Home
Tender Invited for EquipmentInstrument , Chemical & Reagent
Contents
1. m 46 Catalogue of Items Should have safety certificate from a competent authority CE FDA US certificate or valid detailed electrical and functional safety test report from IEC Copy of the certificate test report shall be produced along with the technical bid SI No 39 OPH Eq 13 Synoptophore Technical Specification Pupil Adjusting Distance Hemispherical projection perimeter Chinrest Height from eyepiece tube 90 degrees temporal 70 degrees superior inferior Haidinger s brushes device Wei RI Car 5 5 V 8 5 H R2 Garage 11 V13 H 1 Fusion White Bind 4 Sets W1 2 Rabbit 11 S W3 4 Elephant 6 S W5 6 Bear 7 S W7 8 Bubble Car 4 V 8 H Stereopsis Yellow Bind 3 Sets Y1 2 Wicket Ball 10 V 3 H Y3 4 Seal Balanced Balls 6 V 5 H Y5 6 Airplane and Four Parachutes 17 V 15 H GI RedCircle 3 5 O G2 Green Square 6 5 S G4 Arrow Special Blue Bind 1 Set Bl B2 After Image Vertical Lines After Image Horizontal Lines SI No 48 OPH EQ 22 Phacoemulsification Technical Specification of Phacoemulsification Unit Ultrasound 47 Catalogue of Items Phacohandpiece 6 crystal Frequency 28KHz with auto tuning Power 1 to 100 in steps of 1 max deflexation 1 2um Vacuum 0 600 mmHg 5mmHg increments Flow rate 1 50 ml min 1 ml min increments
2. Warranty Sl No 119 MICRO EQIP 63 Biological Safety Cabinet LEVEL 2 Technical Specification e Technical Specifications for Biological Safety Cabinet based on Class II Type B 2 for BSL III work Body amp Dimension 1 Main body should be made of stainless steel 304 grade Heavy gauge 16 G 2 Table top and working zone should be made of stainless steel 304 grade Heavy gauge 14 G amp 16 G 3 Table top should be in two parts a Front perforated portion 4 in size b Non perforated working zone Table sunken type trough type for spillage management that can be lifted easily for cleaning below the table 4 Work Area should be approximately 48 x 24 x 27 4 feet in size with shutter opening of 489 mm 5 Overall Size of the cabinet should be approximately 52 x 35 x 74 6 Air Flow should be vertical down flow with 10096 exhaust 7 Cleanliness level should be less than 3 5 particles litre of 0 5 um and larger ISO 14644 1 8 Noise Level should be less than 65 db 9 Vibration level Less than 2 3 um 10 Average air flow should be 90 20 fpm down flow Standard Accessories 53 Catalogue of Items 1 HEPA filters should be MINIPLEAT with 99 99 efficiency for 0 3 micron with integral metal guards amp filter frame gaskets and manufactured in class 1000 super clean air conditioned environment for longer life 2 Air pressurization system should be statically and dynamically balanced fitted with special
3. 39 fold back clip for activating the paraffin flow with the embedding mold manually or via foot switch e The system should have two heated removable e Spacious amp heated work surface with paraffin drain system for interim storage of molds and cassettes e Suppliers should confirm direct after sales service with manufacturer s factory trained engineers and e Micro processor controlled bench top tissue embedder imported model excluding china with Catalogue of Items Power Zoom Power 2 00 1 Throw Dist m 3 5 6 0 Image Size cm 152 508 Optional Lenses No Digital Zoom TE Digital Keystone Vertical Lens Shift Horz amp Vert Warranty 1 Year Performance H Sync Range 30 0 70 0kHz V Sync Range 50 87Hz Compatibility HDTV 720p 1080i 1080p 60 1080p 24 1080p 50 576i 576p 625i 625p 1125i EDTV 480p SDTV 480i Yes Yes Component Video Yes Video Yes Digital Input Computers Display Type 2 cm 3 LCD Native Maximum Aspect Ratio Light Source 170W UHM Life X Eco Mode Life Quantity 1 Speakers n a Max Power HDMI Yes 1920x1080 Pixels 1920x1080 Pixels 16 9 HD Type 3000 hours 240W Voltage 100V 240V FCC Class Special RS232 Port 2 3 Pulldown B Special Warranty 116 MICRO IN ST 03 DIGITAL COLONY COUNTER 117 MICRO IN ST 04 Mc INTOSH FLIDES JAR 118 MICRO IN ST 05 GASPAK JAR Anae
4. 0 0t RUOIM 27 Catalogue of Items 36 Anterior chamber washout cannula 16G 37 Pearce hydrodissection cannula 25G 38 Kellanhydrodelineation curved beveled tip 25G 39 Jensen capsular polisher 23G 40 Knolle Pearce irrigating vectis 41 Silicone bulb with adapter 42 Sterilization box with two silicone mats 55 OPH EQ 29 Glaucoma Surgery set 1 Wire Speculum 2 Spatula double ended 3 Castrviejo caliper straight 4 Colibri forceps 1x2 teeth 5 Tying forceps curved 6 Towel clamps 7 Castroviejo corneal scissors 8 Westcott scissors 9 Vannas Scissors 10 Tenotomy scisspors curved 11 Bard Parker handle 3 12 Kelly Descemet s membrane punch 13 Harms trabeculotomyprobe right 14 Harms trabeculotomyprobe left 15 Rycroft air injection cannula 27 26 G 16 Anterior chamber washout cannula 16G 17 St Martin forceps 18 Mc Pherson tying forceps angled 11mm 56 OPH EQ 30 DCR Operation set 1 Lid retractor Desmarres 0 3 2 Cat Paw retractor 3 Mueller Lacrimal sac Retractor 4 Blade braker amp holder 5 Lacrimal sac dissector double ended blunt 6 Kerrison bone nibbling rongeur Bone punch 2 3 4 1 7 Rollet Rugine for lacrimal sac 8 Lang s lacrimal sac dissector 9 Bone guage 3 4 5 mm 10 Traquair elevator 11 Mallet for DCR 12 Nasal speculum 13 Pigtail probe double ended with suture holes 14 Lacrimal dialator set of 3 15 Bowman Lacrimal probe set of 4 16 Intubation set
5. 2 6 All the correspondences shall be addressed to the Principal College of Medicine amp Sagore Dutta Hospital 578 B T Road Kamarhati Kolkata 700058 3 Purchaser s Right to Vary Quantities at the time of Award The Purchaser reserves the right to vary the quantities and or services and or split the order among the selected Bidders 4 Purchaser s Right to accept any Bid and to reject any or all bids The Purchaser reserves the right to accept any bid to annul the tender process and reject all bids at any time without assigning any reason prior to award of Contract without thereby incurring any liability to the affected Bidder or Bidders or any obligation to inform the affected Bidder or Bidders of the grounds for the Purchaser s action 5 Bidder Qualification The bidder as used in the tender documents shall mean one who has signed the tender form The bidder may be either the manufacturer of the item for which prices are quoted on the price schedule or where the manufacturer does not sell his product directly his duly authorized representative in which case he shall submit a certificate of authority as per Model Proforma 4 All certificates and documents required in connection with the bid shall be furnished by the manufacturer authorized representative 6 Earnest Money 6 1 Earnest money shall be payable at the rate of Rs 5 000 Rupees Twenty thousand only for each set of item by way of demand draft pa
6. with antistatic wheel casters with lock Isolation transformer front lockable high grade of electrical insulation and earth protection 5 Ampere socket 8Nos inbuilt with trolley to connect all electronic devices C02 tank bracket should be integrated with trolley Potential equalization connection to be provided at least 8 points With water ingress protection UPS 3KV 1 No Suitable UPS with One hour backup time with SMF Batteries with Shine control Should be able to work on wide input range between 160 270 V AC at frequency between 50Hz 2Hz Should use PWM technology with power conversion with single transformer arrangements with an output of 220VAC 5 protection of overload short circuit and low battery Should have indication on front panel for mains load battery load battery overload low and MCB protection in case of short circuit ISI CE approved good quality Indian make HIGH DEFINITION DATA RECORDING DEVICE 1 MAX CAPTURE RESOLUTION The device should be capable to capture progressive scan images of a 1920 X 1080p b 1280 X 1024 c 1280 X 720 Resolution 2 Archiving options Images or video files of not less than 250 GB The same can be saved or print from the device 3 Video Inputs S Video Composite amp DVI 4 Video Output S Video Composite amp DVI 5 Remote Control Camera Head Triggering 6 Recording Formats MPEG1 MPEG2 HD Capable of recording 2 procedures at a time 7 Image Format TGA Jpeg 2K P
7. High pass filter 15 30 70 Hz and user definable Low pass filter 0 1 0 3 1 and 5 Hz STANDARD ACCESSORIES Disc electroide EEG paste Jar USB interface cable EEG trolly EEG software backup CD Electrode board Coloured camera Paper Rim A4 size Photic flash Ground wire COMPUTER BACKUP 19 Psy EQ 03 Biofeedback Machine SPECIFICATION OF BIOFEEDBACK MACHINE Provision of feedback on e GSR skin conductance e Temperature skin e Pulse Change in blood flow just below the skin surface e Respiration abdominal and thoracic e Electromyography EMG muscle tension e Electroel ncephalography EEG feedback brainwave activity Captured reading is reported visually and auditorily Description of modules i Temperature module measurement of skin temperature with a sensor attached to hand forehead by a headband Velcro strap Il Pulsemodule Measurement of pulse amplitude and frequency connected similarly temperature module iii GSR module Measurement of skin conductance by Velcro strap attached to palm iv Respiration module measurement of breathing attern by fastening breathing belt around thorax abdomen v EMG module EMG signals are detected with silver surface electrodes and amplified by amplifier viJEEG feedback Neurofeedback module used to amplify particular frequency of EEG wave Band details include DELTA THETA ALPHA SMR MIDRANGE BETA amp HIGH BETA Neurofeedback analysis and 3 D graphic games for feedback
8. Vacuum rise time Less than 0 6sec at 600mmHg vacuum and 50ml min flow rate Power modulations Continuous Linear Pulse Burst CMP Cool micro Pulse Pulse mode Pulse frequency 0 5 to 40 Hz Pulse duration 0 25 to 1800 ms Burst Mode Duration 10ms to 500ms Pause 2 sec to continuous Occlusion Mode Both flow rate and power can be regulated based on vacuum level of occlusion Phaco tip sizes 2 8mm 2 2mm amp 1 6mm optional Effective phaco time EPT Shows in increments of 0 1sec Phaco programme memories 3 nos 2 1 A Function Vacuum 0 600mm of Hg 5mm of Hg increments Flow rate 1 to 50 ml min 1 ml min increments Vacuum rise time Less than 0 6sec at 5 00mmHg vaccum and 50ml min flow rate Over ride function Allowing to increase the vaccum level over and above the set limit I A program memories 2 nos 3 Vitrectomy function Vitrectomyhandpiece Titanium Electrically driven guillotine cutter Cut rate Linear 30 to 1200cuts min and single cuts Vaccum 0 600mmHg 5mmHg increments Flow rate 1 to 50ml min 1 ml min increments Control Irrigation Aspiration Cut Or Irrigation Cut Aspiration Cutter tip sizes 20G 23G optional Vitrectomy Program 3 nos memories 4 Fluidics Pump system Peristaltic pump with venture like rise time Cassette amp tubing Fully autoclavable with integrated closed pressure sensor for fluidics control Reflux From bottl
9. amp SEAL Page 18 of 61 TENDER FORMS GOVERNMENT OF WEST BENGAL OFFICE OF THE PRINCIPAL COLLEGE OF MEDICINE amp SAGORE DUTTA HOSPITAL WEST BENGAL Tender for instruments amp equipment Chemical amp Reagent Charts amp Models for supply to the Medical Institutions for the period from to To The Principal College of Medicine amp Sagore Dutta Hospital I We submit the following Tenders for supply of during the year from to Cat Name of the Medl Name of Rate per unit inclusive of all duties Total amount Standard Additional offer if any at Remarks No equipment Mfg of taxes amp charges etc and at least One Inclusive of all warranty free of cost in connection along with Model the item year standard warranty including all taxes amp charges period with the running of the No Brand Name with country potential cost for running the equipment at the final offered equipment offered of origin except VAT in figure and words destination 1 2 3 4 5 6 7 8 We have gone through the terms amp conditions of Tender and hereby agree to abide by them The information submitted herewith are true to my knowledge and belief N B 1 Rate included Delivery Charges of the institute 2 All the column must be filled in by the tenderer N A may be noted against the column which is not applicable 3 Price offered in column no 5 will be compared for competitive price Signature of Tenderer with Seal Page 19
