Home
Punjagutta, Hyderabad - Nizam`s Institute of Medical Sciences
Contents
1. S No Specification Requirement 1 Endoscope Rigid Rod lens based 2 Degrees of endoscope Ninety degree angled 0 30 and diagnostic 70 Diameter of endoscope Outer diameter upto 4 0 mm 3 Sterilization Autoclavable 4 Working channels Optic blunt trocar with operating Obturators Irrigation Over flow 6 mm outer diameter 5 Operating Instruments 1 Scissor sharp 2 Sharp and blunt Scissors 3 Blunt Biopsy forceps 4 Dissecting forceps 5 Toothed forceps 6 Electrodes with cables Blunt tip monopolar with cable to fit existing cautery Pointed tip monopolar with cable system Hooked tip 45 70 90 degrees with cable Bipolar electrode with cable 7 Image management 3 CCD full HD solutions with optical and digital zooming The HD camera should be 1080 P60 with 1920 X 1080 pixels 24 inch full HD flat screen medical monitor 8 Light source 300 W xenon light source 9 Digital documentation DICOM 3 0 compatible DVD recording system system Complete with all accessories 10 Holding device Pneumatic malleable in all directions 11 Self irrigating system Hand controlled and foot for transphenoidal endoscopy 12 Sterilization trey All endoscope and accessories should be autoclavable and supplied with suitable sterilizing basket 13 Neuro Endoscopy cart With four racks 14 All components should be of one Brand Manufacturer The company should be approved by US FDA 15 Small variations in measurements will be acceptable
2. x 10 l 19 Malleable 102mm x 254mm x 10 l 20 Kelly 64mm x 76mm 2 1 2 x 3 2 21 Kelly 89mm x 76mm 3 1 2 x 3 1 22 Balfour 70mm x 76mm 2 3 4 x 3 w o Lips1 23 Balfour 83mm x 76mm 3 1 4 x 3 l 24 Balfour 83mm x 76mm 3 1 4 x 3 w o Lips 2 25 Balfour 30mm x 30mm 1 1 5 x 1 1 5 l 26 Richardson 57mm x 178mm 2 x 7 2 27 Harrington 64mm x 152mm 2 1 2 x 6 2 28 St Mark s 64mm x 178mm 2 1 2 x 7 4 29 Malleable Finger 6 1 30 Balfour 83mm x 57mm 3 1 4 x2 1 4 l 31 Balfour 102mm x 57mm 4 x 2 1 4 l 32 Balfour 114mm x 57mm 4 1 2 x 2 1 4 2 33 Instrument Case 22 x 11 x 3 1 2 1 34 Instrument Case 26 x 10 x 5 l 35 Fenestrated 44mm x 89mm 1 3 4 x3 1 2 l 36 Deaver 25mm x 127mm leo 2 37 Hill Ferguson 32mm x 76mm 1 1 4 x 3 l 38 Hill Ferguson 25mm x 64mm 1 x 2 1 2 2 39 Rectal Blade 13mm x 117mm 1 2 x 4 3 5 2 40 St Mark s w o Lip 64mm x 178mm 2 1 2 x 7 l 41 St Mark s 64mm x 178mm 2 1 2 x 7 l 1 42 St Mark s 64mm x 140mm 2 1 2 x 5 1 2 10 ULTRASONIC ASPIRATOR S No Specification Requirement Ultrasonic frequency 20 80KHz Inbuilt systems 1 Fragmentation 2 Aspiration amp 3 Irrigation Energy generation Pizo electric Vaccum suction 1 In
3. 70 78 MAMMOGRAPHY SYSTEM ANALOG Microprocessor controlled Mammography system for screening diagnostic examinations and biopsies System should have the ability to perform survey spot compression and magnification for detailed diagnosis It should be capable of producing optimum image quality in sitting standing and recumbent position at lowest possible radiation dose System with following technical specifications is required SNo FEATURES SPECIFICATION 1 0 GENERATOR 1 1 Microprocessor controlled high 3 0 kW or higher capacity frequency multipulse X Ray Generator 1 2 kV range 25kV 35kV in steps of IkV 1 3 mAs range 3mAs 550 mAs or more X RAY TUBE 2 0 Anode material Please specify 2 1 Rotating anode Rotation speed of gt 3000 rpm 2 2 Better preferred 2 3 Dual focal spots Focal spot size 0 1 and 0 3mm Max tube current 100 mA or more 2 4 2 5 Anode heat storage capacity 150 KHU or more 2 6 Anode heat dissipation 125 MHU or more Filter material Please Specify 2 7 3 0 EXPOSURE CONTROL Automatic exposure control with Solid state microprocessor 3 1 transparency compensation and density controlled correction Should be present 3 2 User selectable filter combinations 4 0 RECORDING SYSTEM 4 1 Cassette size and number 18 x 24 cms 4 in no and 24 x 30 cms 2 in no 4 2 Cassette type CR mammography cassettes along with mammography viewing so
4. 8 Facility to insert EEG Record in to power Point Presentation Technical Specifications 1 CMRR should be gt 110 dB or better 2 Noise lt 2V peak to peak 3 input Impedance 100 M ohm 4 16 bit ADC resolution voltage of 0 153 V Acquisition software 9 Facility to combine all user defined setting into templates or protocol for use in different applications 10 Facility for Individual Channel Control Customization of Montages along with Remote Capabilities 11 Should display a graphical view of the current montage during the EEG recording 12 Facility to define New Sensors should be possible as standard i e assign to amplifier inputs define traces in a montage define calculated channels Average Source Laplacian or define trends 13 Facility to click any point to display corresponding traces amp Slide pointer to change displayed duration of the overview 14 Facility for storable list of all events placed in the recording both automatically and manually 15 Facility to review and add events to recording traces 16 Facility for automatic time counters and event insertion during Hyperventilation 17 Facility to control display Sensitivity for User defined value 18 Facility to choose Low amp High cut Filters along with facility to enter any user defined value 10 Review software 1 Paging facility as Automatic paging mouse controlled paging and or key board paging 2 Playback of EEG for one or more
5. IC integrated Metallic Cap Digital Sensor Internal lighting Provided using flicker Free CFL Sliding trays for the easy access ability of Blood Bags Enclose Master Calibration done at Electronic Regional Test Laboratory South Department of Electronic Government of India Construction Outside CR sheet with 2mm thickness and internal stainless steel with 22G 56 2 REFRIGERATOR for storage of Packed Red cell Whole blood Blood Bank Refrigerator is stainless steel inner and outer body with full view glass door for observation automatic defrosting system Capacity about 550 650 Ltrs digital temperature indicator and audio visual alarm Built in Temperature Recorder amp Control unit with 7 days inkless chart recording with Battery Back up External Stabilizer with Input and Output voltage indications should be provided high density CFC free Urethane Foam insulation to protect cabinet from ambient temperature fluctuations Uniform air flow amp temperature maintenance in all parts of the cabinet forced air circulation to maintain temperature uniformity Audio and Visual Alarms when there is Temperature deviates from the preset limit when there is Power failure Door in left open and when Sensor fails temperature high and temperature low Temperature Temperature should be maintained between 2C and 6C Safety lock for the doors with double glass door Factory Calibrated Sensor IC integrated Metallic Cap Digital Se
6. NIZAM S INSTITUTE OF MEDICAL SCIENCES A University Established Under the State Act Punjagutta Hyderabad 500082 Open Competitive Bid OCB For Procurement of Medical Equipments For NIZAM S INSTITUTE OF MEDICAL SCIENCES A University Established Under the State Act Punjagutta Hyderabad 500082 INDEX Description Page No Newspaper advertisement 3 Pre Qualification 5 Important limits and values of bid 6 Technical specifications 7 76 Bidding procedure 77 78 Bid evaluation procedure 79 General information to bidders 80 92 Bid letter form 93 Annexure 1 List of Equipments 94 96 Annexure 2 Performance Security Form 97 Annexure 3 Manufacturer Authorization 98 Annexure 4 Installation Acceptance certificate 99 Annexure 5 Performance Certificate after installation 100 Form A Bidder information 101 Form B Turnover details of items Products 102 Form C Turnover details of items product model offered in Bid 103 Form D Past Performance details 104 Form E Details of service centres at Hyderabad 105 Form F Past Experience Certificate 106 Form G Financial Capacity of Bidder 107 Form H Declaration form 108 Form I Specification required amp specifications proposed 109 Form J Check List 110 111 Form K Fee Details 112 Form L Financ
7. 31 do NEPHROSCOPE PAEDIATRIC One Rs 6 250 32 do NEPHROSCOPE ADULT One Rs 6 250 33 do RESECTOSCOPE SHEATH 26Fr One Rs 6 250 34 do WORKING ELEMENTS One WORKING ELEMENT SET Rs 3 000 SINGLE STEM WORKING ELEMENT SET Rs 4 250 DOUBLE STEM 35 do STONE CRUSHING FORCEPS One 36 do TELESCOPE 30 One Rs 6 750 37 do TELESCOPE 0 One Rs 6 500 38 do URETERO RENOSCOPE One Rs 22 500 LENGTH 43 CM 4 5 Fr 6 7 5 Fr 8 9 8 Fr 39 do URETERO RENOSCOPE One Rs 22 500 LENGTH 34 CM 4 5 Fr 6 7 5 Fr 8 9 8 Fr 40 do VISUAL OBTURATOR One fs SCHMIEDT 41 do 3 CHIP ENDOSCOPIC One CAMERA HD CAMERA 42 do SINGLE CHIP ENDOSCOPIC One Rs 10 000 CAMERA 43 do LED MONITER 26 HD One Rs 8 750 44 do SACHSE MEATOTOME WITH One SCALE TO SET CUTTING SIZES 10 36 Fr 45 do ELECTRO HYDRAULIC ESWL One Rs 1 00 000 MACHINE 46 do ELECTRO SURGERICAL One Rs 20 000 INSTRUMENT 47 do 6F SEMI REGID One Rs 8 750 URETEROSCOPE 48 Respiratory SPIROMETER DLCO One Rs 62 500 Medicine 49 do MEDICAL THORACOSCOPY One Rs 42 500 50 Plastic Surgery Electrical Dermatome One Rs 17 500 51 do Hand Operated Skin Graft One Rs 12 500 Meshing Device 52 do Nasal Endoscope One Rs 25 000 53 do Electrically operated Mic
8. Annexure 3 Manufacturer authorisation The authorisation may be in the nature of a letter memorandum or certificate normally granted by the manufacturer to its channel partners authorised Service providers system integrators distributors etc or a specific letter issued for purposes of this bid However this will not applicable when bid is open only to manufacturers Such communication should include statements undertakings from the said manufacturer to the following effect Guarantee and warranty coverage in respect of the goods and services shall be honoured by their channel partners distributors authorised service centres as the case may be The manufacturer updates the bidder and their technical personnel as and when required with relevant technical literature training and skills The manufacturer provides back to back technical support to the said bidder on a continuous basis The said bidder is authorised to submit bid and provide warranty and maintenance service during the contract period Note The letter of authority should be signed by a person competent and having the power of attorney to bind the manufacturer 98 Annexure 4 Installation Acceptance Certificate On letter head of Bidder 1 Hospital name Invoice No Date 5 Department Name De No Date 2 6 Supplier Name Installation Date 3 7
9. Po No Date 4 SL Name of Qty Make Model Equipment Warranty date No Equipment Sl No From To Remarks Signature of Head Signature of 1 of Dept 6 Service Engineer Doctor Name Service Engineer 2 d Name Designation Designation 3 8 Department Mobile No 4 9 Mobile No Service centre 5 10 address Certified by the concerned user Department HOD Sr BME NIMS Date and office seal 99 M s Annexure 5 Performance Certificate after installation On Bidder Letter Head Date From To The HOD of concerned The Director NIMS NIMS Sub Satisfactory Performance Certificate after 3 months from Installation Date Ref P O No dt 20 ok 2 k kK ok The following details are furnished towards the Equipment items received from Item Description and Quantity Make and Model Supplied by Invoice Number Date 1 2 3 4 5 DC Number Date Installation Date 6 7 Remarks on the Functioning Signature of Head of Dept Sr B M E NIMS Doctor Name Designation Mobile No Note The Hospital authorities shall submit this report along with a covering letter after expiry of warranty period on the release of Security Deposit subject to satisfactory working of the equipment 100 Form A Bidder Information 1 Name of the organisation 2 Date of establishment 3 Registered Office Address
10. cover locking system to safeguard against accidental changes to set pacing parameters Cable system should have a connector with protected pins Company should quote the name model number of the temporary pulse generators Run away protection should be available One year warranty for the PG and connecting cable Should come with hanger and arm strand Should be small and light weight The model quoted should be as the current model available in the international market Should comply with international safety standards 68 76 100 ETO STERILIZER Sterilant used is should be 100 Ethylene Oxide Volume of Steilizer 125 230 L 75 8 C ft Specifications of Door External Chamber dimensions o Length o Height o Depth Internal Chamber dimensions o Length o Height o Depth Chamber pressure throughtout sterilization cycle Sterilization cycle Dual temperature option Warm Cycle Cool Cycle Programmable Microprocessor controlled operation o With option for manual intervention Touch Screen Continuous monitoring with printouts and visual display Inbuilt calibrations Automatic Inbuilt Aeration Cycle Continuous monitoring of all the vital sterilization parameters like chamber R Humidity Temperature Vaccum and time Single dose Gas Cartridge Chamber gas concentration Cycle time Visual amp Audio alarm prompts 69 77 __ NEURO ENDOSCOPE SYSTEM
11. 4 Phone No 5 Fax No 6 Email 7 Whether Manufacturer Yes No If yes Provide relevant documents 8 Whether Authorised Dealer Yes No If yes Provide relevant Service provider documents 9 Details of EMD furnished 10 Details of certificates enclosed Place Bidder s signature Date and seal 101 Form B Turn over details of Item product Irrespective of brand make model Amount Sl No Item Name Penri Nos sold Year Rs in Lakhs Place Bidder s signature Date and seal 102 Form C Turn over details of Item product Model offered in Bid i i Amount SI No Item Name aoe Nos sold Year Rs in Lakhs Place Bidder s signature Date and seal 103 Form D Past Performance Details SI No Customer Full address Order No and date Descripti on of goods Total Value of goods Due date of supply Actual date of completion of supply 104 Form E Details of service centres at Hyderabad SI No Full Address of Contnch personnage service centre with phone No 105 Form P5 Past Experience Certificate Certificate from the Statutory Auditor This is tocertify CNA eric iat tint shads ne sitid unde iiaa A Ri name of the Bidder is a Primary Manufacturer Authorized Distributor of medical equipment offered under the Bid The Bidder h
