
45°, 90° Downcutting
8 Pituitary / Small, medium 1 each
Discectomy Forceps
9 McDonald’s Small, medium 1 each
Retractor
10 Nerve Root Small, medium 1 each
Retractor
11 Laminectomy Small, medium 1 each
Forceps
12 Straight Footed Large 1
Bone Punch
13 Angled Footed Bone Large 1
Punch
14 Magill’s Suction 3 mm 2
Cannula with thumb
control
15 Magill’s Suction 5 mm 2
Cannula with thumb
control
16 Magill’s Suction 8 mm 2
362

Cannula with thumb


control
17 Mcindoe Rasp Small, Medium 1 each
18 Maltz Rasp Small, Medium 1 each
19 Instrument 2
Autoclaving Case
(Heavy Duty
Perforated Box with
Lid, durable locking
latches, inner tray
and silicone inserts
for safe handling of
instruments), Size -
should be able to
accommodate
atleast unit quantity
of each of the above
category of
instruments & more
than 300mm x
140mm x 120mm in
size

1. IMPORTANT INSTRUCTIONS:
1 t shall be responsibility of the supplier to meet all the statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.
2 All information in the tender document must be supported by original
product data sheets. Computer generated data sheets shall not be
accepted.
3 All information asked for must be provided in the compliance statement
under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching with
the technical details in the compliance statement and the technical
brochure – reciprocally.
4 The Technical Committee shall be free to relax the above specifications;
or consider any new technology not including above, if quoted against
this tender but considered suitable for the purpose of the Institute; or
reject any bid without assigning any reason. This decision of the
363

Technical Committee shall not be challengeable under any


administrative or legal process.
5 All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for import
and installation of the equipment/spares etc.
14.6 Price of L1 shall be based on price bid of the whole set (scope of
supply).
2. SUPPLIER’S BACKGROUND:

17.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of manufacturing and supply of
Orthopaedic Instruments, from the same principals for more than three
years continuously at the time of quoting this tender. The Principals
must have all India base of installations of such instruments including
at least three supplies in reputed medical institutions in India (of which
atleast one should be a government institute) with a track record of
over 5 years.

2.2 The manufacturer should be ISO Certified company.

2.12 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

3. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.

4. WARRANTY :

(i) The supplier should provide a Lifetime Replacement Warranty


Certification for the instruments (except Drill Bits) valid for
atleast 5 years.
364

(ii) For the next 5 years the supplier should provide repair of the
instrument at nominal cost.
(iii) The supplier should provide a Lifetime Warranty Certification
against Corrosion valid for atleast 5 years.

165. SSPHPGTI/T3/2 ORTHOPAEDIC WIRING INSTRUMENT SET


016-17/ortho set The instruments should be of improved steel with high precision
/11 quality with CE, TUV or ISO 9002 certification. The fine cutting
instruments should be of Tungsten carbide –Supercut variety. Following
is the list of “autoclavable” metallic instruments with detailed
specifications and quantities –

[Link]. Instrument Specification Quantity in


Per Set
1 Multipurpose With cutter and Bender 4
Orthopaedic Plier option, Large Size
2 Fast / Butterfly T- Large 3
Handle
3 T-Handle with Chuck 4
and Key
4 Bunnell Hand Drill with Closed Gear 2
Chuck and Key
5 K-Wire Cutter 2
6 Wire Z-Bender (Double 1
ended wire bender)
7 Orthopaedic Plier Small 2
8 Encirclage Wire 2
Tensioner
9 Wire Passer Small, Medium, Large 1 each
10 Instrument Autoclaving 2
Case (Heavy Duty
Perforated Box with
Lid, durable locking
latches, inner tray and
silicone inserts for safe
handling of
instruments), Size -
365

should be able to
accommodate atleast
unit quantity of each of
the above category of
instruments & more
than 300mm x 140mm
x 120mm in size

1. IMPORTANT INSTRUCTIONS:
26. It shall be responsibility of the supplier to meet all the statutory
requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.

12.2 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.

12.3 All information asked for must be provided in the compliance statement
under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching
with the technical details in the compliance statement and the technical
brochure – reciprocally.

12.4 The Technical Committee shall be free to relax the above


specifications; or consider any new technology not including above, if
quoted against this tender but considered suitable for the purpose of
the Institute; or reject any bid without assigning any reason. This
decision of the Technical Committee shall not be challengeable under
any administrative or legal process.