10. b Pressure Controlled C Pressure Support d SIMV Pressure Control and volume control with pressure support e CPAP PEEP f Inverse Ratio Ventilation g Non Invasive ventilation Apnea backup ventilation Expiratory block should be autoclavable and no routine calibration Required Nebuliser with capability to deliver particle size of 3 micron amp to be used in both Off and On line Automatic Patient Detection facility preferable Medical Air Compressor a Stand alone Medical Air compressor b Snap fit with the Ventilator module to provide an oil free Medical air c Peak output flow should be minimum 160 LPM d Air quality should comply with ISO compressed air purity class e Medical Air Compressor should automatically activate in the event of wall air supply loss f Replacement of internal filters should be performed without removing the compressor g Should have washable air filter Technical Specifications for reusable face mask amp nasal mask Reusable face amp nasal mask with textured dual flap silicone cushion flap for easy fit Removable forehead support and pad to match the angle of patient s forehead Stability Selector for easy fit and angle headgear attachments Should be autoclavable Battery back up for minimum 1 hour System Configuration Accessories spares and consumables ICU Ventilator 01 Adult and Paediatric autoclavable silicone breathing circuits 01 Each a Reusable Masks Small Medium L
11. 1 999 sec 7 Performance sequence should be either on whole plate Plate Mode or strip by strip Strip Mode 8 It should offer the possibility to present physical parameters and well shape round or flat bottom of the used micro palte up to 10 and store this information under freely definable names 9 Application aspiration should be performed at the edge of the well alternating from one side to the other or in the centre when using round bottom plates 10 Residual volume well should be less than 2 ul 11 The desired number of cycles as well as the interval time between the steps should be freely definable 12 Necessary sequence should be defined as a combination of single steps which are freely adjustable by setting the corresponding parameters 13 The result of the washing procedure may be intensified by an optional wash cycle limited to the bottom area bottom wash 14 Aspiration should prevent an overflow of the well contents 15 A variety of pre programme washing procedures should cover the majority of standard applications Catalogue of Items 16 This should be able to be used as COOMBS WASHER with vertical and Horizontal movements performed with 0 1 mm steps 17 Voltage stabilizer should be provided 18 Electrical connection 220 volts 50 Hz SI No 125 Gynae EQ 03 Laparoscope amp Accessories Technical Specification Full High Definition Three Chip Camera System 1 Camera should feature a 1280
12. 10 or 5Usteps PD Measurement range 20 85 mm in Imm step Standard output weight height and power supply 37 OPH EQ 11 Ultrasonic A Scan machine for Biometry a Probe 1OMHz with fixation red light b Resolution 0 01 mm c Biometry accuracy lt 0 06mm d Gain 298dB with adjustable range of 0 59dB e Measuring range 15 39mm f Measuring parameters Anterior chamber depth Lens Thickness Vitreous length and Axial Length g Measuring modes Automatic for Normal Dense cataract Aphakia and Pseudophakia Mannual h 8groups of standard deviation i IOL Power calculations SRK T SRK II BINKHOST ILHOLLADAY HOFFER Q and HAIGIS j Save upto 50 groups of IOL calculation results and 4 groups of IOL constants 38 OPH EQ 12 Visual Field Analyser 1 Max Temporal Range 89 degree 2 Stimulus duration 200ms 3 Visual field testing distance 30cm 4 Background illumination 31 5 ASB 5 Threshold Test library 24 2 30 2 10 2 macula 60 4 nasal step 6 Threshold test strategy SITA Standard SITA Fast Full threshold Fastpac with without SWAP 7 Fixation control HeijiKrakau Blind Spot monitor Gaze Tracking Head Tracking Vertex Monitoring Remote Video Eye Monitoring 8 Stimulus White on white Red or blue on White Blue on Wellow SWAP 9 Stimulus Size Goldman I V 10 Foveal threshold test 11 Automatic Pupil Measurement 12 Software Features Single field analysis Glaucom
13. 103 PATH_EQ Automated Essential 1 haematology 1 Twenty six 26 parameters with results for abnormal analyser 5 part with immature cells reticulocyte count 2 Should display and print parameters including histogram with auto smear 3 Sixty 60 samples per hour maker and stainer 4 Stat sampling on open or closed tubes 5 CBC and CBC diff 26 parameters 6 Micro sampling 7 Should have prediction mode for paediatric sample 8 Customized dilution ratio CDR 9 Cyanide free reagent for Hb estimation 10 Electrical impedance for RBC Platelets WBC 11 Should have enhanced WBC platelet measuring range to accommodate high WBC platelet counts in case of leukaemia blood bank samples 12 Should have memory for maximum test results 13 Internal and external bar code readers 14 Integrated validation station 15 Delta check 16 Unidirectional and bidirectional connections 17 Power requirement AC 100 240V 50 60Hz 18 Operating environment Temp 15 30 degree C Humidity 30 85 19 On board quality control management 20 Contextual help on board user manual 21 User certification 22 Interphase 23 Instrument should be new 24 After sales service should be best in industry with service engineer application specialist based in Kolkata 25 AMC should be available calibration certificate to be given every 6 months 26 Should be supplied with sample mixer internal or externally attachable printer
14. 74mm d Soft Touch Controls All key adjustment controls feature soft touch surfaces for precise and positive adjustment control 28 OPH Eq 03 Streak Retinoscope a External focusing sleeve which is easy to grip and manipulate b Crossed linear polarizing filter c One hand operation for streak focus and 360 streak rotation d Interchangeable to plane mirror and concave mirror mode by sleeve movement e Light halogen Xenon streak lamp f Spares Extra bulbs amp bulb holder 29 OPH Eq 04 Gonioscope mirror a 2mirror and 4 mirror with handle goniolenses 30 OPH Eq 05 OPH Eq 06 31 90D amp 60D lenses Applanation tonometer a Patented double aspheric glass optics provide enhanced imaging b High magnification lens for detailed optic disc and macula imaging a Measuring force generated by leverage weight b Measuring range 10 80 mm Hg c Measurement divergence of the force Impingement on the measuring prism over a measuring range from 0 58 84mN d Standard divergence 0 49mN lt 3s lt 1 5 of rated value e Reverse span lt 0 49mN f 3 prism cone tips available g Direct reading from scale h Accurate calibration system 32 OPH Eq 07 Perkins Tonometer 33 OPH Eq 08 Vision testing drum a manual rotating illuminated b Four language test chart contains any four languages out of these dots English any regional language Bengali numbe
15. I P Packet of 500 gms Carton of 20 1 carton Packets PATH RE 6 Leishman Stain Container of 25 gm Carton of 10 cont 1 carton PATH RE7 Hydrogen Peroxide I P Bottle of 500 ml Carton of 10 1 carton Bottles PATH RE 8 Coombs Fluid 10 ml Bottle of 10 ml Carton of 10 1 carton Bottles PATH RE9 E D T A Powder packet of 500 gm Carton of 10 1 carton Packets PATH RE 10 Immersion Oil Bottle of 30 ml Carton of 10 1 carton Bottles PATH RE 11 Acetone Jar of 4 liters Jar of 4 liters 5 PATH_RE 12 Paraffin Wax 60 c X 62c Packet of 60c X 62c Carton of 20 1 carton Packs PATH RE 13 Paraffin Wax 58 c to 60c Packet of 58c X 60c Carton of 20 1 carton Packs PATH RE 14 Enzymatic Detergent Solution Bottle of 1 liter Carton of 10 1 carton Bottles PATH RE 15 Acid Hydrochloric L G Bottle of 2 5 litres Bottle of 2 5 litres 5 PATH RE 16 Methylene Blue Bottle of 500 gms Bottle of 500 gms 5 PATH RE 17 Acid Nitric L G Bottle of 2 5 litres Bottle of 2 5 litres 2 PATH RE 18 Acid Sulphuric L G Bottle of 500ml Bottle of 500ml 2 PATH RE 19 Blood Group Anti A serum LP Bottle of 10 ml Bottle of 10 ml 5 PATH RE 20 Blood Group Anti B serum I P Bottle of 10 ml Bottle of 10 ml 5 PATH RE21 Blood Group Anti D serum LP Bottle of 10 ml Bottle of 10 ml 5 PATH RE 22 Disodium Hydrogen Phosphate Bottle of 500 gms Bottle of 500 gms 5 A G PATH RE 23 Eosin water and alcohol soluble Bottle of 10 gm Bottle of 10 gm 10 PATH RE24 Ferric Chloride an
16. Mention a specific by full No and Quantity of ordered Attach a copy Completion of indicating been satisfactorily installation in hospital Address of dated equipment of last order delivery reasons for functioning Attach institution under the Purchaser mentioning the name executed As per Actual late delivery a certificate from the Govt of West Bengal Purchasers manufacturer brand Contract if any Purchaser G O I within the State name model no etc of W B if any 1 2 3 4 5 6 7 8 Signature and Seal of the Tenderar Page 14 of 61 Model Proforma 7 PERFORMANCE SECURITY FORM FOR BANK GURANTEE To Name of Purchaser WHEREAS 5er ee eroe a aTa ged CADET Name of the Supplier herein called the Supplier has undertaken in pursuance of Contract to supply ssssss Description of Goods and Services hereinafter called the Contract AND WHEREAS we have agreed to give the Supplier a Guarantee THEREFORE WE hereby affirm that we are guarantors and responsible to you on behalf of the Supplier upto A tOtal OE conie iieri tite eere serene s eee ke E ER Amount of the Guarantee in Words and Figures and we undertake to pay you upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or arguments any sum or sums within the limit Ob o Ar RI Rude Amount of Guarantee as aforesaid
17. Power and battery backup min 45 minutes Wide base trolley with extra stability for flexible monitor combinations atleast gas monitorfor volatile agents Solid spacious design with large drawers trolley version only CLIC absorber compatible 29 Catalogue of Items Desirable feature e Supports all major ventilation modes e Optional wall or ceiling versions e High contrast monitor with color option e Patient monitors and mounting solutions e Breathing system with integrated heater 68 Anaes EQ 02 Ventilator High End 1 C U Specification Follows 69 Anaes EQ 03 ETO STERILIZERS Specification Follows 70 Anaes EQ 04 FIBEROPTIC BRONCHOSCOPE WITH LIGHT SOURCE AND CAMERA FIBER BRONCHOSCOPE 1 Should have minimum 100 field of view 2 Should have a depth of field of 3 to 50 mm 3 The insertion tube should have maximum 6mm diameter 4 Should have at least 180 upwards and 130 downwards angulations 5 Should have a working length of 600mm 6 Should have an instrument channel of at least 2 2mm inner diameter 7 Should have a light guide illuminating system 8 Should be supplied with all standard accessories including different type of biopsy forceps cleaning brushes and storage box DIGITAL CAMERA SYSTEM 1 Should be a single chip camera technology 2 Should have two composite video outputs and one S video output 3 Should ha
18. Rights The Supplier shall indemnify the Purchaser against all third party claims of infringement of patent copyright trademark license of industrial design rights software piracy arising from use of the goods or any part thereof in the purchaser s country 27 Payment 100 payment will be made after supply installation and satisfactory demonstration of the said equipment 28 Packing and Marketing Best trade packing suitable for Rail Road Air Sea transit shall be used subject to packing and marking being acceptable to the Inspecting Authority a The supplier shall provide such packing of the goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the contract Packing case size and weights shall take into consideration where appropriate the remoteness of the Goods final destination and absence of heavy handling facilities at all points in transit b The packing marking shall show the description of quantity of contents the name of the consignee and address the gross weight and distinctive number of mark sufficient for purpose of identification Each package shall contain 1 A packing note quoting the name of the purchaser 11 The number and date of Purchase order iii Nomenclature of the goods iv Schedule of parts of each complete equipment giving part number with reference to assembly Page 8 of 61 Notwithstanding anything stated in this clause