12. Maintenance service Free maintenance services including spares shall be provided by the vendor during the period of warranty User at its discretion may ask the vendor to provide comprehensive maintenance services Which will include spare parts after warranty period i e annual maintenance and repairs of the system at the rates indicated by bidder in its proposal and on being asked so the vendor shall provide the same The cost of annual maintenance and repairs cost after watranty period which will include cost of spares replaced shall be paid in equal half yearly instalments at the end of each half year Separate agreement for CAMC AMC should be entered The maximum response time for maintenance complaint from any of the destination i e time required for supplier s maintenance engineers to report to the installations after a request call is made or letter is written shall not exceed 48 hours The vendor will accomplish preventive and breakdown maintenance activities to ensure that all goods perform their functions without defect or interruption for at least required up time In case up time is less than the stipulated up time the penalty as indicated in the Tender Schedule shall be imposed on the vendor The amount of penalty if any will be recovered at source from the Performance security during the warranty period or from Performance security submitted for maintenance period or from maintenance charges payable or both during ma
13. No with Safety Lids Hamilton Syringes 2 No s Suitable programmable Power pack 34 25 Semi Auto Analyzer e 8 interference filters 340 405 450 505 546 578 600 amp 670 e Silicon photodiode detectors e Photometric range from 0 to 2 5 OD e Quartz Halogen Lamp of 12V 20W e Less than 20 ul flow cell e 10mm square cuvette e Adaptor for Round glass tube e Peltier temperature control in step of 1 C e Peristaltic pump e Minimum aspiration volume less than or equal to 200 ul e Measurement mode Linear and non linear end point and kinetic e In built QC software e High resolution graphics with LCD backlight e USB port compatible with external connection computer printer key board e n built high resolution graphics printer 35 26 Statistical Software e SPSS software IBM SPSS e Latest Version 36 27 Urine Analyzer e Suitable to measure Bilirubin urobitinogen Ketones blood protein nitrite glucose Ptt and Sp Gravity e Wave lengths 500 660 nm e Capacity more than 50 strips per hour e Built in thermo printer e Memory capacity At least 1000 measurements 37 28 Water Bath e Rectangular water bath e Double walled inner wall made up of stainless steel e Temperature regulator digital display e Temperature range 5 C above ambient temperature to 99 C e Immersion type heater e Stirrer Uniform heating e Bench top e Capacity e Width 10 12 inches e Len
14. O System One Rs 12 500 8 d0 Ultrasound with Doppler probe One Rs 87 500 9 Surgical Liver Transplant Retractor Total One Rs 25 000 Gastroenterology 2sets for both Donor and Recepient with Multi purpose Blade kits 10 do Ultrasonic Aspirator One Rs 1 20 000 11 ztd APC Coagulation Unit alongwith One Rs 14 000 ElectroSurgery Unit incorporated as a System 12 do Radiofrequency Ablation One Rs 37 500 13 do Rapid Infusion System One 14 do 3D Laparoscopy System One Rs 1 00 000 15 Biochemistry 20 C Deep Freezer One 16 do 80 C Deep Freezer One Rs 5 000 17 d0 Thin Layer Chromatography One 18 do Manual Chromatography Chamber One 19 do Elisa Reader and Washer One Rs 12 500 20 do Hot air oven One 21 do Osmometer One Rs 7 500 22 do PCR Machine One Rs 12 500 23 do Refrigerated Centrifuge One Rs 5 000 24 do SDS Page System 3 Rs 22 500 Three 25 do Semi Auto Analyzer One Rs 5 000 26 do Stastistical Software One Rs 5 000 27 do Urine Analyzer One 28 do Water Bath One 29 Urology COMPACT 17Fr 30 LENS One Rs 10 000 30 do SACHE urethrotome sheath One 94 21Fr with channel
15. from 0 1 C to 3 0 C to meet critical amplification conditions 12 Instrument status indicates the step cycle and remaining run time during the run 13 System memory for programs 14 USB ports for Protocol transfer Self test USB printer mouse 15 Power save Standby function 16 Option to connect up to TWO Mastercycler nexus eco for ultimate throughput optional 17 Warranty to be included 65 72 DENATURING GRADIENT GEL ELECTROPHORESIS Technical Specifications 1 Vertical Electrophoretic System with relative Power Pack equipment 2 Gradient mixer along with reservoir and mixing chambers a minimum of 50 75 ml volume Higher end is also preferred 3 Glass plate dimensions for Gel minimum standard width height should be from 7 5cm to 20cm in both dimensions with variations 4 Number of wells 24 48 5 Number of plates should be at least 2 up to 4 is preferable 6 Multi dimension combs both in thickness and in number of well formation modules should be accommodated 7 Glass plates along with spacers and accessories 8 Tank buffer volume should be a minimum of 5lts Higher end is also preferred 9 Temperature control with at least a minimum accuracy of 0 5C 10 Accessory kits for startup and related software along with the instrument should be included Warranty period should be mentioned 73 THREE CHANNEL ECG MACHINE l Should have an integrated thermal array printer for A4 size print out of ECGs compatable with any comp
16. interface between the Patient Data Management software and a Hospital Information System HIS via an HL 7 Health Level 7 communications protocol 2 Star Drive DBS Application Star Drive Specifications S No Item Description Quantity l Star Drive Manual System l 2 Star Array Locking Carrier 1 3 Sterile Star Array Electrode Insertion tubes frame 1 4 Sterile Star Insertion Tube Extractors 5 Pack 1 5 Sterile Lead Insertion Tube for Stereotactic frame 5 pack 1 6 Star Frame Adapter for Leksell 1 The Drive should have the below mentioned salient features Compatible with universal adapters like Leksell Elekta Radionics CRW Leibinger ZD Leibinger RM Compatible with the offset adapter Leksell and radionics only providing a unique feature of 49 parallel track positions New positive locking for maximum stability and improved adaptation to major stereotactic systems Simplified two tube insertion system eliminates lower guide and spacer tubes Easily accessible dials for manual adjustments Dual scales for better visualization Lighter weight and lower center of gravity New extractor for easy tube removal New Star Steri Suite 3 PORTABLE ABG MACHINE 1 Portable or semi portable Weight 10 kg or less 2 Cartridge based systemwith single use catridge easily available and economical Low sample volume amp No Wastage of consumables consumables stored at room temperature 3 Sho
17. present tender If we were found quoting lower rate than the rate quoted to the NIMS to any other agency in the country during the validity of the present contract we will remit the differential cost to the NIMS unconditionally Place Bidder s signature Date and seal 108 Form I Specification required amp Specifications proposed SI No Item Specification Required Specification proposed item of Specification Higher Lower 109 Form J Check List Compliance agreed enclosed deviation statement The following are the particulars of compliance deviations from the requirements of the tender specifications SI No Bid document reference Remarks 1 Delivery period 2 Form P 1 3 Form P 2A 4 Form P 2B 5 Form P 3 6 Form P 4 T7 Form P 5 8 Form P 6 9 Form P 7 10 Form T 1 11 Form T 2 13 Form T 3 14 Form F 1 110 15 Form F 2 16 Pre qualification criterion 17 Technical specifications 18 Financial bid format 19 General instruction to bidders 20 Standard procedure for bid evaluation 21 General condition of proposed contract GCC 22 Special Conditions The specifications and conditions furnished in the bidding document shall prevail over those of any other document forming a part of our bid except only to the extent of deviations furnished in this sta
18. provided by Customer A minimum of 5 Stainless Steels racks to be provided within the cabinet Refrigeration system Total refrigeration capacity 10000 BTUH No of refrigeration systems ONE Condensing Unit Compressor Type Hermetic Compressor Make Any reputed firm No of Compressors 01 One Nos No of Circuits 01 One Nos Compressor Power 1400 W x Maximum 6 Compressor Setting thur Thermostat 7 Total Power Consumption 1900 W 8 Fan Diameter 405 mm 9 Condensing Fan Motor 1 10 H P 900 RPM 10 No of Condensing Fans One aA BWN Re 51 Evaporating Unit Other Conditions 11 Condensing Coil Material H inner Grooved Copper tubes with Slit Aluminium 12 Row Depth 2 13 Fins Per Inch 8 FPI 14 Condensing Coil Face Area 0 37 Sq mt 15 Size of Condensing Unit 850 L x 335 W x 540 H mm 16 Refrigeration Capacity 10000 BTUH at 4 Deg C Room Temperature 17 Power Supply 230 V 1 Ph 50 Hz 18 Air Flow 1600 CFM 19 Weight 61 KGS Maximum 20 Refrigerant R 22 21 Refrigerant Connections Flared 22 Suction Line 5 8 Inch 23 Discharge Line 3 8 Inch No of Evaporators 01 Air Flow Rate 1600 CFM Size L x W x H 1245 x 305 x 380 mm Refrigerant R 22 No of Fans Two Fan Motor 1 10 HP 1200 RPM 2 Nos Fan Diameter 300 mm Cooling Coil 3 Row 8 FPI Weight 25 KG 10 Power Supply 230 V 1 PH 50 Hz 11 Mountin
19. the city for proper service for the equipment 3 The supplier company should take care of after sales service and AMC CAMC which has to be provided on chargeable basis after completion of warranty as per the institute norms 4 The supplier must provide factory made product to be assembled at site for ducting etc to be fitted at site The supplier should have ISO 9001 certification for last 5 years 55 56 REFRIGERATOR for storage of Packed Red cell Whole blood Blood Bank Refrigerator is stainless steel inner and outer body with full view glass door for observation automatic defrosting system Capacity about 300 Ltrs digital temperature indicator and audio visual alarm Built in Temperature Recorder amp Control unit with 7 days inkless chart recording with Battery Back up External Stabilizer with Input and Output voltage indications should be provided high density CFC free Urethane Foam insulation to protect cabinet from ambient temperature fluctuations Uniform air flow amp temperature maintenance in all parts of the cabinet forced air circulation to maintain temperature uniformity Audio and Visual Alarms when there is Temperature deviates from the preset limit when there is Power failure Door in left open and when Sensor fails temperature high and temperature low Temperature Temperature should be maintained between 2C and 6C Safety lock for the doors with double glass door Factory Calibrated Sensor
20. z axis 8 3 Needle lengths accommodated Specify 12 8 4 Needle guide holder If necessary should be supplied as standard 9 1 Lead barrier with lead glass One number 9 2 Mammography positioning chair One number 9 3 Display Monitor System Two numbers of 5 MP five Megapixel medical grade monitors with LCD technology of at least 21 inches portrait dimensions with resolution of 2048 X 2560 or more 1024 shades of grey and DICOM calibrated luminance of gt 600 cd m with DVI video input signals Barco Wide or Ezio make to be provided 9 4 Ultralight lead aprons Mavig or 2 numbers Kiran make 9 5 Cabinet for storing system related One number hardware Godrej or equivalent make 9 6 Latest generation PC with 19 TFT One number LCD monitor with slim tower CPU with CD DVD drive HP or Dell make 9 7 Latest generation laser printer for One number report generation HP make 10 0 As per NIMS guidelines WARRANTY 11 0 COMPREHENSIVE ANNUAL As per NIMS guidelines MAINTENANCE CONTRACT MISCELLANEOUS 12 0 12 1 System approval with Quality control CE certified amp FDA approved agencies system only should be quoted Certificates to the effect should be enclosed 12 2 Approval from AERB BARC for the Should be available said model Certificates to the effect should be enclosed 12 3 Original printed data sheet from No exception will be manufacturer permissible on this a
21. 17 Video Cart Video processor with light source amp Monitor 1 Power supply 200 240 V A C 2 PAL type video signal The camera should be single chip CCD with provision of recording on hard disk 3 Controls for color adjustment to enhancement and balance settings 4 Controls to freeze images enhance a portion of frozen image zoom amp post processing 5 Patient and physician data input keyboard 6 21 LCD color monitor with XGA resolution 4 Environmental factors 4 1 The unit shall be capable of being stored continuously in ambient temperature of 0 50 deg C and relative humidity of 15 90 4 2 The unit shall be capable of operating continuously in ambient temperature of 10 40 deg C and relative humidity of 15 90 5 Power Supply 5 1 Power input to be 220 240VAC 50Hz fitted with Indian plug 6 Standards Safety and Training 6 1 Should be FDA CE UL or BIS approved product 6 2 Shall be certified to be meeting safety standard IEC 60601 2 18 part 2 Particular requirements for the safety of endoscopic equipment 6 3 Manufactures Supplier should have ISO certificate to Quality Standard 6 4 Comprehensive warranty for 5 years and 5 years AMC CAMC after warranty 7 Documentation 7 1 User Technical Maintenance manuals to be supplied in English 7 2 Certificate of calibration and inspection 7 3 List of Equipments available for providing calibration and routine maintenance support as per manufacturer documentation i
22. 5 u micron filter for bacterial protection It should have rinse and back flush facility for membrane in RO Unit Should have BIS standard for assembled components the quality standard should be as per approval of appropriate standard authority related to used component The chemical Contaminate endotoxin and microbial tests of post RO Water should pass AAMI standards Should carry warranty of three years and five years CAMC after warranty Should have display of supply temperature on permeat and for RO Water It should have fully automatic disinfection system 7 Portable RO System Single patient RO system Out put minimum one liter per minute Should have plug n play Controller which provides easier access to programme changes and disinfect mode Controller should inform of operating condition by displaying water quality readings and alarms Compatible with all dialysis machines Power input 220 240 VAC 50 hz fitted with Indian plug Warranty for three years and five years CAMC after warranty supported by principal manufacturer 8 Ultra Sound with Doppler probe SPCIFICATION ABDOMINAL Min Des B mode Imaging Transducer CLA LA Linear array LA curved linear array CLA phased Or PA CLA or array PA PA Frequency range MHz 2 7 2 10 Penetration cm 15 18 Spectral Doppler Transducer Cla LA CLA Linear array LA curved linear array CLA phased PA