12.5 All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for
import and installation of the equipment/spares etc.

15.6 Price of L1 shall be based on price bid of the whole set (scope of
supply).
2. SUPPLIER’S BACKGROUND:
366

18.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of manufacturing and supply of
Orthopaedic Instruments, from the same principals for more than three
years continuously at the time of quoting this tender. The Principals
must have all India base of installations of such instruments including
at least three supplies in reputed medical institutions in India (of which
atleast one should be a government institute) with a track record of
over 5 years.

2.2 The manufacturer should be ISO Certified company.

2.13 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by
any Government Institution or statutory bodies for non-performance,
failing to meet commitments, any unfair trade practices or for failing to
meet statutory obligations etc. during the preceding five years.

3. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution
in the country for similar terms and conditions; where in Government,
semi-Government, autonomous or non-Government set up.

4. WARRANTY :

(i) The supplier should provide a Lifetime Replacement Warranty


Certification for the instruments (except Drill Bits) valid for
atleast 5 years.
(ii) For the next 5 years the supplier should provide repair of the
instrument at nominal cost.
(iii) The supplier should provide a Lifetime Warranty Certification
against Corrosion valid for atleast 5 years.

166. SSPHPGTI/T3/2 BINOCULAR LOUPE WITH LED LIGHT


016-17/ortho/12
One new Headband mounted Binocular operating loupe with integrated
LED headlight for operating upon fine structures in orthopaedics having
the following components with specifications –
367

BINOCULAR LOUPE
1- Clear Resolution - atleast 3.2x
2- Working distance – 350 mm or more
3- Depth of field – 180 mm or more
4- Field of view – 70 mm or more
5- Lens – High Resolution Achromatic Prismatic Lens
6- Independently flipable binocular loupe and headlight
7- Finely Adjustable interpupillary distance of atleast 50 – 80 mm
8- Telescopic rail adjustment for easy fine adjustment
9- Scratch free, Anti-glare, Anti reflection
10- Light weight, weight < 100 gms
11- Should be mounted on an dually adjustable stable headband with
soft padding
12- Should NOT be mounted on Spectacle Frame

LED FOCUS LIGHT


1- LED Light based technology with ultra bright homogenous
illumination
2- Adjustable illumination spot size / illumination field 30 to 80 mm.
3- LED Colour Temperature between 4500K – 5700K
4- Intensity of atleast 50,000 lux at 25cms / 30cms distance when
fully charged
5- Lifetime of bulb atleast 40,000 hours
6- Light weight, weight < 100 gms
INTEGRATED BATTERY (WiRELESS POWER)
1- Li ION rechargeable battery
2- Continuous Run Time / Working Time with full intensity of atleast
3 hours when fully charged
3- Adjustable Intensity Control for Light Brightness
4- Charge Cable with Indian Plug / Adaptor (AC 220V,50Hz)

ACCESSORIES
1- Sturdy high quality case of adequate size with soft padding for safe
storage and carrying of above components.
2- Lens and Light protective covers
3- Soft Cloth for cleaning of surface of components
4- Case should have durable safety latch and handle.

B. Certification
(i) Well known manufacturer with USFDA Approval /
European CE Certified
368

(ii) ISO Certification

1. IMPORTANT INSTRUCTIONS:

1. It shall be responsibility of the supplier to meet all the statutory requirements


and to take approvals of the Competent Authorities for import and installation
of the equipment / spares etc.
2. All information in the tender document must be supported by original product
data sheets. Computer generated data sheets shall not be accepted.
3. All information asked for must be provided in the compliance statement under
the heading give above. The vendors shall submit point-wise compliance
statement in regard to the specifications asked for in the tender and should
mention corresponding page numbers matching with the technical details in
the compliance statement and the technical brochure – reciprocally.
4. The Technical Committee shall be free to relax the above specifications; or
consider any new technology not including above, if quoted against this
tender but considered suitable for the purpose of the Institute; or reject any
bid without assigning any reason. This decision of the Technical Committee
shall not be challengeable under any administrative or legal process.
5. All the equipment / accessories / software offered against this tender should
have approval of the regulatory / Standardization board of the country of
origin of the equipment for the intended use. It shall be the responsibility of
the supplier to meet all the local statutory requirements and to take approvals
and to take of the Competent Authorities for import and installation of the
equipment/spares etc.
6. Supplier must ensure the availability of ‘expertise service’ and maintenance
in Delhi/NCR. Spare parts and repair for the next 10 years must be ensured.
7. Application Specialist should be available for on-site training and for training
of the medical and technical staff of the Institute as and when required.
8. Price of L1 shall be based on price bid of the main equipment with all
consumables and accessories (scope of supply) as well as cost of annual
CMC from 6th to 10th year.
2. SUPPLIER’S BACKGROUND:

19.1 The bid shall be submitted directly by the Principals or by a Distributor


who must be in the business of supply, installation and maintenance of
Battery Drill from the same principals for more than three years
continuously at the time of quoting this tender. The Principals must have
world-wide base of installations of such equipment including at least two
installations in reputed medical institutions in India (of which atleast one
should be a government institute) with a functional track record of over 3
years.
369

9.2 The Principals / Distributor must be having a clean track record of


performance and service without having been punished in any form by any
Government Institution or statutory bodies for non-performance, failing to
meet commitments, any unfair trade practices or for failing to meet
statutory obligations etc. during the preceding five years.

2 INSTALLATION

9. Installation shall be free of cost and shall be the responsibility of the


supplier.

10. All accessories as necessary for complete, smooth and breakdown-free


functioning of the entire system should be installed and shall be the
responsibility of the supplier.

3. SPARES
2.4 The supplier shall commit in writing to maintain regular supply of essential
spares (including battery) for smooth performance of the equipment
without any interruption on this account for next 10 years atleast.

2.5 The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after guarantee/warranty
period must be attached/enclosed along with the sealed quotation failing
which their bids are liable to be rejected.

2.6 If any spares & accessories other than the price list attached/enclosed by
the firm are required for future repair it will be borne by the firm only.

2.7 The rates of these items (Consumables, Nonconsumables and


Accessories) shall not increase till the next ten years. However, if there is
a drop in the rates of any of these items, the benefits of the same shall be
passed to the Institute immediately by the supplier. An unambiguous
commitment in writing for the same shall be submitted by the Supplier
while submitting his bid against this tender.

4. AFTER SALE SERVICE:

5.5 The supplier shall provided complete on-site demonstration to all the staff
of the department. A factory-trained service engineer well versed to handle
and maintain the equipment shall be available within 24 hours of the call,
whenever needed.

5. WARRANTY/GUARANTEE:
370

6.11 After installation, the system should be guaranteed for a period of


5 years including all spares, consumables, accessories and batteries
from the date of complete installation. Cost of annual CMC from 6th to
10th year must be quoted separately. Annual CMC cost for 6th-10th year
shall be included for price comparison. Vendors not quoting CMC rates
for 6th -10th year shall stand rejected. There should be free, regular
upgradation with newer technology, as and when evolved during the entire
period of warranty/CMC.

6.12 The Principals shall give an unqualified commitment that the


maintenance and guarantee of the equipment shall in no way be affected by
any change in its administrative or trade set up like change in the authorized
agent or any merger, transfer (in part or full), amalgamation or separation of
the company or any of its constituents etc for that matter.

6.13 A list of installations existing in the country /abroad with ‘satisfactory


service certificate’ (from at least 2 medical institutions in India), should be
submitted to support the claim of a good performance of the equipment.

6. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution in
the country for similar terms and conditions; where in Government, semi-
Government, autonomous or non-Government set up.

167. SSPHPGTI/T3/2 LED HEADLIGHT WITH DIGITAL RECORDER


016-17/ortho/13 One new Headband mounted LED Headlight with integrated Digital Camera
/ Video Recorder for operating and recording procedures in orthopaedics
having the following components and specifications –

LED FOCUS LIGHT


1- LED Light based technology with ultra bright homogenous
illumination
2- Adjustable illumination spot size / illumination field 30 to 80 mm.
3- LED Colour Temperature between 4500K – 5700K
4- Intensity of atleast 50,000 lux at 25cms / 30cms distance when
fully charged
5- Lifetime of bulb atleast 40,000 hours
6- Light weight, weight < 100 gms
7- Should be mounted on an dually adjustable stable headband
371

8- Should NOT be mounted on Spectacle Frame

DIGITAL RECORDER
1- Integrated with LED Light and mounted on headband
2- Compact, Ergonomic and Light weight <100 gms
3- Magnification should be possible and generous working depth /
focus
4- Should be able to transfer video to laptop using USB (2.0 / 3.0)
cable
5- Digital output
6- Video should be in easily playable formats
7- Bundled Free Software (Windows compatible) for Video access
and HD Still Image extraction
8- Resolution of imaging atleast 1200 x 900 Pixels @ 30fps

INTEGRATED BATTERY (WiRELESS POWER)


1- With Li ION rechargeable batteries
2- Continuous Run Time / Working Time with full intensity of atleast
3 hours when fully charged
3- Adjustable Intensity Control for Light Brightness
4- Charge Cable with Indian Plug / Adaptor (AC 220V,50Hz)

ACCESSORIES
1- Sturdy high quality case of adequate size with soft padding for safe
storage and carrying of above components.
2- Protective covers
3- Soft Cloth for cleaning of surface of components
4- Case should have durable safety latch and handle.