19. Standard accessories e EEG electrodes e EMG electrodes e GSR electrodes EEG paste e Jelly e Pulse transducer e Respiration belt Temperature transducer Software backup CD 23 Catalogue of Items COMPUTER HARDWARE BACKUP 20 Psy EQ Alcohol Breather 04 Machine with inbuilt printer 21 Psy EQ Glucometer strip 05 22 Psy EQ Psychometric 06 tests These include e Rorschach ink blot test Thematic apperception test Indian modification Seguin form board Vineland soc ial maturity scale e Colour progressive matrices Standard progressive matrices e Malin sintell igence scale Wisconsin card sorting test Comprehensive trail making test e Tower of London test Stroop color and word test adults and children Bendre visual motor gestalt test edition ll Department of Radiology 23 Radio Eq 01 Ultrasound Machine Specification follows Department of Forensic Medicine amp Toxicology 24 FMT EQ Mortuary To be purchased 6 body cooling chamber x 8 such for storage of Cabinet Cooling pa 01 Size of Tray 2100 2200 mm length x 500 600 mm breadth x chamber for 300 450 mm height deadbody storage Dimension 2500 2700 mm x 1600 1700 mm x 1900 2000 mm Temperature range 0 40C Other features Must have rust proof coating paint Must be equipped with temperature indicator Refrigerat
20. and CE of the quoted model b Manufacturer should be ISO certified for quality standards c Shall meet IEC 60601 1 2 2001 General Requirements of Safety for Electromagnetic Compatibility or should comply with 89 366 EEC EMC directive Technical Specifications Standard hinged arm holder for holding the circuit Colored TFT screen 12 Inch or more Facility to measure and display a 3 waves Pressure and Time Volume and Time and Flow and Time b 3 loops P V F V P F with facility of saving of 3 Loops for reference c Graphic display to have automatic scaling facility for waves d Status indicator for Ventilator mode Battery life patient data alarm settings clock etc e Trending facility for 24 72 hours with minimum 5 minutes resolution for recent 24 hours f Automatic compliance amp Leakage compensation for circuit and ET Tube Following settings for all age groups a Tidal Volume b Pressure insp c Pressure Ramp d Respiratory Rate e SIMV Respiratory Rate f CPAP PEEP g Pressure support h FIO2 1 Pause Time j Pressure amp Flow Trigger Monitoring of the following parameters a Airway Pressure Peak amp plateau b Tidal volume Inspired amp Expired c Minute volume Inspired and Expired d Spontaneous Minute Volume 49 Catalogue of Items e Total Frequency f FIO2 dynamic g Use selector Alarms for all measured amp monitored parameters Modes of ventilation a Volume controlled
21. embedding station embedder imported model excluding china with cold plate e Constant temperature of the cold plate must be maintained at 5 C e Cold plate capacity should be of at least 70 cassette molds e The work surface area should be large e Membrane keypad and LCD screen e The system must be able to operate at maximum of 6096 of relative air humidity e Suppliers should confirm direct after sales service with manufacturer s factory trained engineers and proven track record 113 PATH EQ 14 Digital USB camera e Type 1 2 5 CMOS 5 0 MP with e Valid pixel 2592X1944 measurement e Pixel size 2 2um X 2 2um software e Digital output 24 bit color Frame rate o 2592X1944 3f s o 1296X972 12f s e Sensitivity 1 0V 550um lux s Exposure Manual auto exposure Exposure time adjustable e SNR 41dB e Connecting mode insert into eyepiece tube of microscope directly or using standard C mount e Output mode plug and play power supply by USB 2 0 and automatic power controlling Department of Microbiology 114 MICRO EQ CHEMICAL Specification Follows IP 01 BALANCE 115 MICRO EQ LCD PROJECTOR Brightness Lumens 1600 ANSI IP 02 Contrast Full On Off 100000 1 Variable Iris Yes High Brightness ANSI Lumens n Contrast Ratio aA High Contrast ANSI Lumens e Contrast Ratio 100000 1 Audible Noise Tx Eco Mode 22 0 dB Weight 7 3 kg Size cm HxWxD 13 x 46 x 30 Std Lens Focus
22. facilities like Velocity test Laser based particle test etc 2 The cabinet should be based on NSF 49 ANSI 49 ETL CE certification 3 Suitable power supply UPS should be provided to continue if the electricity goes off during the work Guarantee 3 years guarantee from the date of installation inclusive of one year spare replacements if any SI No 120 MICRO INST 12 Elisa Reader Dispensor amp Washer Technical Specification 1 Should have 8 12 measuring channel and 1 reference channel Single amp dual wavelength measurement with facility for kinetic measurement 2 Grating Inbuilt Tunable Filters Narrow band interference filters Should have wave length range of 340 750 nm 6 filter 340 405 450 492 540 610 620 nm with provision for fitting any additional filters 3 Should have an absorption range of 0 400 54 Catalogue of Items 4 Should have a resolution of 0 001 precision 0 005 OD Linearity Accuracy 2 5 Should read within 6 8 seconds 6 The control panel should have soft coloured touch screen display capable of showing graph etc 7 Should have external and internal programmable time and speed shaking 8 Should be able to read all types of plates Plate format 96 well plate preferably with an option for 6 384 well plate 9 Should have a single halogen or Xenon lamp with save feature as a light source 10 Should have user defined programmes up to 300 11 Should have data memory of 300 plates 12 Should have da
23. submitted 2 A proof of ownership partnership etc shall be submitted along with verification of address telephones and fax numbers 3 The tenderer should submit statement of financial standing from their bankers The name of the bank along with full address is to be furnished 4 The supplier should submit a statement of overall turnover for the previous three years If applicable a copy of the applicants annual report and accounts for each of the last three years should also be submitted 5 The tenderer is also required to submit performance report from other similar organization where the firm is registered for supply and erection of similar projects of hospital equipment system He will also submit list of organizations where the System has been installed by the firm in the last two years 6 The tenderer has to give a certificate that the firm has not been blacklisted in the past by any Institution Government Private or convicted in any criminal case 7 If the tenderer gives a false statement on any of the above information the firm supplier will not be considered and their quotation tender shall be rejected and the security deposited shall be forfeited 8 The manufacturer should submit all the quotations directly or through their authorized agent where applicable provided the manufacturer accepts responsibility for any lapse on the part of the agent and authorization certificate must be enclosed 9 Quality assurance certific
24. with tubing 17 Dressing forceps serrated jaws 18 Westcott tenotomy scissors 19 Strabismus scissors 20 Needle holder long 21 Kalt needle holder with lock 22 AC wash cannula 23 Lacrimal cannula 24 Sterilizing case with matts 25 Artery forceps straight 26 Artery forceps curved 27 Stevenson Lacrimal sac retractor 3x3 blunt prongs 28 Mc Phersons tying forceps 29 Fixation forceps 57 OPH EQ 31 Lid Surgery set 1 Lancester Eye speculum 2 Desmarres lid retractor 3 Lid plate 4 Fixation hook 5 Graefe muscle hook 6 Chalazion curette sizes 0 1 2 3 7 St Martin forceps 1x2 teeth 8 Fixation forceps 9 Cillia epilation forceps 10 Ptosis forceps 11 Entropion forceps right amp left small 12 Chalazion forceps Hunt 12mm dia Desmarres 13 20mm dia 13 Mc Pherson forceps 14 Hartman mosquito forcep 15 Hartman mosquito forcep curved 16 Westcott tenotomy scissors 17 Scissors 18 Needle holder 28 Catalogue of Items 19 Barraquer needle holder 20 Bard Parkar handle 21 Castroviejo caliper straight 22 Fixation forceps 58 OPH EQ Enucleation amp 1 Lancestor Eye speculum 2 32 Evisceration 2 Muscle hook Operation set 3 Wells Enucleation spoon each 4 Fixation forceps 5 Halsted mosquito forceps curved 6 Tenotomy scissors curved 7 Enucleation scissors straight amp curved 8 Small scissiors straight 9 Mule evisceration scoop 59 OPH EQ
25. without your needing to prove or to show grounds or reasons for your demand or the sum specified therein This guarantee is valid until the day of mie 20 Page 15 of 61 Model Proforma 8 AGREEMENT FORM THIS AGREEMENT made the RAS ees day of t seas tete 20 cece eee esses DOLWEEN Name of Purchaser of A AES Country of Purchaser hereinafter the of one part and Name of Supplier Of cece raa City and Country of Supplier hereinafter the Supplier of the other part WHEREAS the Purchaser is desirous that certain Goods and ancillary services should be provided by the SUpplier VIZ ieaie susie unsere n eee ubi Note VU eacawe LA PEU e adamhoente ales Brief Description of goods and Services dnd o o AD A Dee has accepted a bid by the Supplier for the supply of those goods and services in the sum of sseususss Contract Price in Words and Figures hereinafter the Contract Price NOW THIS AGREEMENT WITHNESSETH AS FOLLOWS l In this Agreement words and expressions shall have the same meanings as respectively 2 The following documents shall be deemed to form and be read and constructed as part of this Agreement viz a the Tender Form and Price Schedule submitted by the Bidder b the Schedule of Requirements c the Technical Specifications d the General terms and conditions of Contract e the Purchaser s Notific
26. 8 Government of West Bengal Office of the Principal College of Medicine amp Sagore Dutta Hospital Kolkata 58 NIT No CMSDH 103 13 Date 22 01 2013 TENDE Sealed Tenders are invited for Equipments Instruments and Chemicals amp Reagents from the manufacturers authorized agents The sealed Tenders are to be submitted in the office of the Principal College of Medicine amp Sagore Dutta Hospital by 12 00 Noon of 14 02 2013 For details please visit College Website www cmsdh org Or Department of Health amp Family Welfare Website www wbhealth gov in por ao Principal College of Medicine amp Sagore Dutta Hospital Kamarhati Kolkata 58 Memo No CMSDH 103 13 1 3 Date 22 01 2013 Copy Forwarde to 1 Director of Medical Education Dept of Health amp Family Welfare Swasthya Bhavan Salt Lake Kol 700091 2 Additional Director of Health Service Audit Accounts amp Verification Swasthya Bhavan Salt Lake Kol 700091 bor ate ie 3 Office Copy Principal College of Medicine amp Sagore Dutta Hospital Kamarhati Kolkata 58 INVITATION TO BID NIT NO CMSDH 103 Date 22 01 2013 1 Instruction to Bidders 1 1 Sealed bids along with soft copy of the same in the form of a non rewritable compact disk are invited by the Principal College of Medicine amp Sagore Dutta Hospital on behalf of the Department of Health amp Family Welfare Government of West Bengal from established reputed and ex
27. Adjustable sturdy hand support 6 Comfortable seat with cushion 52 OPH EQ Doctors stool 1 Comfort sitting support system with circular top 26 2 Smooth 360 degree rotation 3 Semisperical height adjustment backrest offers optimal elbow amp back support 4 Smooth movement of the stool 53 OPH EQ Cryo Unit Ophthalmic Cryo surgical system with Cataract curved 27 Retinal and Collins Trichiasis Probes completely non electric and autoclavable probes 54 OPH EQ Cataract Surgery Barraquer wire speculum Tooks corneal knife 28 set Sinsky II lens manipulating hook Kuglen iris hook Barraquer iris spatula Smith lens expressor Capsule polisher Lewis lens loop Castroviejo callipers 10 Colibri forceps 11 Castroviejo suturing forceps 12 bishop Harmon tissue forceps 13 St martin suturing forceps 14 Superior rectus forceps 15 Wills hospital utility forceps 16 Aruga capsule forceps 17 Shepard IOL forceps 18 McPherson tying forceps 19 McPherson forceps 20 Hartman mosquito forceps 21 Towel 22 Serrefine small 23 Castroviejo corneoscleral scissors 24 Micro iris scissors 25 Barraquer iris scissors 26 Westcott tenotomy scissors 27 Vannuscapsulotomy scissors 28 Iris scissors 29 Vannuscapsulotomy scissors 30 Iris scissors 31 Kalt needle holder 32 Barraquer needle holder 33 Swiss model blade breaker amp holder 34 Bard Parker handle 3 35 Rycroft air injection cannula 16G