23. CFC free refrigeration system Display Eye level Digital LED display Alarm system audible visual alarm to monitor power high low temperatures door open clean gasket low battery hot condenser and clean filters Cabinet Heavy gauge stainless steel cabinets with rounded interior corners Door must be double door High density insulation Set point Security Key operated switch for main power and alarm Shelves 4 interior compartments Should have divider and CO2 back up system Vertical orientation single main door with multiple internal doors 59 62 AUTOMATED ELISA READER Should have 96 wells and should have reading capability of 1 to 96 wells individually Should have a linear measurement range of 0 to 3 000 Abs Should have wavelength range from 400 to 750 nm Should have a photometric accuracy of 3 or better Should have a resolution of 0 001Abs Should have variable speed plate shaking capability Should have easy access 8 position filter wheel Machine should be supplied with 4 standard filters Should have automatic filter selection Should have automatic calibration before each reading Should have at least 6 second reading speed Should have facility for storage of calibration curves Capable of doing multi standard tests and controls Should have different types of blanking facility like air wise and well wise Should be capable of reading U V and flat type wells Should be capable of reading 8 or 12 well st
24. ETEROSCOPE Compact Fiber Uretero Renoscope Should have Angle of view 5 offset eye piece Should have 6 7 5Fr Should have working length 430mm Should have Distal tip of sheath 6Fr Should have Oval irrigation 4 2x 4 6Fr Should have instrument channel 1x4 or 2x2 4Fr for accessory instruments of max 4Fr 48 The specifications for Spirometer DLCO 41 System should performs the following test Capabilities Spirometry including FVC SVC MVV pre post and challenge Single breath DLCO Single breath FRC lung volume studies Multiple breath FRC lung volume studies Interpretation as per ATS ERS guidelines 2005 Flow sensor should of latest technology preferably Ultrasonic with following specifications Range flow 16L Sec Volumet 12L Sec Accuracy flow 2 or 0 050L Sec Volumet2 or 0 050L Resistance lt 1 5 cm H20 I Sec 12 Sec System should have the following analysers CO CO2 Analyzer Type NDIR Range 0 0 35 0 0 15 Resolution 0 0001 0 005 Accuracy lt 0 001 0 05 Tracer Gas Sensor He N2 Type Ultrasonic transit time Range 0 0 50 0 0 100 Resolution 0 01 0 05 Accuracy 0 05 0 2 System should have 12 touch screen colour monitor System should be calibration free at any altitude and environmental stage System should be easily transferable for bedside testing without asking for calibration at Bedside System should not require any collection and re bre
25. HR DEG F INCH of Panel Thickness 0 366 W m C FOR 60 mm PUF PANEL THICKNESS 36 40 KG CU M 24 SWG pre painted GI Sheet Size 34 x 78 One No Type Flush Type Door Posi seal door closer Positive Cam lift Hardware Vinyl Wiper Gasket with SS Bracket Bottom of Door 6 Safety Release Exit Device for Opening Door from Inside 7 Lock Arrangement from Outside 8 Metallic Cam lock 9 FRP Door Perimeter Corners Cove Rounded aA BWN Re Digital Type Temperature Indicator 12 x 12 L Shaped With Double vinyl Gasket Pre fabricated with the panels to make leak proof joints Lamps 40W INCANDESCENT MOISTURE PROOF 01 Panel Design should have 1 Walls Corners have double bends on length for fixing sectional gaskets with return Top Bottom of walls also has U sect Gasket These PVC gaskets helps to accept fit of gaps between the panels and provides Air tight joints without using Silicon sealant 2 Panel doors should be of flush type with Posi seal door closure brushed chrome latch strap type Cam lift hinges 3 Door Frame leaf perimeter is of fiberglass plastic FRP FRP resists rust scratches Dents impacts and distortion 4 Corners and Floors should have radius to impeded bacterial growth Metallic Cam locks designed to withstand 550lbs and uprooting 750lbs maximum Floor Design 100 mm EPS to be provided by supplier and concrete and stone over and above EPS will be
26. RENOSCOPE LENGTH 34 CM 4 5 Fr 6 7 5Fr 8 9 8 Fr 40 VISUAL OBTURATOR SCHMIEDT visual obturator with channel for flexible instruments for use with sheaths 24 26fr 41 3 CHIP ENDOSCOPIC CAMERA HD Camera 42 SINGLE CHIP ENDOSCOPIC CAMERA 43 LED MONITER 26 HD 40 44 SACHSE MEATOTOME WITH SCALE TO SET CUTTING SIZES 10 36 Fr 45 ELECTRO HYDRAULIC ESWL machine having a shockwave generator with wide range of selection of three energy levels as Low Medium amp High with the facility of selection of at least 10 levels in each mode of the generator and the frequency selection of the shocks from 60 to 120 pulse minute The pressure at focus should be minimum 700 bar and the maximum 1100 bar preferred The treatment table should be supplied along with the ESWL machine having 3 axis motorized movement controlled by wired remote control The product should be FDA amp CE approved The quoted model should be compatible with any branded C Arm Image Intensifier The supplier must have a good track record of supplying and servicing ESWL machine in Telangana Andhra Pradesh for a minimum period of 10 years The quoted model must have been installed and working in Telangana Andhra Pradesh for a minimum period of 5 years 46 ELECTRO SURGERICAL INSTRUMENT with monopolar bipolar and ultrasonic energies and with vessel sealing action useful for open laparoscopic and endoscopic procedures 47 SPECIFICATIONS OF 6F SEMI REGID UR
27. Schedule for the period of 7 years beyond warranty period A 5 Delivery and Installation Period Bidder shall deliver the goods services within 6 weeks from the date of agreement LC and installation should be within 10 days from the date of delivery B 1 Pre Qualification criteria e The bidder should be a Manufacturer or Authorized Dealer and should be in business of manufacture and maintenance of the tendered items for a minimum period of Three years in India as on bid calling date e Minimum One service centre at Hyderabad e Following are not eligible to participate in tender e The bidders who have withdrawn their bids in any of the previous tenders of AP TS MSIDC NIMS during last 3 years from bid calling date e Bidders who are on black list of any Government or its agencies as on bid calling date e Bidders who are declared Non Dependable by any Government or its agencies during last 3 years from bid calling date and declaration is in force as on bid calling date e The bidder should have annual turnover Nos for the items product mentioned irrespective of brand model during each of three financial years of 2011 12 2012 13 and 2013 2014 e The bidder should furnish annual turnover Nos for the brand make model of the items product quoted each of Three financial years of 2011 12 2012 13 and 2013 2014as follows e The bidder should furnish the information on major supplies made during the past under the relevant p
28. TIONS FOR ELECTRICALLY OPERATED MICRODRIVER WITH CUTTING TOOLS 48 CONSOLE WITH MOUNTS FOR 2 HANDPIECES AND FOOT SWITCH HANDHELD MOTOR UNIVERSAL 2 IN NO STRAIGHT HAND SWITCH MOUNTED TO MOTOR FOOT SWITCH WITH FORWARD AND REVERSE BUTTONS CABLE FROM FOOT SWITCH TO CONSOLE CABLE TO HAND SWITCH 2 IN NO Terminal attachments Drill attachment with quick coupling straight short 45 degree short and 90 degree long 3 units K wire holder quick release mechanism 2units Angled burr attachment medium length lunit Sagittal saw attachment1unit Reciprocating saw attachment lunit Oscillating saw attachment lunit Screw insertion attachment with quick coupling lunit Craniotome with dura guards lunit Hudson attachment lunit Disposables for drills and saws Drill bits medium and long Burrs medium and long Oscillating sagittal and reciprocating saws assorted sizes and end shape Sterilization compatible storage case lunit 54 Technical Specification for WIC Room Walk in Cold Room 49 Walk In Cooler should comply with the following specification Panels amp door External Size of the Cold Room 2 65m x 2 65m x 2 9m height Thickness of Panel Insulation Thermal conductivity Co efficient of Heat Transfer Density Internal amp External Finish Door Specification Temperature Indicator Corner Panels Panel Joints 60 mm CFC free Foamed in Place Polyurethane Foam PUF Prefabricated 0 16 K BTU
29. Thickness No 04 Finish 6mm of Clear Polycarbonate Sheet with Supporting SS 304 Frame SS 304 1 20 mm thickness No 04 finish with Partly perforated 6mm of Clear Polycarbonate Sheet with Supporting SS 304 Frame with Counter Weights Arrangement to move up and Down Make EMB Nadi Dynamic Motors Non FLP with Centrifugal Blowers Statistically and Dynamically Balanced Aluminum Impeller DIDW type Equivalent SS 304 frame with Non Woven Polyester media 10 microns down to 90 efficiency G4 Grade Make Carryair Air tech Aluminum anodized frame with micro fiber glass media 0 3 microns down to 99 9997 efficiency H 14 Grade Make AAF Pyramid 90 20 fpm Below Six Inches of HEPA Filter 0 50 mm of WC Analogy display dial indicator Make Philips Equivalent Not Less Than 300 Lux UV Lamp with Digital Indication to read Burning Hours of UV Lamp CFL Light UV Light and Blower 54 Power Supply Required Sound Level at 1 mt away for the unit DOP Injection Port Manual Increase of Blower speed Leveling Jacks Single Phase 230 Volts 50 Hz 65db A Provided for checking the dop for the hepa filter integrity test By Dimmer Provided Power Outlet Other Conditions 2 in 1 5 amp 15Amps socket to be fitted within the chamber 1 The supplier company must have supplied installed and commissioned BSL2 cabinets previously 2 The supplier company must provide service in
30. ad supplied the quantities shown in the past performance statement and also completed the respective supplies as indicated in bid Further it is certified that the previously supplied equipment are reported to be in working condition for more than two years as on bid calling date without any adverse remarks from the respective users The bidder has got previous experience in maintenance and repairs of equipment for years and has qualified service staff working with him Name of Authorized Signatory Designation Name of firm Signature of the Authorized Signatory 106 Financial Capacity of Bidder Certificate from Statutory Auditor Form G e Details of Annual Turnover for last three Financial years along with copies of balance sheet for the respective years Year Year 2 Year 3 Turnover Rs In Cr Place Date Bidder s signature and seal Signature of Statutory Auditor with seal 107 Form H Declaration Form Ue PWN aar a E E teen et A N OS having Our edie Centr A EEEIEE Office at ieies read and understood the terms and conditions contained in the bidding documents under this notification for bid and offer our bids unconditional to the extent not stated at any other part of our bid We will not quote or supply the goods similar to the ones offered under this bid notification to any agency or organization in the country at the rate lower than the rate quoted in this
31. along with the technical bid 64 MICRO PIPETTES 5 40 Micro litres Single Channel 20 200 Micro litres Single Channel 50 300 Micro litres 8 channel 200 1000 Micro litres Single Channel 65 INCUBATOR 1 Should be operated on 230V 50Hz single phase AC supply and having temperature ranging from 20 to 60 C 2 Should be double walled with stainless steel inner chamber having a minimum of two inner stainless steel shelves with holes and powder coated outer surface 3 Inner chamber should be fabricated with ribs for adjusting shelves to convenient height 4 Should have a minimum of chamber size of L B H of 450 450 450mm 5 Should be provided with three side heating elements 6 Should have air circulating fan Which can be turn ON OFF on demand for uniform temperature on all shelves 7 Should have double door with acrylic transparent door 8 Should provide with a microprocessor based digital temperature controller with digital display 9 Should have synthetic rubber gasket at the door 61 66 LAB CENTRIFUGES e 16 tube capacity e To be operational on 220 240V 50Hz Single Phase e Max Speed 6000rpm e Digital Timer Range 0 59 min e Configured to sit on a lab bench e User friendly microprocessor controlled with interactive LCD display e Menu driven 10 programme memory e Choice high brake low brake and costing e Imbalance high detector with cut off e Safety lid interlock to prevent cover opening during centrifu
32. any thermal paper 2 Should have basic controls like on standby auto manual chart speed ECG size copy filter page advance etc 3 Should have the following ECG format selection 3 x 4 IR rhythm lead fixed as Lead II manual with 3 leads Should be simultaneous 3 channel 12 lead ECG machine Should have frequency response of 0 05 to 150 Hz Should have common mode rejection ratio CMRR of 110 dB or greater The battery should be capable for recording with minimum one hour backup for continuous recording in a single discharge 8 Key board with full alphanumeric capability 9 Machine should analyse the ECG and print the report on the paper 10 Storage option for atleast 50 ECGs 11 Should perform self test each time the machine is turned on 12 Should have a baseline wander and noise filters 13 Should have an input impedence greater than 15 Mega Ohms 14 Display of three lead ECG on LCD screen 15 FDA CE Approval 16 Sturdy movable designed trolley 17 Good track record of service after the purchase is essential 18 Optional Items To be provided at free of cost a Patient cable b ECG Lead c ECG role thermal paper A4 sufficient for 500 patients d Paediatric ECG leads SOS 66 74 MULTICHANNEL MONITOR S No Specifications 1 8 channel Modular 2 5 amp 3 lead ECG SPO2 Pulse Oximetry 3 2 invasive pressure adult 4 NIBP adult amp pediatric cu
33. array PA Frequency range MHz 2 5 1 5 4 Calculation of waveform indices Manual Auto amp Manual Accuracy of range gate registration mm lt 1 lt 1 Penetration cm 10 15 Flow Imaging Transducer CLA LA CLA Linear Array LA curved linear array CLA phased PA array PA Frequency MHz 2 5 1 5 4 Penetration 10 15 Frequency and type of array should be appropriate for depth and penetration Ke SPECIFICATION DETAILS OF EACH SET IS AS FOLLOWS LIVER TRANSPLANT RETRACTORS Total 2 sets FOR BOTH DONOR AND RECEPIENT WITH MULTI PURPOSE BLADE KITS S No Particulars Size Qty 1 H Bilateral Crossbar Hinged 11 x 8 1 2 x 11 2 F Bilateral Crossbar 3 Elite II Rail Clamp w 2 Cam Joints 18 4 Cam Joint Serrated 1 2 x 1 2 l 5 Cam II Clip on w Angling Head ci 1 6 Angling Head Wrench 2 7 18 Angled Arm 8 x 10 45 2 8 24 Angled Arm 8 9 24 Angled Arm 8 x 16 1 10 Crank I Clip on w Angling Head 10 1 11 Malleable 13mm x 64mm 1 2 x 2 1 2 2 12 Malleable 13mm x 152mm 1 2 x 6 l 13 Malleable 13mm x 203mm 1 2 x 8 2 14 Malleable 25mm x 203mm 1 x 8 2 15 Malleable 25mm x 102mm 1 x 4 2 16 Malleable 51mm x 203mm 2 x 8 2 17 Malleable 64mm x 254mm 2 1 2 x 10 l 18 Malleable 76mm x 254mm 3