B. Certification
(i) Well known manufacturer with USFDA Approval /
European CE Certified
(ii) ISO Certification

1. IMPORTANT INSTRUCTIONS:

1.1 It shall be responsibility of the supplier to meet all the statutory


requirements and to take approvals of the Competent Authorities for
import and installation of the equipment / spares etc.
372

1.2 All information in the tender document must be supported by original


product data sheets. Computer generated data sheets shall not be
accepted.
1.3 All information asked for must be provided in the compliance statement
under the heading give above. The vendors shall submit point-wise
compliance statement in regard to the specifications asked for in the
tender and should mention corresponding page numbers matching with
the technical details in the compliance statement and the technical
brochure – reciprocally.
1.4 The Technical Committee shall be free to relax the above specifications;
or consider any new technology not including above, if quoted against this
tender but considered suitable for the purpose of the Institute; or reject
any bid without assigning any reason. This decision of the Technical
Committee shall not be challengeable under any administrative or legal
process.
1.5 All the equipment / accessories / software offered against this tender
should have approval of the regulatory / Standardization board of the
country of origin of the equipment for the intended use. It shall be the
responsibility of the supplier to meet all the local statutory requirements
and to take approvals and to take of the Competent Authorities for import
and installation of the equipment/spares etc.
1.6 Supplier must ensure the availability of ‘expertise service’ and
maintenance in Delhi/NCR. Spare parts and repair for the next 10 years
must be ensured.
1.7 Application Specialist should be available for on-site training and for
training of the medical and technical staff of the Institute as and when
required.
1.8 Price of L1 shall be based on price bid of the main equipment with
all consumables and accessories (scope of supply) as well as cost
of annual CMC from 4th to 6th years.

2. SUPPLIER’S BACKGROUND:
2.1 The bid shall be submitted directly by the Principals or by a Distributor
who must be in the business of supply, installation and maintenance of
Battery Drill from the same principals for more than three years
continuously at the time of quoting this tender. The Principals must have
world-wide base of installations of such equipment including at least two
installations in reputed medical institutions in India (of which atleast one
should be a government institute) with a functional track record of over 3
years.
2.2 The Principals / Distributor must be having a clean track record of
performance and service without having been punished in any form by any
Government Institution or statutory bodies for non-performance, failing to
373

meet commitments, any unfair trade practices or for failing to meet


statutory obligations etc. during the preceding five years.

3. INSTALLATION:
2.1 Installation shall be free of cost and shall be the responsibility of the
supplier.
2.2 All accessories as necessary for complete, smooth and breakdown-free
functioning of the entire system should be installed and shall be the
responsibility of the supplier.

4. SPARES

2.1 The supplier shall commit in writing to maintain regular supply of essential
spares for smooth performance of the equipment without any interruption
on this account for next 10 years atleast.
2.2 The separate price list of all spares and accessories (Including minor)
required for maintenance and repairs in future after guarantee/warranty
period must be attached/enclosed along with the sealed quotation failing
which their bids are liable to be rejected.
2.3 If any spares & accessories other than the price list attached/enclosed by
the firm are required for future repair it will be borne by the firm only.
2.4 The rates of these items (Consumables, Nonconsumables and
Accessories) shall not increase till the next ten years. However, if there is
a drop in the rates of any of these items, the benefits of the same shall be
passed to the Institute immediately by the supplier. An unambiguous
commitment in writing for the same shall be submitted by the Supplier
while submitting his bid against this tender.
5. AFTER SALE SERVICE:
5.1 The supplier shall provided complete on-site demonstration to all the staff
of the department. A factory-trained service engineer well versed to handle
and maintain the equipment shall be available within 24 hours of the call,
whenever needed.