28. CHNICAL DATA e Portable preferably hand held 30 Catalogue of Items Light Weight 500g 1 kg Working time Atleast 48hrs after full charging Mains Voltage240Volts compatible with Indian standards Electrical mains cord for Charging 2 one backup Accumulator Extra battery backup free of cost e Stimulator Cable 2 in number Coagulation and stimulator Forceps Insulation with Connector Total Length 200mm TIP 0 9mm and finer Facility for temporary replacement of instrument by same model for next three years during repairs at no extra cost Carrying case for storage of equipment 72 Anaes Nerve Locator EQ 06 with mapper 73 Anaes Combitube EQ 07 74 Anaes Mac coy EQ 07 Laryngoscope 75 Anaes Defibrilator EQ 07 AED 76 Anaes Mobile X ray Mobile X Ray Unit is required to perform X Ray studies EQ 08 Machine in Emergency and trauma departments and at bedside in wards and ICU Eligibility Criteria a Should be US FDA CE of the quoted model b Manufacturer should be ISO certified for quality standards Technical Specification Compact lightweight easily transportable mobile radiographic unit suitable for Bedside x ray for intensive care units Operation theatres and also in the Radiology department for conventional radiography The unit must have an effective braking system for parking transport and emergency braking The tube stan
29. ERMS AND CONDITIONS DULY SIGNED SHOULD INVARIABLY BE RETURNED ALONGWITH QUOTATIONS FURNISHED FAILING WHICH THE TENDER SHALL BE REJECTED 9 Terms and Conditions of Tendering Firms Printed terms and conditions of the Bidder will not be considered as forming part of their Bids In case terms and conditions of the contract applicable to this invitation of tender are not acceptable to any Bidder he should clearly specify deviation in his Bid 10 Bid Requirements 10 1 The Bidder must quote for the equipment with all items and quantities as specification in the catalogue 10 2 Arithmetical errors will be rectified on the following basis If there is a discrepancy between the unit price and the total unit price as declared in the Price Schedule the unit price shall prevail and the total price shall be corrected If there is a discrepancy between words and figures the amount in words will prevail If the supplier does not accept the correction of the errors its bid will be rejected 10 3 The finally selected Bidder s will be required to furnish Performance Bank Guarantee for 10 of the Contract Price on award of Contract as per the prescribed Proforma from any Nationalised Bank in India which shall be valid till warranty period The performance bank Guarantee Model Proforma 8 should be submitted to the purchaser within two weeks from the date of acceptance of the tender Failure to furnish performance B G in time would entail forfeiture of E
30. IPAP 30 cm EPAP 20 cm 3 Monitoring mode with full screen real time graphics showing pressure volume and flow graphs Should display respiratory parameters like set and delivered pressures respiratory rates exhaled tidal volumes I E rations minute volumes machine delivered breaths leak details patient breath trigger details 1 Alarms package should be comprehensive indicating High Low pressure Apneas High Low respiratory rate and minute volume 2 In built oxygen blender module to control FiO2 21 to 100 Following accessories required Accessories masks nasal and full face invasive circuits exhalation ports 102 CHE EQ 05 Pulmonary Function Test PFT Machine Advanced 1 The following tests should be performed by the PFT Equipment a It should measure FEV FVC PEF SVC FEV MMEF PIF MVV FRC 11 RV TLC FET ERV IRV PIMAX PeMAX b DLCO BRONCHIAL PROVOCATION TEST 2 Predicted value depends upon national preference 3 Multi window lay out 4 Configurable print out format 35 Catalogue of Items 5 Real time flow volume and volume time traces 6 Overlaying of previous test curves for comparison 7 Open amp Closed flow volume loop test technique possible 8 Powerful search capability 9 Storage 1000 patients tests including flow volume loops and volume time curves 10 Should have networking support Department of Pathology
31. Lens 4 x optical zoom Image Resolution 1024x768 1280x960 2048x1536 2592x1944 Zoom 15x with 3x optical zoom 7 1 21 3mm 35 105mm 35mm equivalent Exposure 1 800 to 16 seconds Lightweight compact hood with viewport and easy access door Interface USB Software included 41 Catalogue of Items Filters 46 mm ethidium bromide and 3 diopter Dimensions 17 75 W x 12 D x 16 6 H 451x305x422mm Department of Gynaecology 123 Gynae Video P ED T MEA Med ype with high speed digital signal processing EQ 01 Colposcope 3 Imaging system from Sony Original 4 Image resolution gt 850 lines 5 Automatic Gamma processor to enhance vascular structure hence to eliminate the need of manual Gamma 6 Effective 15 to 16 2 Megapixels with 1 52 zooming 7 Corner to corner uniform brightness with Automatic Screening Diagnosis and Reporting 8 Minimum Illumination of 0 1 to 0 2 Lux and color temperature gt 6500K 9 Focus Mode Advance fast auto focus amp Manual Focus facility with facility for fast focusing zooming and image freeze using the hand held unit only 10 Light source should be LED cold light source 11 Recommended lamp life to be of 20000 to 25000 hours 12 Output interface S Video Pal NTSC mode 13 Magnification indicator and real time cock facility onscreen Real time magnification and timing of Acetic acid and Iodine reaction tests 14 Card for Lap Top and computer connec
32. MD 10 4 Bids from Bidders who have not purchased the Bid document or Bids not accompanied by Earnest Money or Bids from representatives without letter of Authority from the manufacturer will be summarily rejected 11 Mixed quotation will not be considered for acceptance Bidders should enclose along with the Techno Commercial Bid of their offers the full details including proposed configuration of offers with full documentation descriptive literature leaflets supplementing the description and point out any special feature of their system All documentation is required to be in English The bid shall contain no interlineations erasures or overwriting except as necessary to correct errors made by the Bidder in which case such corrections shall be initialed by the persons signing the bid All pages of the Bid being submitted must be signed and sequentially numbered by the Bidder 12 Bid Prices 12 1 The bidders should quote rates in Indian Rupees only THE PURCHASER IS NOT AUTHORIZED TO ISSUE C D FORMS Tender not confirming to these requirements shall be rejected and no correspondence will be entertained whatsoever 12 2 The bidder shall indicate on the Price Schedule attached to these documents the Unit Prices and the total Unit Prices of the goods it proposes to supply under the contract in the following manner 1 Unit price for each item Page 3 of 61 i Local levies if any on per unit price iil Other incidental charges if a
33. NG Bitmap Jpeg TIFF 8 User Interface Display Graphic User Interface Touch screen with features for recording patients details 9 Media Option CD DVD USB 10 Safety Standards Should comply with IEC 60601 1 2 2001 IEC 60601 1 1988 A1 1991 A2 1995 11 The Equipments should have all cables Power cord DVI S Video Composite amp Remote connections etc 12 Power consumption 115 230V 50 60 Hz 4A maximum Laparoscopic Hand Instruments Veress needle 120mm Trocar Cannula size 11mm with pyramidal tip multifunction automatic valve stopcock for insuffulation 2 Nos Trocar Cannula size 5 5mm with pyramidal tip multifunction automatic valve stopcock for insuffulation 2 Nos Reducer 11 5 5mm 2nos 5mm Rotating Dissecting Alligator Grasper double action length 30 to 33 cm with ratcheting handle 2 Nos 5mm Fenestrated schertl grasper without ratchet length 30 33cm 2 Nos 5mm Curved Kelly dissectors without ratchet length 30 to 33cm 2 Nos 5mm curved Metzenbaun scissors length 30 to 33 cm without ratchet 2 Nos 5mm Hook Scissors length 30 to 33cm without ratchet 1 No 10 5mm dissecting amp grasping forceps fenestrated with monopolar handle without ratchet length 30 to 33cm 1 No 11 5mm Maryland grasper with monopolar handle length 30 to 33cm 1 No 12 10mm clip applying forceps 1 No 13 L Tip Electrosurgical probe length 30 33cm 3 Nos 14 Spatula Tip Electro
34. Squint Surgery 1 Lancester eye speculum 2 33 2 Desmarres lid retractor size 0 set 3 Graefe muscle hook size 1 4 Jameson muscle hook large 5 Jameson muscle forceps right amp left 6 Worth advancement forceps 7 Serrefine 8 Stevens tenotomy scissors 9 Knapp strabismus scissors 10 Castroviejo Calliper 60 OPH EQ Slitlamp 1 34 61 OPH EQ Trial set with trial 1 35 frame both for adult and children 62 OPH EQ Perimeter 1 36 63 OPH EQ Colour vision chart 1 37 64 OPH EQ Near vision chart 1 38 with different language 65 OPH EQ Ophthalmoscope a Apertures 7 Cobalt blue filter fixation star with polar co 1 39 ordinates large spot small spot pinhole slit hemispot b All with red free filter c Aspherical Optical System d Optical components mounted to an aluminium chassis e Light Xenon Halogen 66 OPH EQ Retinoscope a External focusing sleeve which is easy to grip and 1 40 manipulate b Crossed linear polarizing filter c One hand operation for streak focus and 360 streak rotation d Interchangeable to plane mirror and concave mirror mode by sleeve movement e Light halogen Xenon streak lamp f Spares Extra bulbs amp bulb holder Department of Anaesthesiology 67 Anaes Anaesthesia Essential features EQ 01 Workstation e In Built Ventilator HIGH PERFORMANCE VENTILATION Sensitive oxygen ratio controller S ORC Electronically controlled electrically driven 2 Vaporizer mount
35. System interconnection and Block diagrams iii User Operation Manuals iv Equipment Maintenance Manuals 18 Spare Parts 18 1 The Bidder will undertake that supplies of necessary maintenance equipment and spare parts will be made available for all items equipments and the complete system for a least five years on a continuing basis However this does not relieve the supplier of any warranty obligations under the contract 18 2 The bidders are requested to enclose the price list of consumables items if any along with price bid Page 6 of 61 18 3 If any spares and accessories other than the price list attached enclosed by the firm are required for future repair it will be borne by the firm only 18 4 The Bidder shall include in his tender the details of essential spares and their quantity and unit price as per schedule of requirements Detailed explanation to confirm that quantity of spares quoted as per requirement of this clause shall be given 18 5 In addition to the essential spares Bidder shall indicate additional recommended quantities of spares for efficient maintenance of the equipment and the systems for a period of 5 years after the completion of warranty period to ensure that the quality and reliability objective is achieved The details on which unit price and the total cost or recommended spares is based shall be included in the tender as an option However the cost of such recommended spares shall not be considered for tend
36. Temperature range 10 80 C with accuracy 0 50 C high quality environment friendly refrigerant e Independent temperature measuring through appropriate sensor with indicator e Recovery time short precise regulation of temperature and acoustic alarm e Digital safety thermostat class 3 e The unit shall be capable of operating continuously in ambient temperature of 10 80 C and relative humidity of 15 90 Power input to be 220 240V AC 50 Hz fitted with Indian plug e Resettable over current breaker shall be fitted for protection e Suitable stabilizer Desirable e LCD display e Adjustable ventilation rate 10 10096 with uniform air circulation system as specified 110 PATH EQS8 Water bath electric Tissue Floatation 111 PATH EQ9 Hot plate tissue Essential embedding station e Operating temperature range for the hot plate should be ranging from 20 C to 40 C e Working temperature should be ranging from 55 C to 70 C with provision of adjustment in 5K increments e Paraffin reservoir capacity should be at least 3 liters e Cassette tray warming tray must be capable of accommodating 100 cassettes e The hot plate should be height adjustable rotary amp 38 Catalogue of Items paraffin collection trays proven track record Desirable modular hot and cold plate 112 PATH EQ 10 Cold plate tissue e Micro processor controlled bench top tissue