34. athing bags 42 It should have true infection control and low maintenance cost It should have internal memory for 2000 tests Should meet and exceeds ATS ERS Criteria 2005 Should have CE amp US FDA approval Should have quality certificates like ISO 9001 ISO 13485 Should have electrical safety certificates like EN 60601 1 and EN60601 1 2 System should strictly follow ATS ERS 2005 guidelines on interpretation System should be compatible with existing HIS for data sharing should have network interface for remote servicing support Should have more than 20 predicted authors to choose for adult amp Paediatric applications Should have several paediatric incentives Should come with free software upgrades for 5 years Should come with Office jet heavy duty inkjet colour printer Standard supplies should include Trolley One set of Gases Office jet Colour inkjet printer 50 No s flow sensors 10 No s nose clips 49 The specifications for Medical Thoracoscopy 43 SPECIFICATIONS 1 Description of Function A Thoracoscope is a thin tube like rigid endoscope instrument with a light and a lens for viewing 2 Operational Requirements Thoracoscope with video processing and monitoring is required 3 Technical Specifications 1 10 11 12 13 Hopkins rod lens telescope outer diameter 10mm working channel 5mm 27 cm Direction of view should be zero degree BLAKESLEY Dissecting and B
35. cal monitor 17 inches 2D monitor for documentation 5 Light source 300W xenon 6 Camera Chip in camera head with 1920x1080 Progressive scan technology 7 Standardization CE FDA 8 Sterilization Disposable drapes 9 Electrical As per Indian standards 10 Components All components of single manufacturer 24 15 20 C Deep Freezer Floor model Capacity 300 400 liters Temperature Range 18 C to 22 C Tank material Steel Number of baskets more than one Temperature display monitor Should have suitable and Standard stabilizer 25 16 80 C Deep Freezer e Floor model e Capacity 300 360 liters e Industrial grade hermitically sealed refrigeration compressors e All steel cabinet e Foamed in place CFC free urethane insulation e Heavy duty counter balanced lid with key lock e Thermal interior sublid e Air cooled refrigeration systems to maintain desired temperatures in warm 32 C 90 F ambient conditions Control system e Digital Temperature display resolution to 1 C e Push button set point display Alarm System e Integrated preset over temperature safety alarm with battery back up and audible warning of temperature deviation Operating Temperatures e Temperature range 50 C to 86 C 26 17 Thin Layer Chromatography or TLC TLC unit for PG practical lab having movable applicator with inbuilt thickness arrangement between 0 to 2mm and having the following compone
36. ccept or reject any bid or annul the entire bidding process and reject all bids at any time prior to award of contract without thereby incurring any liability to the affected bidder s or any obligation to inform the affected bidder s of the grounds for such decision H 7 Corrupt fraudulent and unethical practices NIMS will reject a proposal for award and also may debar the bidder for future tenders in NIMS if it determines that the bidder has engaged in corrupt fraudulent or unethical practices in competing for or in executing a contract Here e Corrupt practice means the offering giving receiving or soliciting directly or indirectly of anything of value to influence the action of a public official in the process of contract evaluation finalization and or execution and e fraudulent practice means an act or omission or misrepresentation of facts in 83 Unethical practice means any activity on the part of bidder by which bidder tries to circumvent tender process in any manner Unsolicited offering of discounts reduction in financial bid amount upward revision of quality of goods etc after opening of first bid will be treated as unethical practice 84 I General conditions of proposed contract GCC I 1 Standards The goods supplied under this contract shall conform to the standards mentioned in the specifications and when no applicable standard is mentioned the authoritative standards appropriate to
37. ccount Offers will be summarily rejected if the above terms are not complied with 12 4 Installation base for similar equipment Supply list with contact in India numbers for reference if any 173 79 C ARM SPECIFICATIONS Generator a Microprocessor controlled High Frequency generator with 2 5 Kw or More with Integrated beam filters to reduce patient skin radiation dose Collimator IRIS or multi leaf X ray mode kV amp mA range KV range 40 110 KV Fluoroscopy a Fluoroscopy should not exceed 5 mA b Pulsed Fluoroscopy with last Image Hold Radiography a Radiographic mode for cassette exposures minimum of 20 Ma Image Intensifier a 9 or more Triple Mode Image Intensifier with CCD Camera Image Processing a Minimum 12 bit Digital Fluoroscopy Imaging Unit with dedicated video pipe line processor b Archival memory CD DVD mode and USB c Detachable Cassette holder for film recording d Memory for 10000 images must be available in the hard disk Image Display a Two 19 TFT LCD High resolution high contrast and flicker free Monochrome Monitors of at least 1024 X 1024 matrix with automatic adaptation of monitor brightness to ambient light b LIH Last image hold with digital image rotation reversal inversion pixelshift image annotation measuring of distances and angles should be available c High resolution high contrast specially suitable for specialized orthopaedic trauma p
38. ces it proposes to supply under the contract Bid prices shall be rounded off to nearest rupee The prices should be quoted in Indian Rupees The bidder shall indicate Basic Prices and taxes duties etc if required Bidder s separation of price components will be solely for the purpose of facilitating the comparison of bids by NIMS and will not in any way limit the purchaser s right to contract on any of the terms offered Prices quoted by the bidder shall be fixed during the bidder s performance of the contract and not subject to variation on any account A bid submitted with an adjustable price quotation will be treated as non responsive and will be rejected However variation in VAT CST Service Tax Excise Duty from the date of filing bid up to the period of contract will be adjusted accordingly Hence Bidder must specify the value of VAT CST Service Tax Excise Duty as the case may be which has been included in the bid price Any variations in taxes and duties on account of central state Government decision such increases will hence be compensated and in case of reduction during the period of contract such reduction will reduce the taxes payable to the suppliers The bidder should note that the quoted price should include all duties taxes freight transportation insurance etc including customs duty and clearance charges In case the prices are quoted in foreign currency the exchange rates as applicable on the last date of clo
39. channels 3 Facility for Zoom Magnify EEG trace 4 Facility for copy amp paste of EEG or Trends to report and presentation 5 Facility for viewing several recordings in tiled or cascading windows Administration Software Network supported patient and management software achieve to CD or DVD powerful search patient folder and workspaces 5 Haemodialysis Machine 11 Machine should have facility for bicarbonate and sequential dialysis Machine should have NIBP facility Battery backup for at least 30 minutes Should have sodium bicarbonate and UF profiling Chemical disinfection thermal disinfection and decalcification programme Blood pump adoptable to universal blood tubing Audio visual alarms on limit violation of conductivity blood leak air leak trans membrane pressure alarum dialysis temperature alarum dialysis can empty alarm end of disinfection alarm bypass alarm and blood pump stop alarm Should have FDA CE UL and BIS approved product at least one Manufacture supplier should have ISO certification Warranty for three years and five years CAMC after warranty supported by principal manufacturer 6 R O System with capacity of 2000 liters hour It should have capacity to produce 2000 liters per hour post RO Water It should have pre treatment plant containing multi grade filter iron removal char coal twin filter dual softener It should have ultra violate sterilizer Should have pre RO
40. cial bids of only those bidders who qualify in technical evaluation will be opened Any participating vendor may depute a representative to witness these processes No_ personal communication to the bidders The bidders should watch the nims website www nims edu in for any notices F 2 Pre qualification bid evaluation The Pre qualification Tender Schedule shall be evaluated in two steps Firstly the documents furnished by the vendor shall be examined prima facie to see if the technical skill and financial capacity are consistent with the needs of this Institute In the second step NIMS may ask vendor s for additional information for discussions with their professional technical personnel F 3 Technical bid evaluation Technical bid shall be evaluated again in two steps Firstly the documentation furnished by the vendor shall be examined prima facie to see if the product services offered technical are consistent with the needs of the department In the second step NIMS may ask vendor s for additional information for arrange discussions with their professional technical personnel F 4 Financial bid evaluation Final choice of firm to execute the order for supply of equipment shall be made on the basis of conformity to pre qualification technical specifications appropriateness of the product offered capability of bidder to execute and service the equipment and appropriateness of financial offer from the point of view of cost eff
41. cted at Hyderabad in English language e The award given by arbitrators shall be final and binding on the parties 1 21 Applicable law The contract shall be interpreted in accordance with appropriate Indian laws 1 22 Notices Any notice given by one party to the other pursuant to this contract shall be sent to the other party in writing or by email or facsimile and confirmed in writing to the other party s address A notice shall be effective when delivered or tendered to other party whichever is earlier 1 23 Taxes and duties The vendor shall be entirely responsible for all taxes duties license fee Octroi road permits etc incurred until delivery of the contracted Goods services at the site of the user 1 24 Fail safe procedure The vendor should indicate in detail the fail safe procedure s for the following Power failure Voltage variation Frequency variation Temperature and humidity variations 1 25 Training For each goods hardware and software component installed the Vendor may be required to train the designated NIMS and user personnel to enable them to effectively operate the total system The training if required shall be given as specified in the SCC at the 91 locations specified The training schedule will be agreed to by both parties during the performance of the Contract 1 26 Site Preparation and Installation The bidder will designate to perform a site inspection to verify the appropria
42. dders previously subject to the deadline will thereafter be subject to the deadline as extended G 8 Earnest money deposit EMD e The bidders should submit EMD for the amount mentioned against each equipment in the form of Demand Draft drawn in favour of the Director NIMS issued by any nationalized bank e Unsuccessful bidder s EMD will be returned after finalization of tenders e The EMD may be forfeited if a bidder withdraws its bid during the period of bid validity or in the case of a successful bidder if the bidder fails to sign the contract in time or fails to furnish performance security in time or Breach of agreement terms Section H opening and evaluation of bids H 1 Clarification of bids During evaluation of the bids NIMS may at its discretion ask the bidder in writing for clarification of its bid However no change in price or substance of the bids shall be sought offered or permitted H 2 Field demonstration The bidder on demand shall demonstrate functional requirements of the goods services as described in the specifications The demonstration site will be decided by NIMS The Technical evaluation report will be displayed on NIMS website for 1 week H 3 Evaluation of financial bids Financial bids of those vendors who satisfy all phases of the pre qualification technical bid and corresponding to chosen technical choices will only be opened All other financial bids will be ignored NIMS may at its disc
43. e majeure The Vendor shall not be liable for forfeiture of its performance security liquidated damages or termination for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure For purposes of this clause Force Majeure means an event beyond the control of the Vendor and not involving the Supplier s fault or negligence and not foreseeable Such events may include but are not restricted to acts of the NIMS in its sovereign capacity wars or revolutions fires floods epidemics quarantine restrictions and freight embargoes If a Force Majeure situation arises the Vendor shall promptly notify the NIMS in writing of such condition and the cause thereof Unless otherwise directed by the NIMS in writing the Vendor shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek all reasonable alternative means for performance not prevented by the Force Majeure event 1 18 Termination for insolvency NIMS may at any time terminate the contract by giving 30 days written notice to the Vendor if the Vendor becomes bankrupt or otherwise insolvent In this event termination will be without compensation to the Vendor provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the NIMS 1 19 Termination for convenie