6. WARRANTY/GUARANTEE:
6.1 After installation, the system should be guaranteed for a period of 5
years including all spares, consumables, batteries and other
accessories from the date of complete installation. Cost of annual CMC
from 6th to 10th year must be quoted separately. Annual CMC cost for 6th-
10th year shall be included for price comparison. Vendors not quoting
CMC rates for 6th -10th year shall stand rejected. There should be free,
regular upgradation with newer technology, as and when evolved during the
entire period of warranty/CMC.
374

6.2 The Principals shall give an unqualified commitment that the maintenance
and guarantee of the equipment shall in no way be affected by any change
in its administrative or trade set up like change in the authorized agent or
any merger, transfer (in part or full), amalgamation or separation of the
company or any of its constituents etc for that matter.
6.3 A list of installations existing in the country /abroad with ‘satisfactory service
certificate’ (from at least 2 medical institutions in India), should be submitted
to support the claim of a good performance of the equipment.

7. PRICE GUARANTEE:

The supplier shall also give a commitment that the price quoted for the
equipment in the tender is the minimum price quoted to any institution in
the country for similar terms and conditions; where in Government, semi-
Government, autonomous or non-Government set up.

168. SSPHPGTI/T3/2 FORMALIN CHAMBERS


016-17/ortho/14 [Link]. Item Specification Quantity in
Per Set
1 Formalin Chamber Transparent Sturdy Plastic 2
Polymer Box with atleast 2
sliding trays, durable
locking latches, and
handles
Size atleast 750mm x
200mm x 200 mm

IMPORTANT INSTRUCTIONS :

1) The manufacturer should be ISO Certified company.


2) The Principals / Distributor must be having a clean track record of
performance and service without having been punished in any form
by any Government Institution or statutory bodies for non-
performance, failing to meet commitments, any unfair trade practices
or for failing to meet statutory obligations etc. during the preceding
five years.
3) PRICE GUARANTEE: The supplier shall also give a commitment that
the price quoted for the equipment in the tender is the minimum price
quoted to any institution in the country for similar terms and
conditions; where in Government, semi-Government, autonomous or
non-Government set up.
375

4) The supplier should provide a Lifetime Replacement Warranty


Certification for the trays valid for atleast 5 years.

169. SSPHPGTI/T3/2 Technical specifications


016-17/ Gas
cylinder/01

Description “A” type “B” type “D” type “A” type “B” type “D” type “A” type “B” type “D” type
of item oxygen oxygen oxygen nitrous nitrous nitrous carbon di carbon di carbon di
cylinder cylinder cylinder oxide oxide oxide oxide oxide oxide
cylinder cylinder cylinder cylinder cylinder cylinder
Govt Spec ISI ISI ISI ISI ISI ISI ISI ISI ISI
MARKED MARKED MARKED MARKED MARKED MARKED MARKED MARKED MARKED
Indian/ INDIAN INDIAN INDIAN INDIAN INDIAN INDIAN INDIAN INDIAN INDIAN
imported IS 7285 IS 7285 IS 7285 IS 7285 IS 7285 IS 7285 IS 7285 IS 7285 IS 7285
Part 2 Part 2 Part 2 Part 2 Part 2 Part 2 Part 2 Part 2 Part 2
Max Working 150 150 150 NA NA NA NA NA NA
Pressure at
15 C
(Kgf/cm)
Pack Size Per Per Per Per Per Per Per Per Per
cylinder cylinder cylinder cylinder cylinder cylinder cylinder cylinder cylinder
Filling Ratio NA NA NA 0.667 0.667 0.667 0.667 0.667 0.667
(Kg/Ltr.)
Test 250 250 250 250 250 250 250 250 250
Pressure
(Bar)
Water 5.00 10.2 46.7 5.00 10.2 46.7 5.00 10.2 46.7
Capacity
(Ltr)
Gas 0.75 cum 1.53 cum 7.00 cum 3.34 KG 6.80 KG 31.15 KG 3.34 KG 6.80 KG 31.15 KG
Capacity
(Approx)
Outside Dia 139.7 165 232 139.7 165 232 139.7 165 232
‘D’ (mm)
376

Length ‘L’ 475 865 1360 475 865 1360 475 865 1360
Approx.(Mm)
Tare Weight 8.3 15.2 51.0 8.3 15.2 51.0 8.3 15.2 51.0
Approx

1. Certifications and standards as per Norms of Govt. of U.P. and Govt. of India.
2. Bidders must quote their rates for supply of above mentioned cylinders on rent per day and for Purchase
on Rate contract for one year separately.
3. Bidders also quote their rate for Gas filling of above cylinders separately for one year.
4. Rate contract may be extended further by mutual agreement.
5. Rest Terms and conditions will be decided at the time of agreement.

You might also like