37. X 1024 resolution 2 The camera should have nine specialty settings 3 The Camera Head should have 4 fully programmable buttons to control 6 functions 4 The system should have HD amp HDTV outputs 5 Progressive Scan Technology 6 10 bit Digital processing for optimal clarity 7 Should be IEC 601 1 CE according to MDD 8 Should be US FDA approved High Resolution HDTV medical grade Monitor 19 High Definition Medical grade Monitor with DVI VGA HD SD SDI COMPONENT Fast response time 25ms Typ Number of colors 16 million 1000 1 Viewing Angle 89degree L R X 89 degree U D XENON LIGHT SOURCE 300 WATTS e Light outlets 1 e Light intensity adjustment continuously adjustable from 0 to 100 manually e t should have Standby mode which will reduce light output to a minimum preventing the light cable from generating excessive heat Simple user Interface with LCD screen 300 watt xenon elliptical bulb To be supplied with one spare bulb It should be US FDA approved Fiber Optic light cable Light cable of actual bundle size 5 0 6 5mm length 275 300cm 2 NOS C02 Electronic Insufflator 45 Ltrs The system should have e Real time pressure sensing amp multiple user mode e Full color touch panel for better viewing angles e Change mode with touch of the button e Power supply inputs 100 240 Vac 3 15 A e Power consumption 150VA e Operating condition 50 104 F e Heated wit RTP for heated CO2 e Be able to continuous
38. a 3 supplied marked Annexure XI 13 4 COVER B shall contain following papers documents only i Letter of Authority from Manufacturer Principal Firm as per Model Proforma 4 supplied The Letter of Authority must be legible and valid stating name of the item with Model Model No etc marked Annexure I ii Technical Specifications in detail against the offered item along with one copy of relevant paper of catalogue information booklet with regard to the offered item only marked Annexure IT iii Performance statement as per Model Proforma 6 supplied marked Annexure IIT 13 5 COVER C shall contain only duly filled in Tender Form i e Price Bid in original and duplicate as per given format 13 6 No subsequent submission of any tender paper after the stipulated time will be entertained Also any representation after the acceptance of tender by a firm for any reason whatsoever will not be entertained 14 Opening of bids The bids will be opened in the presence of bidders representatives who choose to attend on the date and time as mentioned The bidders representatives who are present shall sign a register evidencing their attendance The bidders representatives shall furnish letter of authority from their principal to attend the bid opening Financial bids of bidders whose bids are found technically suitable after the presentation if any only will be opened Decision of the sub committee on technical
39. a Hemifield test Visual field Index VFI Progression analysis GPA Networking DICOM connectivity 13 Data Storage Should have hard drive USB drive for backup 14 Laser Jet Printer should be given 15 Motorised table to be provided 39 40 OPH EQ 13 OPH EQ 14 Synoptophore Maddox Rod Specification follows 4 OPH EQ 15 Maddox Wing 42 OPH EQ 16 Diplopia goggles 43 OPH EQ 17 Placido disc 44 OPH EQ 18 Prism Bar 45 OPH EQ 19 Schoutz tonometer 46 OPH EQ 20 Bjerrum screen 26 Catalogue of Items 47 OPH EQ Snellen Chart 21 Snellen drum with or without remote control 48 OPH EQ Phacoemulsification Specification follows 22 49 OPH EQ Wet field Cautery a Foot controlled system gives convenience to surgeons 23 b Forceps Erasers and Cables are autoclavable c Digital display for easy setting d Imported Forcep and Erasers can be attached e Audible tone lets surgeon know the unit is activated f Compact in size elegant look and portable 50 OPH EQ Operation table for 1 Motorised Eye OT table 24 eye OT 2 Head rest with side trays 3 Patient drape stand 4 Surgical instrument tray 51 OPH EQ Surgeons chair for 1 Comfort sitting angles allowing flexibility 25 eye OT 2 With height adjustable 3 Strong back support 4 Backrest with easy to use height adjustment system 5
40. able on Convex and Phased Array probes steering on Color PW modes on Linear probe should be available Trapezoidal Image Triplex mode with atleast 15 frames per sec 6 Cine Review Standard cine memory providing upto 2500 frames on 2D mode and up to 30 seconds Doppler Cine 7 Transducer technology 8 Speckle Reduction Technology System capable to handle 2 13 MHz Multifrequency imaging with independent selection of 2D Color Spectral dopplerfrequency The system should have softwares for speckle and noise reduction It should provide tissue contrast enhancement software 9 Exam PresetsAtleast 30 user specific Image presets 10 Image Optimisation on B and M modes System should at least have the following 5 Selectable frequency on Convex probe 30 70 dB of Dynamic Range Up Down amp Right Left Image rotation 4 steps of Edge Enhancement settings Atleast 30 cm depth 8 maps of B color 5 levels of persistence 5 levels of Resolution mode 1 Color and Spectral Doppler Optimisation System should atleast have the following Selectable frequency on all probes 11 20 mm Gate adjustments on Spectral modes Filter adjustments should be specified Base line adjustments Sweep speed adjustments 5 levels of color line density adjustments 3 levels of Color priority selections 12 Zoom function When a more detailed view is needed the system should reoptimises and rescans the selected region to actually increase the acou
41. adults Instruments channel 2 6mm direction of view 0 angle of view 110 working length 54cm Distal OD 5 6mm distal deflection 180 100 with Following accessories required Forceps oval for biopsy flexible double action jaws length 120cm diameter 1 7mm 2 grasping forceps alligator serrated 2 x 3 teeth flexible double action jaws length 120cm diameter 1 7mm 1 forceps spoon shaped oval for biopsy flexible double action jaws length 120cm diameter 1 7mm 1 forceps spoon shaped oval with tooth flexible double action jaws length 120cm diameter 1 7mm 1 Brush for cytology outer diameter 1 7mm working length 80cm cleaning brush mouth piece cleaning adapter for valve housing suction valve disposable package of 20 pressure compensation cap leakage tester with bulb and pressure gauge 34 Catalogue of Items 99 CHE EQ 02 Fiberoptic Bronchoscope paediatric Paediatric Broncho fiberscope instrument channel 1 5mm direction of view 0 angle of view 90 working length 54cm distal OD 3 7mm Following accessories required Cleaning brush mouth piece cleaning adapter for valve housing suction valve disposable package of 20 pressure compensation cap leakage tester with bulb and pressure gauge length 110cm diameter 1mm 100 CHE EQ 03 Videobroncho scope Adult 1 Latest color CCD chip technology 2e Compatible Xenon light source
42. agm and filter holder Should have time delay shut off automatically to save energy with disabled amp enabled option also Ag Treat anti microbial to be incorporated for eliminating growth of bacteria Desirable 1 white light 2 3 4 Accessories 1 Scientific Digital Camera o Essential Sensor Type CMOS Sensor Resolution 5 0MP Optical Calculation 1 2 5 Focusable Lens 12mm Eyepiece adapters C mount adapter for camera attachment Desirable 4 dot calibration slide with micrometer cross hair for accurate calibration Output Possibilities HDMI 1080p SD Card 5 0MP USB 640x480 Analog Video 2 Image Analysis Software o Essential Instant Image Capturing Real time full screen image Programmed Interval Captures Video Capture by Time Settings Easy Measurement Calibration Measurement in microns inches millimeters Length Measurements Ellipse Rectangle Irregular Shape Measurements Perimeter Radius Circumference Measurements Angle Measurements Magnifier zoom function Image amalgamation Image Adjustment Effects Cell Counting Data Export Report Generating and Print Out Interactive File Format o Desirable Distant Image Sharing On line files sending receiving 3 50 LCD TV for projection 4 Laptop with latest configuration Microscopy Digital Camera with Image Analysis Software should be compatible with LCD TV and Laptop Sl No 114 MICRO EQIP 54 Chemic
43. al Balance Technical Specification 52 Capacity x Readability 320 g x 0 001 g Repeatability std deviation 0 001 g Catalogue of Items Linearity 0 002 g Response Time average 1 seconds Tare Range FULL to Capacity Selectable Weight Units g kg mg Selectable Application Programs Toggle between 5 weight units weigh average calculation dynamic animal weighing averaging net total formulation percent weighing totalizing density determination and counting Display Update 0 05 0 4 seconds Display LCD with backlit Operating Temperature Range 50 F to 86 F 10 C to 30 C Allowable Ambient Operating Temperature 41 F to 104 F 5 C to 40 C Sensitivity Drift 2 ppm C Motorized Internal Calibration OPTIONAL External Calibration 200 g Optional Pan Size 04 5 in 98115 mm Dimensions entire balance W x D xH 9 x 11 9 x 5 35 inches 230 x 303 x 136 mm Built in RS 232 Interface YES Power Source AC adapter 120 VAC Power Consumption maximum 16 typical 8 Standard Equipment AC Adapter Round glass draft shield with cover Desired Accessories RS 232 cable USB interface kit external calibration weights weigh below hook printer external rechargeable battery pack Standard Operating Procedure 36 months
44. and UPS 27 NABL certificate requirement to be provided at their own cost 28 Demo kit reagents to be provided Desirable 1 High speed auto sampling 2 Eighty 80 samples per hour 3 LCD colour touch screen monitor 4 Automated sample re run 5 Manual differential entry plus abnormal cells options to turn off WBC differential analysis with resistant reagent saving 6 Flowcytometry FCM principle 7 Reticulocyte count Accessories 1 Auto Smear Maker 2 Stainer 104 PATH EQ2 Automated tissue Essential processor One basic instrument consisting of 10 reagent containers each 36 Catalogue of Items having a capacity of 1 8 liters 2 wax baths of 1 8 liter capacity one standard metallic tissue basket containing 80 cassettes 2 sets of replacement fuses one set of power cord e Carousel type construction with 12 station 10 reagent station 2 wax bath e Membrane keypad and LCD screen e Audible alarm warning in case of error message and completion of tissue processing cycle e Power failure indication including station number and time lapsed in excess of programmed infiltration time e Voltage 100 240V 50 60Hz e Infiltration time of up to 99 hr 59 minutes amp should be separately programmable for each station e Preferably 1 minute drain time between stations for reduced carry over e Temperature range of wax baths 45 C to 65 C Excess temperature cut out 75 C e Aut
45. arge with each machine 01 sets each b All Accessories for non invasive ventilation 1 sets Medical Air Compressor Humidifier Servo controlled with digital monitoring of inspired gas temperature complete with heating wire 01 Filter paper for humidifier for 100 uses 01 Power Supply Should work on 220 240V AC as well as batteries Mains adaptor to be supplied Suitable Servo controlled Stabilizer CVT Resettable over current breaker shall be fitted for protection Suitable UPS with maintenance free batteries for minimum one hour back up should be supplied with the system Documentation LI User manual in English LI Service manual in English LI Compliance reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet any point if not substantiated with authenticated catalogue manual will not be considered SI No 69 Anaes EQ 02 ETO STERILIZERS Description of Function Ethylene oxide sterilizer is defined as equipment which uses ethylene oxide as a biocide todestroy bacteria viruses fungus and other unwanted organisms Ethylene oxide is used insterilization of items that are heat and moisture sensitive Operational Requirements 50 Catalogue of Items The ETO gas sterilizer should be fully automatic type for sterilization of heat sensitive goodssuch as anesthetic tubing and other plastic disposable materials etc Eligibility Criteria a Sho