44. ectiveness over the entire maintenance period for the product services 79 Section G General information to bidders G 1 Definitions e Pre qualification and Technical bid means that part of the offer that provides information to facilitate assessment by NIMS professional technical and financial standing of the bidder and conformity to requirements e Financial Bid means that part of the offer that provides price schedule and total costs including taxes etc e Three part Bid means the pre qualification bid technical and financial bids and their evaluation is sequential G 2 General eligibility e Subject to Pre Qualification conditions this invitation for bids is open to all firms both from within and outside India who are eligible to do business in India under relevant Indian laws as are in force as on bid closing date e Bidders marked by AP TS MSIDC NIMS to be ineligible to participate for non satisfactory past performance corrupt fraudulent or any other unethical business practices shall not be eligible e Breach of general or specific instructions for bidding general and special conditions of contract with NIMS may make a firm ineligible to participate in bidding process G 3 Cost of bidding e Bidder is expected to examine all instructions forms terms and specifications in the bidding documents Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive t
45. ectrosurgery Unit should offer Automatic output dosage 10 Should have Bipolar CUT COAG facility with specially supported precise software 11 Should be supplied with digital instrument recognition FDA approved Vessel Sealing Instrument Open Surgery 1 No amp Laparoscopy Surgery 1 No i e the Electrosurgery APC equipment power setting should automatically change as per the Instrument inserted 12 Should have Auto Start and Auto Stop facility for Bipolar modes 13 Should have facility to store up to 100 programs Surgery wise or Doctor s Name wise 14 The above system should be of the technology that it can be integrated in future if needed to other operating systems like STORZ OR1 Wolf CORE daVinci 15 All the above items to be accommodated in one single Trolley 20 The Above Set Should Consist of the following Power Cord with inbuilt fuse for safety of the equipment Operating Manual Service Manual Two Pedal Footswitch which can be used with APC unit Electrosurgery Unit 5 Neutral Patient Plate of conductive silicon Single Surface along with perforated strap and fastening stud Bipolar Forceps 1No 7 Rigid APC Handle with 2 buttons for Cut Coag 1 No 8 Rigid Argon Beam applicator with inbuilt Spatula for Open Surgery a Short 1 No Long 1 No BR WN eS oN Standards to Comply 1 Both APC Unit amp Electrosurgery Unit should be FDA Approved and have approval for 2 Electrical safety by com
46. elvic and acetabular fracture spine surgeries and complex bone tumor surgeries System Functionality a Vertical Horizontal and Orbital Travel should be available C arm rotation 135 degree or more The System should be DICOM ready with capability of send receive store and print functions Accessories 74 a Wrap around light weight vinyl Lead Aprons with 0 5 mm lead equivalence certified by BARC or AERB or ISO 2 Two Nos 10 Certification a The complete unit should be BARC AERB type approved b Periodic certification of the C arm every 6 months by BARC AERB till the end of warranty and 7 years CAMC thereafter total 8 years from the date of purchase 11 Radiation hazard complete unit should be BARC AERB approved Specify the amount of radiation emitted per exposure The C Arm unit with least radiation emission will be preferred 12 Warranty a Comprehensive WARRANTY for one year of complete system including X ray tubes and all vaccumatic items and accessories b CMC for seven 7 years for complete system including X ray tubes and all vaccumatic items and accessories after warranty period c Maintenance complaints to be attended within 24 hrs and rectified immediately Standby C arm to be provided if the repair rectification is delayed more than 24 hrs 13 C arm Cart 1 Source entrance distance SED 1 90 cm 2 C arm rotation 2 120 Degrees 3 C arm axial rotation 3 300 120 Degrees 4 C arm up do
47. es as Pre qualification Technical bid Financial bid as the case may be The envelopes shall then be sealed and put in an outer envelope The inner and outer envelopes shall be addressed to the Director Nizam s Institute of Medical Sciences Puntagutta Hyderabad 500 082 and drop in the tender box placed in the Office of the Executive Registrar NIMS Hyderabad e The envelope shall bear the equipment name and superscribe as e Pre qualification bid Do not open before bid opening day and time e Technical bid Do not open until evaluation of Pre qualification bid e Financial bid Don t open until evaluation of technical bid The outer envelopes shall clearly indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared late Demand Drafts drawn in favour of the Director Nizam s Institute of Medical Sciences from any scheduled bank towards Tender application fee of Rs 500 Rupees five hundred only processing fee of Rs 2 000 Rupees two thousand only and EMD for the amounts mentioned against each equipment should be submitted along with prequalification bid G 7 Deadline for submission of bids Bids must be deposited by the bidder not later than the bid submission date and 81 e The NIMS may at its discretion extend this deadline for the submission of bids by amending the tender notice in which case all rights and obligations of the NIMS and bi
48. ff ST trending 5 In built battery back up 3 hrs 6 Communicating ports for net working 7 Medical Grade Colour Monitor 15 to 21 Screen 8 Hemodynamic amp Respiratory calculations optional 9 24 to 96 hrs trending optional 10 Freeze function 11 Reusable Transducers 4 nos 12 Standard Accessories NIBP cuffs all sizes Pulse Oximetry probe all sizes ECG cable leads 13 Should operate on mains 230 V 50 Hz and on rechargeable battery 14 Should have safety certificate from a competent authority CE FDA USA STQC CB certificate STQC S certificate or valid detailed electrical and functional safety test report from ERTL Copy of the certificate test report shall be produced along with the technical bid 15 To provide wall mounting facility 16 Equipment performance should not be affected by electromagnetic radiated or conducted through power lines from another device 67 75 SINGLE CHAMBER TEMPORARY PULSE GENERATOR Should operate on synchronus VVI AAT and asynchronus VOO AOO mode Basic rate should range from 30 150 beats or above minute Rapid pacing rate should be atleast 450 or above per minute Output should range from 0 3 to 12 V or above Sensitivity should range from 0 2 to 12 mV or above Should operate on single 9V battery Battery life time should be atleast 4 weeks on continuous pacing Should display low battery sensing pacing indicators Protective mechanism
49. ftware compatible with the existing CR system in the hospital to be provided by the vendor 71 5 0 X RAY STAND Counter balanced swivel arm system Motorized height adjustment 5 1 for frontal inverted and lateral projections and rotation 5 2 Rotation of the gantry Motorized isocentric ee Swivel range stand Please specify Reciprocating grid with ratio 5 4 Grid of 5 1 with resolution of 30 lines em or more Any other special grid feature please specify da Source Image Distance SID At least 65 cm 1 5 or 1 8 geometric 5 6 Magnification factors 6 0 OBJECT TABLE Detachable object table with bucky for 18 x 24 cm 6 1 CR compatible cassettes Detachable object table with bucky for 24 x 30 cms 6 2 CR cassettes compatible of COMPRESSION DEVICE Compression attachment for spot amp Manual amp motorized 71 axilla User selectable preset optimum Should be available 7 2 compression force with automatic decompression after exposure with Foot pedal for operating 7 3 Compression plate with low edge 18 x 24 cms 7 4 Compression plate with low edge 24 x 30 cms 7 5 Detail or spot compression plate For use with 18 x 24 cm object table 8 0 BIOPSY ATTACHMENT 8 1 2D biopsy attachment With shadow cross biopsy device and biopsy compression hole plate should be provided 8 2 Accuracy Specify accuracy for 100 mm compression thickness in x y and
50. g Ceiling Mounted 12 Piping Copper Piping and Cabling as required between condensing and evaporating Unit 13 Length of Copper Piping 15 Feet 14 Operation Through Independent Refrigeration Circuit of Condensing Units OONINDARWNE 1 The supplier company must have supplied installed and commissioned cold rooms previously 2 The supplier company must provide service in the city for proper service for the equipment 52 3 The supplier company should take care of after sales service and AMC CAMC which has to be provided on chargeable basis after completion of warranty as per the institute s norms 4 The suppler must provide factory made product to be assembled at site for insulation and the refrigeration system should be pre assemble pre tested and charged with Gas only to be fitted at site on the insulation system 5 The supplier should have ISO 9001 certification for last 5 years 53 55 Technical Specifications of Bio Safety Cabinet Type 2 A2 30 Fresh amp 70 Re Circulation Type of Air Flow MOC Working Area sides covered with Working Table MOC Door MOC amp Moment Blower With Motor Pre filter or Fresh Air Filter 1st Stage Filtration Supply amp Exhaust HEPA Filter 2nd stage filtration Air Velocity Through HEPA Filter Differential Pressure Gauge CFL Light UV Light amp UV Hour Meter Feather Touch Switches for Vertical Down flow SS 304 with 1 20 mm
51. g range 0 1 to100ul standard Injection Volume accuracy 1 Injection Volume Precision 0 3 RSD Automatic flow line rinsing before amp after injection Sample cooler with dehumidifier temperature range of 4 to 40 deg C Capable of accommodating multiple volume racks 1ml 1 5ml 4ml MTP amp DWP Sample vials 1ml 200 No s COLUMN OVEN Temperature control method Block heating type Temperature Setting range 4 C to 80 C Temperature control range 15 C below ambient to ambient 60 C Temperature control precision 0 1 C Ability to accommodate minimum 2 columns Chromatography software Central control of pumps detectors auto injectors Oven amp complete modules of each System through software Software under WINDOWS XP 7 platform on 32 bit technology Digital acquisition amp processing system ensures speed amp stability of data Single access point for system administration data acquisition post run analysis and long term data management Instrument should provide 21 CFR part 11 compliance for electronic signatures and record security Reservoir Tray amp Solvent Bottle Tray to place Mobile phase bottles Mobile phase bottle 5 nos Columns C18 250mm x 4 6mm 5um ino C18 150mm x 4 6mm 5um ino Installation Accessories Suitable Branded PC and LaserJet Printer 3KVA Online UPS with 60 minutes Battery back up Sample amp Solvent filtration assembly with Vacuum Pum
52. gation e Automatic unique satety rotor identification system e Speed holding accuracy 100rpm e Self diagnosis for error 67 HOT AIR OVEN 1 Should be operated on 230V 50Hz single phase AC supply and having temperature ranging between 50 200 C 2 Should be made of double walled chamber Inner made of stainless steel SS 304 grade and powder coated outer surface 3 Should provide with three heating elements on three sides of the equipment for uniform temperature on all shelves 4 Should be provided with air circulating fan 5 Should provide with a variable microprocessor based digital temperature controller with digital display and thermometer should be provided separate 6 Should have a minimum chamber size of L B H 450 450 450 with 2 stainless steel trays with holes 7 Should provide with air ventilations 68 AUTOMATED BLOOD COMPONENT SEPARATOR The machine should perform the following without manual involvement Balancing Centrifugation Transportation Separation and leukoreduction Volume determination Recording procedure and process data Shock proof 62 69 TUBE SEALER Di Electric Tube Sealer Should be a heavy duty tube sealer Should be for bench topuse The sealing time should not be more than 2 seconds Sealing triggering should be automatic Should also have extended portable hand unit Should have indication lamps No warm up time should be required Should ensure easy separation of tube segmen
53. gth 12 to 18 inches e Depth 8 10 inches 38 29 COMPACT 17Fr 30 LENS universal cysto urethroscope with enlarged view autoclavable fiber optic light transmission incorporated 30 SACHE urethrotome sheath 21Fr with channel 31 NEPHROSCOPE PAEDIATRIC wide angle straight forward telescope autoclavable with luer lock connection for inflow with instrument channel fiber optic light transmission incorporated 32 NEPHROSCOPE ADULT wide angle straight forward telescope autoclavable with luer lock connection for inflow with instrument channel fiber optic light transmission incorporated 33 RESECTOSCOPE SHEATH 26Fr resectoscope sheath including tubes for in and out flow 26Fr oblique beak non rotatable inner tube with ceramic insulation 34 WORKING ELEMENTS WORKING ELEMENT SET SINGLE STEM WORKING ELEMENT SET DOUBLE STEM 35 STONE CRUSHING FORCEPS cystoscope urethroscope sheath 25Fr with obturator and 2 LUER LOCK adaptors adaptor for use with outer sheaths of resectoscope sheath stone crushing forceps single action jaws 39 36 TELESCOPE 30 forward oblique telescope 30 enlarged view diameter 4 mm length 30 cm autoclavable fiber optic light transmission incorporated 37 TELESCOPE 0 straight forward telescope 0 enlarged view 4 mm and fiber optic light transmission incorporated 38 URETERO RENOSCOPE LENGTH 43 CM 4 5 Fr 6 7 59 Fr 8 9 8 Fr 39 URETERO
54. ial Bid Form 113 News Paper Advertisement NIZAM S INSTITUTE OF MEDICAL SCENCES A University established Under the State Act PUNJAGUTTA HYDERABAD Telangana 500 082 Re No Plng II 8 2 2012 TN Dt 3 7 2015 TENDER NOTIFICATION Pre Qualification Technical and Financial Bids are invited from Manufacturers Authorized Dealers for the supply and installation of the equipments mentioned in the Annexure 1 of the Tender Schedule Download Tender Document from www nims edu in The last date for receipt of tenders is 25 07 2015 at 4 00 PM Prospective bidders are advised to regularly scan through above website as corrigendum amendments etc if any will be notified on the above mentioned website and no separate advertisement will be given in newspapers Hospital Furniture Specifications will be uploaded on or before 31 07 2015 and last date for submission of bids is 20 08 2015 Executive Registrar A The solution service or material required A 1 Supply installation and commissioning of Medical Equipments detailed in Annexure A 2 Scope of incidental services Furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied goods A 3 Warranty Period Warranty is for a period of one year is as indicated in Tender Schedule A 4 Maintenance Bidder should indicate Comprehensive Annual Maintenance Cost CAMC and Annual Maintenance Cost AMC separately in the Tender