46. ass coil for connection to the buffer containing container motor with metallic stirrer long frontal lever Any other relevant accessories required for standard isolated tissue experiments Name of the manufacturer should be specified with model number 50 7 PHAR E Q 02 Simple Balance with metric system weights Balance of 100mg sensitivity amp metric system weights of 100mg 200mg 500mg 1 2 5g and 10g in slotted weight box Quality wooden base 6 X 12 Balance material brass Pan diameter 3 3 5 inches at least Framed glass cover with front open sliding door wooden frame Height adjustable platform Name of the manufacturer should be specified 50 8 PHAR_E Q 03 Mortar amp pestle 6 diameter porcelain made enough to accommodate at least 200 ml of fluid 6 porcelain pestle 50 9 PHAR E Q 04 Plethysmometer It is to measure the effectiveness of anti inflammatory agents and agents to reduce edemic conditions Usually rat or mice paw is inserted The immersed volume is measured through electronic volume transducer The measurements are shown on the units LCD readout in O1ml for rats and 001ml for mice Name of the manufacturer should be specified with 20 Catalogue of Items model number 10 PHAR E Q 05 Digital photoactometer Unique apparatus to measure the effects of drugs on spontaneous ambulatory activities of small animal
47. ation Award 9 In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned the Supplier hereby covenants with the 1 Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of the Contract 4 The Purchaser hereby covenants to pay Supplier in consideration of the provisions of the Goods and Services and the remedying of defects therein the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract Page 16 of 61 BRIEF PARTICULARS OF THE GOODS AND SERVICES WHICH SHALL BE SUPPORTED PROVIDED BY THE SUPPLIER ARE S No Brief Description of Quantity to be Unit Price Total Amount Sales Tax amp other Supplied 3x4 Taxes Payable Total Value 5 6 Delivery Schedule Availability of Spare Parts The supplier will supply all the spare parts of the equipment from the manufacturer parent company during lifespan of the equipment within the agreed terms and condition of the contract IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance with their respective laws the day and year first above written Signed Sealed and Delivered by the Page 17 of 61 CHECK LIST FOR TERMS AND CONDITIONS Check list for Terms and Conditions To be filled by the bidder and submitted alongwith the technical bid 1 C
48. ation like ISO 9000 series should be enclosed wherever applicable Page 9 of 61 Model Proforma 1 To The Sub Tender for item name ssss Cate NO oo cree Sir In response to your Tender Notice No published in the ww eee dt iie we are offering our price bid with the following particulars and documents of our firm 1 Name of the Equipment Item 2 Name of the Brand Model with Model No if any If there is no model no please state clearly model no NIL 3 Name of the manufacturer with his complete postal address 4 Name and complete postal address of the tenderer with telephone no 5 Submitted sealed cover envelops marked as Cover A Cover B and Cover C completed in all respect as per given terms and conditions of said Tender Notice We will abide by the instructions issued by the tender inviting authority time to time and will comply all terms and conditions of the said tender notice Yours faithfully Full name in capital letters Seal of the Firm Page 10 of 61 BIDDER PARTICULARS 4 5 Name of the Bidder Address of the Bidder Name of the Manufacturer s Address es of the Manufacturer Name and address of the person To whom all references shall be Made regarding this tender inquiry Telephone Telex Fax e mail address Witness Signature Name Address Date Mode
49. be capable for 10096 exhaust interconnected with supply air blower system should only start when the negative pressure is developed 17 Special provisions should be there If by chance the exhaust blower is not working properly the operator will get a buzzer 18 Should have Audible alarm to warn the operator if the window is raised above the recommended height of 203 mm 8 inches 19 Should have Air short circuiting or the bye pass arrangement By chance there is ingress of fresh air from the top of front shutter this ingress should not percolate into the working zone but will be short circuited to return duct at the back Safety suction points near the upper portion of the front shutter transfer short circuit dirty air into the exhaust return duct 20 Should have Adjustable zero leak proof damper at supply air intake amp exhaust ducting 21 Should have Special provision for system which gives alarm to stop supply air in case the negative pressure goes beyond certain limit to stop contamination egress to laboratory 22 Should have Spillage trough below the working table of 16G heavy duty stainless steel This trough should have drain cock 23 Back holes should be there on vertical walls to provide more work area on table top 24 Should have Exhaust Ducting at the roof top approx 30 feet from the cabinet site Other Features 1 Installation validation performance demonstration should be carried out at site with allultra modern
50. be entertained after the purchaser on account of any local condition or factor accepts the offer 2 Schedule of Tender 2 1 The non transferable tender documents are to be downloaded from the Department of Health and Family Welfare website www wbhealth gov in or this institution website www cmsdh org The cost of Tender Paper is Rs 1000 for each set of items There are 2 sets of items namely Set 1 Equipments and Set 2 Chemicals amp Reagents The said amount is to be paid through Treasury Challan Form T R Form 7 at State Bank Of India Barrackpore Branch Head Of Account The cost of Tender Paper is non refundable The Challan would be submitted along with the commercial bid under cover envelope A 2 2 The sealed bids will be accepted upto 12 00 Noon of 14 02 2013 in the office of the Principal College of Medicine amp Sagore Dutta Hospital 2 3 The bids will be opened on the same day at 2 00 PM in the College Council Room of the Institute Bidders or their representatives may remain present if they so desire 2 4 After evaluation of the Techno Commercial Bids and the technical presentation the short listed bidders will be intimated later on Page 1 of 61 2 5 The Commercial bids of the short listed bidders will be opened at the Auditorium of the Institute in the presence of their authorized representatives if any The date of opening of commercial bids will be communicated to the technically successful bidders only
51. d inspection from factory Attach original manufacture s product catalogue and specification sheet Photocopy computer print will not be accepted All technical data to be supported with original product data sheet Satisfactory working of quoted model from institutes of repute 122 MICRO IN ST 09 PCR THERMAL CYCLER amp GEL DOCUMENTATIO N SYSTEM To Come with a heated lid At least two year warranty power 230 V 50 Hz To Include one personal card chip based memory cards enable simple and reliable transfer of your individual protocols between different Thermal cycler workstations and ensure unlimited memory expansion Features simple programming gradient function of up to 20 degrees C adjustable ramp rates time and temperature increments incubation mode in situ mode link function pause function The universal block to incorporate an expansive range of different tube types in both the thermal cycler and thermal cycler gradient use 96 x 0 2mL tubes 44 x 0 5mL tubes 77 possible with special small capped PCR tubes or one multiwell PCR plate without having to change the block Software supported in situ Adapter RS 232 and printer interface auto restart option in the event of a power failure Gel Documentation system 5 1 mega pixel high resolution CCD digital color camera for clear high quality images with low light capability Auto and manual focus and exposure control Focal length 12 5 automatic
52. d must be fully counterbalanced with rotation in all directions It must have an articulated arm for maximum positioning flexibility in any patient position AII cables should be concealed in the arm system The unit must have cassette storage facility for all size of cassettes X ray Generator with digital display of mAs and kV 1 Output Power 10 kW 2 Output Waveform High Frequency 3 kV 40 125 KV 4 m 160 mA 5 mAs range 6mAs 200 mAs 6 Cable length not less than 2 m X ray Tube 1 Rotating Anode atleast2500 rev min 2 Focal Spot within 0 6 x 0 6 mm to 1 3 x 1 3 mm 3 Total filtration minimum 2 5 mm Al 4 Tube angulations horizontal movement at least 45 cm vertical movement at least 100 cm z axis rotation at least 90 degrees X axis rotation at least 90 degrees Accessories Grid stationary 3l Catalogue of Items Accreditation 1 The unit Model must have type approval or No objection certificate from the Atomic Energy Regulatory Board AERB Government of India Mumbai enclose copy Environmental factors Operating Temperature 10 40 deg C Storage Temperature 20 to 55 deg C Operating Humidity 30 80 Storage humidity 10 to 100 Power supply Power input to be 220 240VAC 50Hz fitted with appropriate Indian plug Resettable overcurrent breaker shall be fitted for protection Documentation LI User manual amp Service manual in English LI Complianc
53. e amp EQ 03 Accessories Specification follows 126 Gynae Delivery Labour a Trendelenburg position adjustable by gear box EQ 04 Table mechanism gas spring mechanism gearbox gas spring assisted Trendelenburg 10 15 degree dn b Height adjustable a pair of lithotomic crutches with straps low up position by screw and lever mechanism for height adjustment and angulation c Step stool two steps with length of 500 600mm and depth of each step 250 300mm d Integrated IV stand may be added 43 Catalogue of Items Statement showing Specification of Different Items SI No 01 Bio Eq 01 Plate Elisa Reader 44 Catalogue of Items SPECIFICATIONS 1 The system should be 8 channel optical measuring system and able to read 96 well plate 2 Warranty period Minimum 5 years 3 The photometer should be filter wheel based 4 The System should have capability for Mono and Bi chromatic measurements 5 The entire Microwell plate should be measured within 5 seconds in the Monochromatic measurement mode 6 The Results i e Abs Sample No and interpretation must be seen on the screen in matrix form Graphs should be displayed on the screen 7 System should be provided with 405nm 450nm 492nm and 630nm standard filters There should be at least 3 extra blank filter positions 8 System should have variable speed linear shaking facility for the Microwell plates for removal of microbubbles and mixing of the
54. e by pedal deflection backwards or sidewards Safety features Auto venting integrated pressure sensor in cassette 5 Diathermy amp Bipolar Function Frequency 500KHz pulsed Power Max 8Watt at 50 Ohm Bipolar Max 9 9Watts at 50 Ohm RF Capsulatomy Functions 1 Bipolar Diathermy 2 RF Capsulotomy machine assisted capsulorrexis facility 48 Catalogue of Items 3 STT GlacomaScleroThalamotomy optional 4 IDK IntrastromalDiathermalKeratostomy optional 6 Footpedal Type Linear multifunctional Phaco control Irrigation Aspiration Power with vertical linear power I A control Irrigation Aspiration Over ride Vitrectomy control I A C or I C A Other controls Switch from Linear to Pulse Burst Changing programs of Phaco or I A or Vitrectomypresetmemories Reflux ON OFF by Heel switch 7 Other Features Control Panel LED luminous display silicon soft touch buttons glass covering Surgeon memories 9 surgeon memories each having separate programs for Phaco I A andVitrectomy Others Audio signals Phacohandpiece Self testing function I A tubing auto priming and auto cleaning function Continuous irrigation function Sl No 68 Anaes EQ 02 Ventilator High End I C U Technical Specification Microprocessor Controlled ventilator with integrated facility for Ventilation monitoring suitable for New born to adult ventilation Eligibility Criteria a Should be USFDA
55. e detail information regarding the manufacturer and the item quoted in the Tender Form shall be furnished One Tender Form will be used for quoting the rate of one set of items i e either 1 Equipments amp Instruments or 2 Chemicals amp Reagents or 3 Charts amp Models only No clustering offer will be entertained 13 2 Bidders are instructed to submit all tender papers documents in four separate covers marked Cover A Cover B and Cover C as per instructions contained hereunder Each cover shall be addressed to the Principal College of Medicine amp Sagore Dutta Hospital 578 B T Road Kamarhati Kolkata 700058 The four separate covers marked Cover A Cover B and Cover C must finally be enclosed in one big sealed cover superscribed TENDER FOR INSTRUMENTS AND EQUIPMENTS CHEMICALS amp REAGENTS as the case may be FOR THE PERIOD FROM TO in bold capital letters and addressed to the Principal College of Medicine amp Sagore Dutta Hospital 578 B T Road Kamarhati Kolkata 700058 with a forwarding letter as per Model Proforma 1 supplied and also bearing full name and complete address of the Bidder and name of the item with serial no 13 3 COVER A shall contain following papers documents in the following order i Deposit of Rs 5000 Rupees five Thousand only as Earnest Money in form of Demand Draft Pay Order in favour of Principal College of Medicine amp Sagar Dutta Hospital for the
56. e reports to be submitted in a tabulated and point wise manner clearly mentioning the page Para number of original catalogue data sheet any point if not substantiated with authenticated catalogue manual will not be considered Turnkey refer clause 10 1 The purchaser will only provide the external power supply 2 All other accessories will be provided by the supplier so that the equipment can be installed and commissioned immediately 3 The supplier must visit the site of installation Department of Physical Medicine amp Rehabilitation 77 PMR Eq ULTRASOUND Microprocessor based input 150 260V Ph50Hz SMPS based THERAPY Output Mode Continuous 20 pulsed and 50 pulsed 01 Output 21W at Pulsed 18 at cont adjustable 78 PMR Eq SHORTWAVE Fully solid state fan cooled with count down Digital timer intensity cooled tuning control tming indicator lamp 02 DIATHERM Input 150 260V SMPS Based Output 100 Wmax 79 PMR Eq INTERFERENTIAL Input 160 260V 1Ph SOHz SMPS based Output Z60maRMS at 500 ohms Microprocessorbased with four major models 03 THERAPY SET three waves shapes base and sweep frequency individually IFT stable Control for intensity balance 80 PMR Eq TENS FOUR Input 230V AC Output modes Continuous modulated and brust All the four channels have individual intensity control 04 CHANNEL 1 PMR Eq DIAGNOSTIC Input 150 260 V AC SMPH based Separate outputs for 1 Farad
57. ent of Psychiatry 17 Psy EQ 01 Pulse ECT Machine ECT section Mode Timer and manual Pulse width 0 1 to 2 ms in 6 steps Frequency range 20 to 110 Hz in 6 steps Stimulus duration in timer mode 0 1 to 4 9 sec in step of 0 1 sec Timer displayed on LCD and starts counting on pressing TREAT switch Minimum power 2 5 joules for 210 ohm patient impedence Maximum power 150 joules for 210 ohm patient impedence Energy Display Energy in joules get calculated automatically by built in Microcomputer and displayed on LCD panel meter in both Timer and Manual Mode Charge 12 1400 milicoulombs in both manual and timer mode Impedence check Impedence of patient displayed as pass fail on LCD Output current 0 8 ampere constant Pulse configuration Bidirectional square wave EEG section Sensitivity 20 500 microvoltcm in 5 steps CMMR 80 db Frequency response 70 Hz with a line frequency notch filter ECG section CMMR 80 db Frequency response 70 Hz with a line frequency notch filter Snsitivity 0 5 1 2 mv cm Recorder section Chart speed 10 25 mmm sec Chart width 60 mm X 30 mm Recording system Thermal array printer STANDARD ACCESSORIES Rubber strap electrodes 01 nos Bite block 01 nos Spring loaded ECT head band with Treat switch 02 nos EEG electrodes 01 nos ECG electrodes 01 nos Recording paper 01 nos 18 Psy EQ 02 EEG Machine 32 Channel FEATURES e Facility to record upto 64 channel
58. er evaluation 19 GUARANTEE WARRANTY PERIOD THE TENDERERS MUST QUOTE FOR 1 YEAR COMPREHENSIVE ON SITE WARRANTY OF ENTIRE SYSTEM INCLUDING ALL SPARES amp LABOUR FROM THE DATE OF COMPLETION OF THE SATISFACTORY INSTALLATION For Extended warranty of 3 years rate should be quoted separately 19 1 If the performance of any individual equipment of system is not satisfactory the same shall be replaced by the supplier free of cost 19 2 All faults appearing and their rectification shall be periodically advised to the hospital the period being not more than a month 19 3 Any lacuna or lacunae noticed in the functioning of the installation as a result of any design feature shall be rectified by the supplier free of cost 20 After Sales Services and Maintenance Contract After sales services will be provided by the supplier during and after guarantee period of the equipment Details along with the yearly maintenance charges for five year after warranty shall be forwarded 21 Previous Installations The names and address of the institutions hospitals where the supplier has already installed supplied the equipment indicating the dates of installations may be given in India 22 Delivery Installation and Commissioning 22 1 Delivery of the goods at the purchaser s premises shall be completed by the Supplier in accordance with the terms specified by the purchaser 22 2 The installation testing and commissioning of the proposed system s
59. erms and conditions of tender 17 Inspection and Tests The purchaser shall have the right to inspect and or test the equipment for conformity to the contract specifications In case any inspected or tested equipments fail to conform to the specifications the purchaser may reject them and the supplier shall either replace the rejected equipments or make all altercations necessary to meet specification requirements free of cost to the purchaser The supplier shall provide installation and standard tests for the individual equipments before the delivery of the system at site Leaflet and literature should invariably be attached for ready references along with complete documentation of all the measurement conducted during installation period which shall be submitted by the supplier for future reference The technical problem faced during installation testing and commissioning period and their solutions shall be submitted by the supplier at the time of handing over the completed works For the purpose of taking over the equipment system supplied pursuant to this contract an acceptance test shall be carried out at the purchaser consignees destination site The equipment which meets the acceptance test shall only be accepted by the purchaser Before the equipment is taken over by the Purchaser Consignee the Supplier shall provide manuals of the equipment system This shall include the following 1 System interface drawings Wiring diagrams ii
60. ertificate for being in business for more than 2 years 2 Certificate for sole ownership partnership 3 Statement of financial standing from bankers 4 Performance report list of organization supplied with the same equipment 5 Whether rates and quoted included all taxes rate is a CIF 6 Whether rates are quoted as per tenders specification 7 Authority letter from manufacturer principal enclosed 8 Affidavit that the firm has not been black listed in the past by any Govt Pvt Hospital Organization 9 Affidavit that the firm has not being convicted in criminal case in India 10 Affidavit that the firm is not supplying the same item at the lower rate quoted in the tender to any govt organization or any other Institute 11 Bid being submitted directly by the manufacturer or authorized agent as applicable 12 quality assurance certificate like ISI ISO 9002 IP BP or any other please specify 13 Statement of turnover annual report for each of the last 3 years are attached 14 Bid security amount deposited is enclosed 15 Literature of original catalogue of the product is attached for reference 16 Comprehensive Guarantee Warranty period for and thereafter comprehensive AMC including all spares and labour YES NO Tick the option YES NO for further years 17 Compliance Statement with relation to specification NAME OF THE BIDDER WITH SIGNATURE
61. essential following cycles programmes a Sterilization cycle for heat sensitive objects that ensure temperature from 40 75 C with subsequent aeration for protection of the operating personnel b Aeration cycle program to extract residual gas out of the sterilized objects after each sterilization cycle c Automatic chamber evacuation cycle with subsequent venting before releasing the door lock for opening thereby prohibiting exposure of the operating personnel by as dissolving from the chamber walls during shutdown period d Gas disposal arrangement catalytic converter Capacity 7 10 cubic feet per cycle with capacity to process 18 20 cubic feet 24 hr Firm should clearlystate cycle time Time from start to finish including aeration time so that capacity to process total load in 24 hr can be calculated Technical Data a Sterilization gas Ethylene oxide b Sterilization method Cold sterilization of heat sensitive materials c Operating temp Range 40 to 75 oC d No of doors One System Configuration Accessories spares and consumables System as specified Sterilization basket of suitable size 1 No ETO gas cartridges 25 Nos Compressed Air Plant Packing Material with Chemical Indicator of all sizes one roll each Sealing Machine Heavy Duty 1 No Power Supply Power input to be 180 270VAC 50Hz UPS of suitable rating with voltage regulation and spike protection for 60 minutes back up Sl No 106 PATH EQ4 Spec
62. hall be completed in accordance with the order 22 3 In case of distributor the firm should be direct distributor from the principal s The sub distributor authority by distributor will not be accepted at all 23 Incidental Services Page 7 of 61 The supplier is required to provide Hardware and Software up gradation from time to time at mutually agreed terms During warranty all Software updated version up gradations are expected to be provided at free of cost to Purchaser 23 2 Further any bugs shortcomings detected by the purchaser user as well as the supplier himself shall be rectified at free of cost to purchaser beyond warranty period 24 Termination for default The purchaser may without prejudice to any other remedy for breach of contract by written notice of defaults sent to the supplier terminate the contract in whole or in part 1 If the supplier fails to deliver or install system within the time period s specified in the contract OR ii If the supplier fails to perform any other obligation s under the contract 25 Use of Contract Document amp Information The supplier shall not without the purchaser s prior written consent disclose the contract or any provision thereof or any specification plan drawing pattern sample of information furnished by or on behalf of the purchaser in connection therewith to any person other than a person employed by the supplier in the performance of the contract 26 Property
63. hydrous A G Bottle of 100 gms Bottle of 100 gms 2 PATH_RE 25 Indicator Paper universal strip 25 strip 25 strip 5 PATH_RE 26 Indicator Paper universal strip 100 strip 100 strip 1 PATH RE 27 Indicator Paper narrow range per roll per roll 1 pH 3 0 to 6 5 PATH_RE 28 Indicator Paper wide range pH per roll per roll 1 5 5 to 10 5 PATH_RE 29 Methyl Alcohol Bottle of 500 ml Bottle of 500 ml 10 PATH_RE 30 Potassium Dichromate Bottle of 500 gms Bottle of 500 gms 1 PATH_RE 31 Potassium Oxalate A G Bottle of 500 gms Bottle of 500 gms 1 PATH_RE 32 Sodium Bicarbonate A G Bottle of 500 gms Bottle of 500 gms 1 PATH_RE 33 Sodium Carbonate anhydrous Bottle of 500 gms Bottle of 500 gms 1 A G 59 Catalogue of Items PATH_RE 34 Sodium fluoride Bottle of 100 gms Bottle of 100 gms 1 PATH_RE 35 Ammonia Oxalate 500gm 500gm 1 PATH_RE 36 Benedict Solution 30 x 500 ml 30 x 500 ml 1 carton PATH_RE 37 Brain Thromboplastin 5x5 ml 5x5ml 1 cartons PATH_RE 38 D P X Mount 10 x 250 ml 10 x 250 ml 1 carton PATH_RE 39 Drabkin s Soln 35x 5 ltr 35 x 5 ltr 1 cartons PATH_RE 40 E A 50 5 x 125 ml 5x 125 ml 1 carton PATH_RE 41 Glycerin 10 x 500 gm 10 x 500 gm 1 carton PATH_RE 42 Glacial Acetic Acid 10 X 500 ml 10 X 500 ml 1 cartons PATH_RE 43 Haematoxylin Harris 5x 5 gms 5x 5 gms 10 PATH_RE 44 Acetone free Methyl Alcohol 100