55. intenance period Bidder shall submit Performance Security for AMC at 10 of contract value at least 30 days in advance of commencement of maintenance period covering entire maintenance period and 60 days beyond it for performing its obligation during the maintenance period This security will be liable for forfeiture in case of failure of bidder in performing its obligation during maintenance period In AMC spares to listed amp cost fixed 1 12 Payment Payment terms Part payment On delivery at user site 81 On successful 10 installation commissioning Training of the Institute 5 personnel End user certification 4 88 1 13 Contract amendment No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the parties 1 14 Assignment The Vendor shall not assign in whole or in part its obligations to perform under this Contract except with the prior written consent from NIMS 1 15 Delays in the supplier s performance Delivery of the Goods and performance of the services shall be made by the Vendor in accordance with the time schedule specified by the NIMS in the specifications If at any time during performance of the Contract the Vendor or its subcontractor s should encounter conditions impending timely delivery of the goods and performance of services the Vendor shall promptly notify the NIMS in writing of the fact of the delay
56. iod not less than 3 months after installation and commissioning I 7 Transportation Transport of the goods to the project site s shall be arranged by the vendor at his cost 1 8 Goods Installation The vendor is responsible for all unpacking assemblies wiring installations cabling between goods units and connecting to power supplies The vendor will test all hardware operations and accomplish all adjustments necessary for successful and continuous operation of the goods at all installation sites 1 9 Incidental services The Vendor may be required to provide any or all the following services including additional services Performance or supervision or maintenance and or repair of the supplied goods and services for a period of time agreed by the parties provided that this service shall not relieve the Vendor of any warranty obligations under this Contract and Training of NIMS and or its personnel at the NIMS in using goods Prices charged by the Vendor for the preceding incidental services if any should be indicated separately if required and same will be mutually negotiated separately 1 10 Spare parts The Vendor shall ensure availability of spares in stock at his nearest service centre for immediate delivery such spare parts as a are necessary for a minimum of 10 years of operation after installation at the Purchaser s sites b are necessary to comply with bid requirements 87 1 11 Warranty and
57. iopsy Forceps Size mm Length 5mm Length 43cm 1 No METZEMBAUM Scissors double action jaws curved length of blades 15mm size 5mm length 43cm 1 No Forceps Insert Dissecting and Biopsy Forceps Single action jaws size 5mm length 43cm 1 No Suction and Coagulation Cannula Size 5mm Length 43cm for use with suction and irrigation handle 1No Handle with Trumpet Valve for suction or irrigation autoclavable for use with coagulation suction tubes size 5mm 2 No s Suction and Coagulation Cannula L Shaped Size 5mm Length 43cm for use with suction and irrigation handles 1 No Powder Blower Rubber Insufflation bulb Straight Sheath size 5mm Length 42cm 1 No Trocar Size 11mm with blunt tip cannula flexible with silicone leaflet lip valve length 8 5cm 2 Nos Plastic Cannula autoclavable for use with flexible trocars size 11mm Pack of 5 2 Nos Unipolar High Frequency cord with 4mm length 300cm Single chip camera with Image sensor CCD Chip Resolution 450lines horizontal AGC Microprocessor Control Min Sensitivity it should have anti moire filter it should have automatic white balance with memory function it should have image freeze function Electronic zoom 1 2x can be adjusted to 4 levels Cold light fountain Light Source LED 150 watts Complete with Fiber Optic Light Cable 1 No 44 14 Cautery Machine 1 No 15 Recording system for Camera 1 No 16 Compatible with the video system specified
58. its likely duration and its cause s As soon as practicable after receipt of the vendor s notice NIMS shall evaluate the situation and may at its discretion extend the Vendor s time for performance with or without liquidated damages A delay by the Vendor in the performance of its delivery obligations shall render the vendor liable to the imposition of appropriate liquidated damages unless an extension of time is agreed upon by NIMS without liquidated damages 1 16 Termination for default The NIMS without prejudice to any other remedy for breach of Contract by written notice of default sent to the Vendor may terminate the Contract in whole or in part If the Vendor fails to deliver any or all of the Goods services within the time period s specified in the contract or within any extension of time thereof granted by the NIMS or if the Vendor fails to perform any other obligation s under the Contract or if the Vendor in the judgement of the NIMS has engaged in corrupt or fraudulent practices in competing for or in executing the Contract 89 In the event the NIMS terminated the contract in whole or in part NIMS may procure upon such terms and in such manner as it deems appropriate goods or services similar to those undelivered and the Vendor shall be liable to the NIMS for any excess costs for such similar goods or services However the Vendor shall continue performance of the contract to the extent not terminated 1 17 Forc
59. lure to maintain during warranty or Comprehensive Annual Maintenance Contract For every reduction in up time by 1 00 from 95 Penalty will be 1 5 of purchase value of that particular item Delivery installation commissioning period Within 6 weeks from the date of agreement LC D _Technical specification of equipments ICU EKG System The system shall be manufactured by an ISO 9001 and ISO 13485 certified manufacturer 22 Panel PC system with windows 7 OS Touch screen Operation Panel PC should positioned on Single Pole cart High Quality 32 Channel EEG amplifier with Tethered Network mode The EEG amplifier shall be equipped with a minimum of 16 bit Analog to Digital Converter ADC Min 2 KHz Sampling gt 110dB CMRR Input Impedance of 100 M Ohms The amplifier unit shall include two isolated ground and reference connections System should have prune feature which can trim down EEG and or Video before archiving to DVD System should have facility for EEG trends of Envelope Trends Total Power Trend RMS Trend Spectrogram Absolute Band Power Trend Relative Band Power Trend Median Frequency Trend Peak Frequency Trend Alpha Variability Trend Alpha to Delta Ratio Trend Alpha to Beta Ratio Trend Delta Ratio Trend etc display to view the entire recording at once using spectral display The Patient Data Management software shall be available with optional hardware and software to provide an
60. n service technical manual 7 4 List of important spare parts and accessories with their part number and costing 50 Electrical Dermatome 45 Purpose Precise cutting of skin grafts from various donor sites Nature Electrical Ac Mains and or Battery operated Suggested warranty period 3 years CAMC AMC required YES Technical Specifications Graft width of at least 70mm or equivalent in inches Facility for reducing graft width using available width reducing clamps Runs on AC mains and or rechargeable battery pack Graft of varying thickness from 0 05 to 0 75 mm thick Mains cable Cable to operating unit Battery pack with spare batteries as applicable Sterilizable carrying case Pack of spare blades 51 Hand operated skin graft meshing device 46 Purpose Precise meshing of skin grafts to increase surface area Nature Hand operated mechanical Suggested warranty period 3 years CAMC AMC required YES Technical Specifications Rollers to permit Expansion ratios of at least 1 1 5 up to 1 4 Carriers for mounting skin graft Sterilizable carrying and storage case Accessories for assembly Lubricants for cleaning 52 SPECIFICATIONS FOR NASAL ENDOSCOPE 47 Flexible model 30 degree viewing wide angle 3 5mm diameter or less Up down deflection of at least 90 degree at the tip Xenon Halogen light source Viewing monitor Recording video device Sterlizable carrying case Fibreoptic light carrying cable 6 feet length 53 SPECIFICA
61. nce NIMS may at any time by giving 30 days written notice to the Vendor terminate the Contract in whole or in part for its convenience The notice of termination shall specify that termination is for the NIMS convenience the extent to which performance of the Vendor under the Contract is terminated and the date upon which such termination becomes effective 1 20 Resolution of disputes The NIMS and the Vendor shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the contract If after thirty 30 days from the commencement of such informal negotiations the NIMS and the Vendor have been unable to resolve amicably a contract dispute either party may require that the dispute be referred for resolution to the formal mechanisms specified here in These mechanisms may include but are not restricted to conciliation mediated by a third party 90 The dispute resolution mechanism shall be as follows e In case of a dispute or difference arising between the NIMS and the Vendor relating to any matter arising out of or connected with this agreement such disputes or difference shall be settled in accordance with the Arbitration and Conciliation Act of India 1996 e ach party shall have the right to appoint one arbitrator and the third arbitrator shall be appointed by Indian Council of Arbitration e The arbitration proceedings shall be condu
62. nsor Internal lighting Provided using flicker Free CFL Sliding trays for the easy access ability of Blood Bags Construction Outside CR sheet withl 2mm thickness and internal stainless steel with 22G Calibration certificate with traceability should be provided 57 57 DOMESTIC REFRIGERATOR For Storage Of Reagents e Double door e 450 550 litre capacity e 2 8 degree C e External Stabilizer 58 CENTRAL TEMPERATURE MONITORING SYSTEM Digital temperature display with LED with 0 1 C graduation Temperature recording device Microprocessor control for operation with audio visual temperature alarm function with digital monitoring display There should be a method to check alarm display Seven days inkless graphic temperature recorder with range of about 80 degrees to 30 degrees with data logger with supply of free charts for a period of warranty Battery backup for alarm and temperature recording device Mounted on lockable castor wheels Alarm history temperature maximum and minimum average temperature during alarm period duration of alarm About 25 probe capacity Desirable Noise factor should be less than 60 decibels Should have compressor running time lt 60 70 59 NEEDLE DESTROYER a Should be lightweight portable and compact b Housing should be moulded type shock proof and made of ABS Plastic Stainless Steel 304 Grade C Should provide a removable discharge tray made for easy disposal of syringe h
63. nts Perspex Base to support 5 glass plates of size 20 x 10cm Plate Rack Aluminium for ten 20 x 10 cm plates Spreader Applicator Spotting Template Developing tank with lid T L C plates set of ten 20 x 10 cm and two 20 X 5cm Sprayer 100 ml 27 18 Manual Chromatography chamber e Cabinet made of teak wood with glass on 4 sides and on top e Top internal surface coated with wax e Hinged top provided with rubber gasket e Stainless steel trough amp glass rods e Suitable size for four filter papers of 34 x 29 cms 28 19 ELISA Reader amp Washer e Fully automatic 96 wells reading e Bichromatic optics UV amp visible six filters in each e On board data calculations with linear amp non linear graphs e Bidirectional access should be available with and without computer e Thermal print printer e Automatic washer fully automatic easy on screen programming e Washes flat round strips e Automatic detector of waste and buffer bottles 29 20 Hot Air Oven e Digital display e Capacity 100 to 200 liters e Ceramic insulation to prevent heat loss e Temperature regulator e Temperature range 50 C to 250 C e Inner chamber made of S S e Bench top model 30 21 Osmometer Measuring Technology freezing point e Automatic calibration by simple operator command e Ice should not form in the lower cooling system e Rapid Measuring Time e All measurements and calculations are microprocessor cont
64. o the bidding documents in every respect will be at the bidder s risk and may result in the rejection of bid G 4 Amendment of bidding documents e At any time prior to the deadline for submission of bids NIMS for any reason whether at its own initiative or in response to a clarification requested by a prospective bidder may modify the bidding documents by amendment e Amendments if any shall also be binding on all prospective bidders Even those who have already received down loaded the bidding documents e All the amendments will be notified in the NIMS website www nims edu in only e In order to allow prospective bidders reasonable time to take the amendment into account in preparing their bids the NIMS at its discretion may extend the deadline for the submission of bids 80 G 5 Period of validity of bids Bids shall remain valid for the 90 days In exceptional circumstances the NIMS may solicit the bidders consent to an extension of the period of validity The request and the responses thereto shall be made in writing The bid security shall also be suitably extended However a bidder granting the request will not be permitted to modify its bid G 6 Submission of bids Seperate Bid has to be submitted for each equipment with tender schedule fee processing fee and relevant EMD The bidders shall seal the pre qualification bid technical bid and financial bid as the case may be in separate envelopes duly marking the envelop
65. onstration if required in tender call Detailed technical documentation reference to various industry standards to which the goods and services included in vendor s offer conform and other literature concerning the proposed solution In particular the vendors should identify areas in which their solution conforms to open standards and areas that are proprietary in nature Justification about proprietary components in terms of functionality and performance should be given A statement about appropriateness of the product design and solution plan for operating conditions in India including physical infrastructure and human factors In the case of a bidder offering to supply goods under the contract which the bidder did not manufacture or otherwise produce the bidder has been duly authorized by the good s manufacturer or producer to supply the goods in India A statement of the serviceable life of goods and services offered by the firm Available sources of maintenance and technical support during the serviceable life Available sources of spare parts special tools etc necessary for the proper and continuing functioning of the goods and services for the serviceable life TT E 4 Preparation of financial bid Overview of financial bid The financial bid should provide cost calculations corresponding to each component of the requirements e Bid prices The bidder shall indicate the unit prices and the total bid price of the goods servi
66. otection 1 The equipment should have volumetric pump technology for delivery of fluid at any specific infusion rate on single tubing set The equipment should have magnetic induction heating system for instant heating of fluid and facilitates monitoring and display of real temperature of fluids The equipment should have dual air detection sensor for high safety of patient The equipment should have facility to detect air of fluid bags to prevent entering of air in the system The equipment should have facility of automatic air purge for removal of any out gassed air to prevent entering to patient line The equipment should have operator controlled bolus infusion key for rapid response in critical situations The equipment should have line pressure control sensor for restriction of the flow in case of line occlusion and stop the delivery of fluids for patient safety The equipment should have re circulate mode for pre warming of fluids during transport The equipment should have interactive on board display system which display information about rate of infusion total volume infused real temperature of fluids line pressure etc 23 14 3D LAPAROSCOPY SYSTEM S No Specification Requirement l Type Rigid Rod Lens 2 Degrees of endoscope Thirty degrees 3 Accessories 3D glasses polarized Camera holder for trolley 4 Image management 3D Full HD CCU with USB key board 32 inch full HD 3D medi
67. p 3 Liter Sonicator with Heater 64 Warranty amp Service e Suppliers have to include 2 Years Comprehensive Warranty cost including Spares amp Service in their main offer only Others e The supplier must provide Application based training for the users on the usage of instrument and support for analysis after the installation at our site e The supplier must demonstrate that it has a proven appropriate set up and capability to provide after sales service efficiently and effectively e Software upgrades like version ups if any should be done without any cost e All modules must be GLP compliant e A declaration of System Validation certificate must be provided 71 PCR MACHINE Technical Specifications 1 Universal Block for 96x0 2ml PCR Tube 71x0 5ml PCR Tube One 8x12 PCR plate with two blocks of 64 and 32 wells each 2 Normal PCR with sharp accuracy and with an optional gradient block if suitable to fit 3 Gradient PCR capable of testing different temperatures simultaneously across a gradient range of 1 20 C 4 Temperature control range from 4 C to 99 C 5 Lid Temperature range 37 110 C 6 Block Temperature Accuracy 0 2 C 7 Temperature control speed approx 3 C s heating amp 2 C s cooling 8 Intuitive Graphic programming with larger display 9 Administrator and user login with or without PIN for enhanced security 10 Preprogrammed template for easy selection from protocols 11 Adjustable ramp rate
68. plying to the Standard EN 60 601 1 21 12 RADIO FREQUENCY ABLATION S No Particulars l Radio frequency energy generator 2 Accessories Foot switch Water container Pump Connector bark 3 Cart and cart kit 4 Single and cluster electrode kits of each size one quantity at installation and able to supply electrodes of varying sizes on demand Important Note in the expert committee meeting it was suggested that instead of going for RFA system to consider buying Micro wave Ablation system Hence the specifications of Micro wave Ablation were attached Microwave ablation system S No Particulars Qty 1 Micro wave ablation generator 1 2 Microwave ablation pump 1 3 Microwave ablation cart 1 4 Microwave ablation percutaneous l antennas 5 Microwave ablation surgical 2 antennas 6 Microwave ablation pump tubing 1 and chamber 22 13 RAPID INFUSION SYSTEM S No Specification Requirement 1 Infusion rate 0 1000ml1 min 2 Power Magnetic induction of heat with real time monitoring 3 Sensors Air bubble 2 Fluid pressure Rate Valve activation Door open 4 Pump Peristaltic pulsatile 5 Portability IV stand mount or over the unit mount 6 Battery Internal rechargeable portable 7 _ Temperature sensor Infrared probe 8 Warming Automatic uniform 9 Computer control Over ride pr
69. retion discuss with vendor s 82 available at this stage to clarify contents of financial offer However price bids of the bidders may be compared with price finalized by other Government agencies and in case bid price is higher bidder may be asked to match lower price Equipment cost with one year warranty and seven years maintenance charges will be taken into account for arriving L1 Bidder If AMC CAMC is not required for any equipment L1bidder will be arrived only on equipment price H 4 Contacting NIMS e Bidder shall not approach NIMS officer s outside of office hours and or outside NIMS office premises from the time of the tender call notice to the time the contract is awarded e Any effort by a bidder to influence NIMS officer s in the decisions on bid evaluation bid comparison or contract award may result in rejection of the bidder s offer and bidder may also be marked as ineligible for future bids If the bidder wishes to bring additional information to the notice of the NIMS it should do so in writing only H 5 NIMS right to vary quantities at the time of award NIMS reserves the right at the time of award to increase or decrease the quantity as indicated in tender call from the quantity of goods and services originally specified in the specification without any change in unit price or other terms and conditions H 6 NIMS right to accept any bid and to reject any one or all bids NIMS reserves the right to a
70. rip plates Should use halogen light source and two spare bulbs should be provided Should have internal thermal printer and 5 rolls of thermal should be supplied along with the unit Should have external printer connectivity option Should work with input 200 to 240Vac 50 Hz supply 60 63 ELISA WASHER 1 Should have capability to wash flat U or V bottomed micro plates or 8 or 12 well strip plates 2 Should have 8 or 12 way manifold 3 Should have 25 wash program memory or more 4 Should have programmable washing time volume and soaking time 5 Should have minimum 6 wash cycles 6 Should have continuous operating cycle 7 Should have residual volume less than 5ul 8 Should have removable and autoclavable plate carrier 9 Should have in built vacuum and dispensing pumps to ensure accurate and quite washing 10 Should have waste bottle with full bottle alarm or sufficient mechanism to avoid spillage and damage to equipment 11 Should have solution based wash buffer intake 12 Should work with input 200 to 240Vac 50 Hz supply 13 Should be supplied with online pure sinewave UPS of sufficient capacity with minimum 30 minutes back up time and dust cover for both machines 14 Should have safety certificate from a competent authority CE FDA US STQC CB certificate STQC S certificate or valid detailed electrical and functional safety test report from ERTL Copy of the certificate test report shall be produced
71. ro driver One Rs 50 000 with Cutting Tools 95 54 Microbiology Walk in Cold Room One Rs 6 250 55 do Bio Safety cabinets Type 2 A2 6 Rs 46 500 Six 56 Transfusion REFRIGERATOR for storage of 01 Rs 12 500 Medicine Packed Red cell Whole blood 57 do DOMESTIC REFRIGERATOR 3 Rs 4 500 For Storage Of Reagents 58 do CENTRAL TEMPERATURE 1 Rs 5 000 MONITORING SYSTEM 59 do NEEDLE DESTROYER 2o eee 60 do PLATELET AGITATOR WITH 2 Rs 15 000 INCUBATOR 61 do DEEP FREEZER 4 Rs 40 000 TEMPERATURE RANGE 40 C 62 do AUTOMATED ELISA READER 1 Rs 15 000 63 do ELISA WASHER 1 Rs 5 000 64 do MICRO PIPETTES 5o oO 65 do INCUBATOR Lo 66 do LAB CENTRIFUGES 3 67 do HOT AIR OVEN Lf ee eeene 68 do AUTOMATED BLOOD 1 Rs 62 500 COMPONENT SEPARATOR 69 do TUBE SEALER 2 Rs 22 500 70 CP amp T HPLC Instrument One Rs 87 500 71 Dr Vijay Kumar PCR machine 1 Rs 18 750 Project 72 do Denaturing Gradient Gel 1 Rs 10 000 Electrophoresis 73 Cardiology 3 Channel ECG Machine 10 Rs 33 840 Ten 74 do Multi channel Monitor 36 Rs 2 83 500 Thirty Six 75 do Single Chamber Temporary Pulse 10 Rs 25 000 Generator 76 Hospital 100 ETO Sterilizer 1 Rs 62 500 Administration 77 Neurosurge
72. roduct services and satisfactory performance for the last three financial years Note Relevant documents in support of above should be furnished Important limits values related to bid Item Description Bid Validity Period 90 days from the bid opening date Maintenance Period Warranty 1year Post warranty 7 years Period for furnishing performance security Within 15 days from the data of receipt of Purchase Order Performance security value 6 of contract value Performance security for 60 days beyond warranty period warranty period validity period Period for signing contract Within 15 days from the date of receipt of Purchase Order Warranty period 3 years from the date of successful installation of goods at users site Minimum Up time for 95 calculated over 3 months period equipment AMC or CAMC Performance Security Value and validity period 10 of contract value and valid for 60 days beyond AMC or CAMC period Payment terms Part payment On delivery at user 81 site complete On successful 10 installation commissioning complete Training of the Institute 5 personnel End user certification 4 LD for late deliveries 0 5 of value of late delivered goods per week or part there of if the delay is directly attributable to suppliers Maximum LD for late deliveries 10 of value of late delivered goods Penalty for fai
73. rolled e Should have minimum sample volume e Disposable plastic measuring vessels e Automatic error detection and display e Data output for transmitting the results to the laboratory PC e Printer date time sample number and result should be printed 31 22 PCR Machine e Multiplex capabilities 5 target per tube e Thermal system Solid state and petlier bag e Tube formats e Filters 4 filters Minimum e Excitation range 350nm to 750 nm e Emission range 350nm to 700nm e Temperature change rate Upto 2 5 C per second e Temperature Range 4 C to 99 C e Gel documentation system e Suitable UPS 32 23 Refrigerated Centrifuge Temperature 10 to 4 C Maximum Speed upto 20000 RPM Programmability of speed temperature and time Four Rotor heads for sample size of e 0 2 ml for PCR e 1 5ml e 5ml e 115ml Rotor Type Angular and swing out Temperature and speed display Safety lid interlock Imbalance detector with cut off Over heating cut off for motor protection 33 24 SDS PAGE System Vertical electrophoresis unit for PG practical lab with the following Glass Plates 10 X 8 cm 4 sets Comb 1mm thickness 10 wells 4 No s Comb 1 5mm thickness 10 wells 4 No s Spacer 1mm thickness 8 No s Spacer 1 5mm thickness 8 No s Gel casting Stand 2 No with required no of Supporting clamps screws and clips Casting Side Supports 2 No s Supporting frames 4 No s SDS PAGE Tank 2
74. ry Neuro Endoscope System 1 Rs 87 500 78 Radiology Mammography System Analog l Rs 1 00 000 79 Orthopaedics C Arm 1 Rs 1 00 000 96 Annexure 2 Performance security form To be issued by any nationalised or scheduled bank in India and having at least one branch in Hyderabad To Executive Registrar NIMS Hyderabad WHEREAS ssusicusssunsetstenvivonts Name of Vendor hereinafter called the Vendor has undertaken in pursuance of Notification of Award dated Date to supply RAET E called the Contract AND WHEREAS it has been stipulated by you in the said Contract that the Vendor shall furnish a Bank Guarantee a recognised bank for the sum specified therein as security for compliance with the Supplier s obligations in accordance with the Contract WHEREAS we have agreed to give the Vendor a Guarantee THEREFORE WE hereby affirm that we are Guarantors and responsible to you on behalf of the Vendor up to a total of Rs 0 0 Rupees and we undertake to pay you upon your first written demand declaring the Vendor to be in default under the Contract and without cavil or argument any sum or sums within the limit of RS steccasansuns Amount of Guarantee as aforesaid without any need to prove or to show grounds or reasons for your demand for the sum specified therein This guarantee is valid until the day of Date Place Signature of guarantors Date and seal 97
75. sidered to be completed for the purpose of taking over until such manuals and drawings have been supplied to the user 85 1 4 Acceptance certificates NIMS is satisfied with the working of the system the acceptance certificate signed by the vendor and the representative of the NIMS User BME will be issued The date on which such certificate is signed shall be deemed to be the date of successful commissioning of the systems 1 5 Delivery and documents Delivery of the goods services shall be made by the vendor in accordance with the terms specified in the Schedule of requirements The details of shipping and or other documents to be furnished and submitted by the vendor are specified below e For Goods supplied from abroad e Within 24 hours of shipment the Vendor shall notify the NIMS and the Insurance Company by cable or telex or fax full details of the shipment including contract number description of goods quantity the vessel the bill of lading number and date port of loading date of shipment port of discharge etc The Vendor shall mail the following documents to the NIMS with a copy to the Insurance Company e Four copies of supplier s invoice showing goods description quantity unit price and total amount e 4 copies of packing list identifying contents of each package e Insurance certificate Manufacturer s Supplier s warranty certificate e Inspection certificate issued by the nominated inspection agency and
76. sing the bids shall be taken for comparison of tenders During the evaluation of financial bids if discrepancy is noticed between the figures and the words the later only will prevail E 5 Pre bid Meeting All the prospective bidders can participate in the Pre Bid meeting to seek clarifications on the bid if any Pre Bid meeting will be held in NIMS for the items specified as per the date notified 78 Section F F Bid evaluation procedure Bids would be evaluated for entire Schedule Bidders should offer prices for all the items of a Schedule and for the full quantity of all items in a Schedule failing which such bid will not be considered for evaluation If a vendor has any comment to offer about the procedural aspects of this tender it should be intimated to NIMS during the pre bid meeting in writing In case the schedule or procedure of tender processing is revised the revised schedule or procedure shall be binding on all No personal communication will be sent to bidder but the changes will be notified in the nims website www nims edu in The bidders will download the same F 1 Opening of bids Immediately as per the schedule date and time after the tender closing time the committee constituted by NIMS shall open the pre qualification bid and list them for further evaluation The Technical bids of only those bidders who qualify in the pre qualification bid will be opened After evaluation of technical bids the finan
77. tage stabilizer 160 240 V ISI stds UPS with one hour backup Maintenance free batteries 13 Standards FDS CE approval ISO certification Training of staff till familiarity with machine 11 APC _ COAGULATION UNIT _ALONGWITH ELECTROSURGERY UNIT INCORPORATED AS A SYSTEM SPECIFICATIONS 1 Argon Plasma Coagulation unit with Forced Pulsed amp Precise Argon Coagulation Mode and the APC should be controlled from the Electrosurgery unit 2 Argon Unit being offered should be able to perform Non contact procedure with no sticking of the instrument tip to the tissue Should offer Effective Even surface Coagulation for uniform hemostasis and de vitalization Should offer better dosage Argon gas for penetration depth Should have Minimal carbonization and smoke plume formation minimal pollution through unpleasant odours 3 Should have adjustable Argon flow rates and Automatic monitoring of argon supply 4 Should have facility for automatic flushing of Argon gas on Startup of the Machine 5 Should be supplied with one Argon gas cylinder and one pressure reducer 6 Microprocessor controlled Electrosurgery Unit with power output upto 300 watts with On Screen TFT Display and a visual display of actual power delivered to the tissue 7 Electrosurgery Unit should have facility to vary the intensity of delivery by changing the Effects 8 Should have facility for Monopolar Argon supported CUT COAG facility 9 The El
78. tement Place Bidder s signature Date and seal NOTE For every item appropriate remarks should be indicated like no deviation agreed enclosed etc as the case may be 111 Form K Fee details SI Description No 1 Tender Application fee instrument 2 Process Fee Instrument 3 EMD Instrument Place Bidder s signature Date and seal 112 Form L Financial Bid Cost of Equipment and Comprehensive Maintenance Charges in Rs Table I Sl Equipment Total Numbers Total Comprehensiv Net Present Value of No details Un Cost Total Purchase cost it for all maintenanc and Total Co Numb e charges Comprehensive st ers for 7 years Maintenance charges for 7 years 1 2 3 4 Total Table II Sl Equipment Total Numbers Total Annual Net Present Value of No details Un Cost Maintenance Total Purchase cost it for all charges for 7 and Total Co Numb years Comprehensive st ers Maintenance charges for 7 years 1 2 3 4 Total Place Bidder s signature Date and seal Note For the purpose of financial bid evaluation NPV of Purchase cost and maintenance charges shall be taken into consideration However payment will be made as per bid conditions 113 END OF DOCUMENT 114
79. teness of the sites before the installation of every goods hardware related item 1 27 Patent Rights The supplier shall indemnify the purchaser against all third party claims of infringement of patent rights trade mark industrial design rights arising from the use of the goods or part thereof 92 Bid letter form From Date Registered name and address of the bidder To The Director Nizam s Institute of Medical Sciences Punjagutta Hyderabad 500 082 Sir Having examined the bidding documents and amendments there on we the undersigned offer to provide goods services execute the works including supply delivery and installation of goods in conformity with the terms and conditions of the bidding document and amendments there on for the following equipments in response to your tender Notification No dated feeds Coeur Bidder s signature and seal 93 Annexure List of equipments S Department Equipment Qty EMD No 1 Neurology ICU EEG System One Rs 75 000 2 Neurology II Star Drive DBS Application One Rs 80 000 Project 3 Jeevandan Portable ABG machine Two Rs 12 500 4 do Portable EEG 32 Chananel One Rs 25 000 5 Nephrology Haemodialysis Machines 40 Rs 6 00 000 Forty 6 szid R O System with capacity of 2000 One Rs 50 000 litres hour 7 do Portable R
80. ternal 66cm Hg Increments 10 Irrigation flow Integrated Co axial 0 150 ml min Foot switch Controls Fragmentation 2 Irrigation and aspiration Hand pieces three nos Slim compact low Thermogenic internal irrigation 1 23 25 KHz macro HF hand piece with Monopolar coagulation short angled Tip outside inside approx 3mm 2mm outside irrigation central suction 2 23 25 KHz macro HF hand piece with Monopolar coagulation short angled Tip outside inside approx 2mm 1 mm outside irrigation central suction 3 23 25KHz laparoscopic hand piece Tip outside inside approx 3 5mm 2 5mm inside irrigation central suction Console controls The console should possess the following controls 1 Power 2 Irrigation and 3 Aspiration Container Should have container with 2 3 litres capacity with level sensor amp anti overflow system 10 Accessories and spare parts HF electrosurgical unit Integrated Monopolar function Integrated Bipolar functions Power cable Electrosurgery unit should be supplied with the following items RF hand piece Earthing cable 1 Patient plate 0 Reusable 2 Monopolar cable 3 Bipolar cable 4 Bipolar forceps amp RF hand piece 11 Environmental features Storage temperature 0 50 Working temp 20 30 Humidity up to 70 12 Power supply 220 240 V amp 50Hz Resettable over current breaker Vol
81. the Supplier s factory inspection report and e Certificate of origin The above documents shall be received by the NIMS at least one week before arrival of Goods at the port or place of arrival and if not received the Vendor will be responsible for any consequent expenses e For Goods from within India Upon delivery of the goods to the NIMS the vendor shall notify the NIMS and mail the following documents to the NIMS e Four copies of the Vendor invoice showing goods description quantity unit price total amount e Manufacturer s or Supplier s warranty certificate e Inspection Certificate issued by the nominated inspection agency and the Supplier s factory inspection report e Certificate of Origin 86 e Insurance policy e Excise gate pass Octroi receipts wherever applicable duly sealed indicating payments made and The above documents shall be received by the NIMS before arrival of the Goods except deliver note and where it is handed over to the NIMS with all documents and if not received the vendor will be responsible for any consequent expenses 1 6 Insurance It is suggested that the goods supplied under the contract shall be fully insured in a freely convertible currency against loss or damage incidental to manufacture or acquisition transportation storage and delivery up to user site The insurance should be for replacement value from Warehouse to warehouse final destination on All Risks valid for a per
82. the goods country of origin shall apply Such standard shall be the latest issued by the concerned institution I 2 Performance security On receipt of Purchase Order the Vendor shall furnish performance security to NIMS 6 of the cost of the equipment supplied in terms of Bank Guarantee in favour of the Director NIMS in accordance with Tender Schedule requirement The proceeds of the performance security shall be payable to the NIMS as compensation for the supplier s failure to complete its obligations under the contract The performance security shall be denominated in Indian rupees and shall be in one of the following forms e A bank guarantee or Demand Draft DD issued by a reputed bank located in India with at least one branch office in Hyderabad in the form provided in the bidding document or another form acceptable to the Director NIMS or 1 3 Manuals and drawings Before the goods and services are taken over by the user the Vendor shall supply operation and maintenance manuals together with drawings of the goods and services where applicable The Vendor shall provide complete technical documentation of hardware firmware all subsystems operating systems compiler system software and the other software The manuals and drawings where ever applicable shall be in English At least one set of the manuals should be supplied for each installation sites Unless and otherwise agreed the goods and services shall not be con
83. ts after the sealing Should be simple to handle To be operational on 220 to 240 V at 50 Hz 70 The specifications for HPLC Equipment SPECIFICATIONS Quaternary Pump suitable for Micro Analytical amp Semi Prep flow rates e The flow rate setting range 0 001 to 10 ml min e Flow rate accuracy 1 e Flow rate precision less than 0 075 RSD e Pressure setting range more than 5000 psi e Maintenance kit amp Automatic Rinsing kit for seal wash must be supplied Low pressure quaternary gradient valve e Concentration accuracy 0 5 e Maximum Mixing up to 4 solvents Online Degassing Unit 4 channel degasser Degassed Flow Line Capacity 380ul or better Operating Temperature range 4 to 35 deg C DETECTORS a PDA Detector Wavelength range 190 nm 800 nm No of diode elements 512 Built in temperature controlled flow cell temperature range from 5 2C above room temperature to 50 C Wavelength accuracy 1 nm Drift lt 5 x10 AU Hour Noise Level 0 6x10 AU Flow cell volume 10ul with 10mm path length Linearity of 2 0AU ASTM method b FLUORESCENCE DETECTOR Light source Xenon lamp Wavelength range 200 650nm 63 Wavelength accuracy 2nm Wavelength reproducibility 0 2nm S N Water Raman Peak S N 1200 AUTO SAMPLER Injection speed 10sec 10ul Carry over lt 0 005 max PEEK coated needle inner amp outer surface Injection Volume settin
84. ubs d Should have the provision to burn the needle amp to cut the syringe tips e Should have a High Carbon Steel Cutter to cut syringes f Should be able to destroy needle in the range of 18G 24G g Should be able to destroy minimum of 5 injection needles on continuous operation h Should have a Heavy Duty Transformer and works on 220 240 Vac 50 Hz electric supply i Should have a Power On Off switch and an indication for power j Should be properly insulated for the protection from electrical hazard k Should provide with 5 Nos fuse of adequate rating 58 60 PLATELET AGITATOR WITH INCUBATOR 61 DEEP FREEZER TEMPERATURE RANGE 40 C ao op gt ma oO Capacity 80 100 Platelets Bags holding Capacity Temperature 22 25 C Oscillation 60 75 cycles per minute Temperature controller Micro controller based Temperature controller Agitator 230V AC induction motor with agitating mechanism Outer body MS powder coated Inner body Stain less Steel AISI SS 304 Trays Minimum 6 Removable Trays for easy handling Chart Recorder Weekly circular Chart Recorder Should have safety certificate from a competent authority CE FDA US STQC CB certificate STQC S certificate or valid detailed electrical and functional safety test report from ERTL Copy of the certificate test report shall be produced along with the technical bid Capacity 450 litres to 500 litres Refrigeration system Cascade
85. uld provide following measurements Mandatory Blood gases pH PO2 PCO2 Electrolytes Na K Calculated Parameters Base excess HCO3 Optional Metabolites Urea Creatine 4 Computer Interface Data Entry Touch Screen Output on Screen and Print Password Protection Easy Operator interaction Display of error Measurements Trouble shooting Quality control check codes displayed on screen Quality check calibration automated amp manual should run at room temperature Preparation time for setup less than 15mts Short analysis time and measurements cycle time At about 60sec MCT about 3min Warranty 1 yr with extended warranty Power supply Mains and Battery powered Downtime minimal Analyser replacement within 24hrs customer Technical support service 24hrs 4 PORTABLE EEG MACHINE 32 Channel 1 PC based system 2 Complete Laptop with Win 7 Operating Software Wireless mouse and keyboard 500GB Hard Disk 4 GB RAM DVD writer Ethernet card for networking an efficient patient data management software and data archiving facilities facility for modem connectivity and transmission by electronic communication and DICOM compatible 3 Number of EEG Channels should be 32 such that any two channels can be configured as Bipolar AC or DC through software 4 Facility for simultaneous sampling of all EEG channels and multiple sampling rates 5 Networking facility 6 DICOM compatible 7 24 hour monitoring
86. wn travel 4 45 cm 5 C arm FWD REW travel 5 20 cm 6 C arm swiveling 6 12 5 Degrees Easy mobility and easy portability 14 X ray Generator 1 Control system 1 Inverter system 2 Fluoroscopic tube current 2 Maximum 9mA 3 Exposure rate 3 2 15 FPS EIA 1 7 12 5 FPS CCIR 4 Radiographic tube current 4 Maximum 20 mA 5 Radiographic voltage range 5 40 110 K C 6 Radiographic mAs 6 200 mAs 15 X ray Tube 1 Focus size 1 0 6 mm 2 Thermal capacity 2 100 kHU 3 LI 3 9 inch 16 X ray T V System CCD Camera 1 EIA 525 lines 2 CCIR 525 lines 3 Inter race 75 100 110 120 Volts 10 or 200 220 230 240 V 10 50 60 HZ 3 5 kVA 17 Power supply Single Phase 76 Section E E 1 Bidding procedure Bids shall be submitted in three parts Pre Qualification Bid Technical Bid and Financial Bid E 2 Preparation of Pre qualification bid It shall contain of the following parts General business information Turnover details Major clients details Service centre details Past performance details Declaration Form Financial Capacity of bidder Bid security EMD Processing fee amp cost of tender schedule Any other information required as per Tender Schedule E 3 Preparation of technical bid It shall consist of the following parts Technical documentation confirmation to technical specifications etc Plan for in lab proof of concept if required in tender call Plan for field dem
Download Pdf Manuals
Related Search
Related Contents
Mac Audio Mac Mobil Street 915.2 SIM900_Multiplexer User Manual_Application Note_V1.3 Incubation toulouse I SCIOPTA - Real CM106BE Tripod - Campbell Scientific Guida dell`utente Best Data DIAMOND Mini Rocker Copyright © All rights reserved.
Failed to retrieve file