64. ic amp surged faradic with individual controls for intensity 05 STIMULATOR surging duration and surging interval Bar graph to show output 2 Galvanic amp interrupted galvanic with individual control for rate and duration with digital meter to read output 82 PMR Eq Wax bath chamber Auto temperature control size 20 L x 14 W x 10 H Latest 06 oval shaped tank power coated corrosion free tank Latest technology immersion heater automatic adjustable temperature control for power saving mounted on castor wheel for mobility 83 PMR Eq Cervical traction 07 manual 84 PMR Eq Lumbar traction 08 manual and 32 Catalogue of Items automatic with digital traction unit 85 PMR Eq 09 Size 40 45 cm 1 Swiss balls Size 60 65 cm each 86 PMR Eq 10 Shoulder wheel Bar 1 type 87 PMR Eq 11 Finger ladder 1 88 EME kais Finger exerciser 1 89 PMR Eq 13 Graded square Peg 20 25 pegs 1 board 90 EMR IA Wobble board 1 PMR Eq 15 F int walk 91 d PADO MASS adult and child size 1 each PMR Eq 16 92 E Wheel chair adult and child size 1 each E i tt 3 93 m Eq epee MIR 6 7 x 6 77 with 2 inches thick foam 1 Department of Community Medicine 94 Commed Eq 01 FORTIN BAROMETER PRECISION FORTIN BAROMETER The instrument should consist of Scale Mercury filled glass tube and Cistern Scale should be graduated in hPa mb and mmHg on a brass t
65. ification for Trinocular Microscope with Accessories camera image analysis software LCD TV and laptop Trinocular Microscope Essential e Microscope should have Infinity Corrected Optical system for Bright field applications e Microscope should have right hand stage Stand with koehler illumination 4 positions Nosepiece Universal Power Supply Mechanical stage with non extending rack and slide holder built in handle and cord wrap Dust cover Manual e Trinocular tube with 30 inclination for easy viewing e Magnification from 40X to 1000X with 10 X eyepieces with PLAN phase amp Hi PLAN EF N PLAN objectives of 4x 10x 40x amp 100x OIL e FOV should be 20mm e IPD should range from 52mm 75mm e Should have integrated vertical handle for easy carrying amp easy lifting with integrated cord wrap to eliminate damage to microscope components e Slide holder should be student friendly to avoid slide chipping 51 Catalogue of Items Stage should maintain its dimension with round edges eliminating chance of injury with additional protection from friction damage Should have Kolkata based excellent service back up with readily available spares and certificate from manufacturers for availability of spares for a minimum period of 5 years from the date of installation Should have transmitted LED illumination at least 10 000hrs bulb lifespan at full intensity providing cool Abbe Condenser 1 25NA focusable with iris diaphr
66. ion unit must be plug in type for easy operation Must be Trolley mounted for easy shifting 25 FMT EQ Ozone Generator To be purchased Ozone Generator to de odourise 02 for de odourisation approx 350 to 450 sq m area with 3 6 m roof height and disinfection of Morgue Ozone generation amp delivery rate should be at least 1000 mg hr Residual Ozone in atmosphere should be 0 1 0 125 ppm Must be plug in type for easy operation Power consumption should be below 40 watts 24 Catalogue of Items It has to be Blower type not solely sparker type No perfume should be used in the input Should be easily serviceable locally Preference will be given to concerns having previous experience in this field Company or Product should be certified by ISO appropriate authorities Department of 26 OPH Eq 01 Ophthalmology Direct Ophthalmoscope a Apertures 7 Cobalt blue filter fixation star with polar co ordinates large spot small spot pinhole slit hemispot b All with red free filter c Aspherical Optical System d Optical components mounted to an aluminum chassis e Light Xenon Halogen 27 OPH Eq 02 Indirect Ophthalmoscope a Apertures and Filters Can be locked into a desired position b Adjustment Levers Also feature a Friction Clutch Safety Clutch to protect mechanisms from forced adjustment while in the lock position c PD Range From 46
67. l Proforma 2 Signature Name Designation Company Date Company Seal Page 11 of 61 Model Proform 4 MANUFACTURER S AUTHORISATION FORM Wer adiidaelasscdihdeaesa hb is rv ot lee dederas are established and reputable manufacturers OE scole Nn nei do here by declare that we are not selling our product directly and as such authorize IMiSe odes Ee tpi vepitbulderebigem fessextuVeerta cuesteeiies epi S D IN en Name and address of Agent Distributor to submit a tender and subsequently negotiate and sign the contract with you against the above stated Tender Notice on behalf of us No company or firm or individual other than M s are being authorized to participate against this specific Tender Notice No dated We hereby extend our full guarantee and warranty as per Clause of the General Conditions of Contract for the equipment instrument offered for supply against this Tender Notice issued by the Govt of West Bengal This authorization is valid up to ssesueusss Yours faithfully Name for and on behalf of M s Name of manufacturers Page 12 of 61 Model Proforma 5 NON JUDICIAL STAMP OF TEN RUPEES TO BE SWORN BEFORE JUDICIAL EXECUTIVE METROPOLITAN MAGISTRATE and address of the firm do hereby solemnly affirm and declare 1 That I and the Principal Manufacturer of equipment offered have never been convicted of any offence under crimi
68. ly pump CO2 into abdomen while constantly measuring pressure e Should have 3 stages of flow 1 2 I min 6 l min 20 l min e Should have Gas flow in pulses easily operatable pressure controls e Should have Presetting of abdominal pressure amp gas flow rate Should be US FDA approved Telescopes A 10mm 30 degree length 135MM to 140MM B 10mm 0 degree length 135MM to 140MM Should be Fully Autoclavable Should be in both 0 and 30 degree Should be Wide Angled distortion free view Must be equipped with Universal Adaptor for other Light Sources Should have Yellow Sapphire Glass Tip Index for Optimum Evenness of Focus amp Contrast Should have blue eye piece OO dx Qo Tot SUCTION amp IRRIGATION DEVICE The hybrid unit is able to perform the suction and irrigation related application required in Laparoscopic Surgical procedures It possess the following specs Roller wheel for Irrigation Irrigation flow rate Max 1 8 min Irrigation pressure Max 400 mm Hg Vacuum pump for suction 56 Catalogue of Items Suction flow rate Max 1 8l min Suction Pressure 60kPa Unit has Start Stop buttons to switch over from Suction amp Irrigation modes a Includes accessories Reusable Tube set2 Nos Out flow tube set reusable 2 Nos Vacuum tube set reusable 2 Nos collection container Coil amp Single hand control amp 5mm Cannula Video Trolley Suitable Medical Grade video trolley to be supplied having minimum three self
69. m should come with high profile disposable blade system e System should come with 1 pack of high profile disposable blade at least 50 pcs pack e Suppliers should have a good number of installations in East North East region amp suppliers should have very good after sales service support with proven track record 37 Catalogue of Items e Should have Kolkata based excellent service back up with readily available spares and certificate from manufacturers for availability of spares for a minimum period of 5 years from the date of installation Desirable e Specimen Retraction preferably with provision of switching On Off e Trimming thickness selection preferably with 2 different steps preferably at 10 um and 50 um e Quick exchange specimen clamp e Both clock wise and anticlock wise coarse feeds 106 PATH EQ4 Trinocular microscope with pr daa Camera Specification follows image analysis software LCD TV and laptop 107 PATH_EQ5 Band saw 108 PATH_EQ6 Centrifuge machine electric 109 PATH_EQ7 Incubator Essential Double walled construction inner chamber stainless steel capacity 12 18 liters inner glass transparent door e Facility for adjustable shelves to convenient heights 4 removable shelves of stainless steel anodized aluminium to be supplied e Interior lighting facility insulated door fitted with heavy hinges handle locking e Mechanical door lock e
70. nal law of India or never been disqualified blacklisted while running the manufacturing business and or supplying Surgical Instruments amp Medical Equipment Drug or Non Drug to the Institutions Hospitals under the control of Government of West Bengal Department of Central Government Undertaking of Govt of India Govt of West Bengal or any Health Institution controlled by the Govt at any time 2 That no case is pending against me or against my firm in regards to the subject as stated in Para I 3 That I shall abide by the Terms and Conditions of the Tender Notice No db uus as invited by the Govt of West Bengal for supply of equipment to the Medical Institutions for the period from 4 That I do affirm that all the statements made by me in this tender are true to the best of my knowledge and belief and all the documents attached to it are genuine 5 That I declare that if any information is subsequently found incorrect or false it will automatically render cancellation of tender submitted by me us and make me us liable for penal legal action as per the existing rules of the Government of West Bengal and the laws of this country Dated 6e DEPONENT Page 13 of 61 Model Proforma 6 PERFORMANCE STATEMENT Tender Notice No di cesis Name of the Firm EE saa coueusaaaae Order placed Order Description and Value of order Date of Remarks Has the equipment
71. ne load at any continuous ambient temperaturetest s or day night cycling temperature test s Holdover time Minimum 20 hours Compressor starting voltage At 22 below manufacturers statedvoltage 10 out of 10 cold starts and 10 out of 10 hot starts must all besuccessful PHYSICAL CHARACTERISTICS Refrigerant type Must be CFC free chlorofluorocarbon free with HFC hydro fluorocarbon or HC hydrocarbon refrigerant The acceptability of alternative refrigerant gases will however continue to be assessed Thermal insulation foaming agent Can be any gas complying with the limitations and deadlines set by the Montreal Protocol on the ban of CFC gases Corrosion resistance Internal and external cabinet lid and frame protected against corrosion 97 Commed Eq 04 PLASMA TELEVISION Power source e AC 110 240 V 50 60 Hz Specifications e Screen 50 inches e Active Shutter Progressive 3D e 600Hz Sub field Drive e Web Smoother e 2D 3D Conversion e 3D24p Smooth Film 3D Real Sound e V Audio Surround sound e 2HDMI Terminals with cables e 2USBTerminals with cables Remote with batteries Connectivity e Web Browser e WiFi Ready e Media Player Eco friendliness e Mercury and Lead Free Panel Long Panel Life Up to 100 000 Hours e Energy Saving Functions Department of Chest Medicine 98 CHE Eq 01 Fiberoptic Bronchoscope Adult Broncho Fiberscope for
72. nol 30g Ethyl Hexadecyl Dimethyl Ammonium Ethyl Sulphate 0 2 g Prop INN Macetronium Ethyl Sulphate 60 Catalogue of Items PATH_RE 73 Leishman stain prepared PATH_RE 74 Giemsa Stain prepared PATH_RE 75 Formaldehyde 40 5 lit bottle 8 such PATH_RE 76 Potassium acetate extra pure 500 gm 20 such PATH_RE 77 Sodium acetate extra pure 500 gm 20 such 61
73. ny on per unit price iv Unit price for destination v Total unit price for destination Excise duties sales tax if included should be explicitly specified 12 3 It should be noted that payment by the Purchaser towards customs duty and local levies if any would be made on actual effective rate on the day of opening of price bid The purchaser would provide appropriate forms applicable to purchases made on behalf of Govt of Wet Bengal 12 4 The prices quoted by the Bidder and accepted by the Tender committee shall hold good till the completion of the works and no additional claims will be admissible on account of any price variation or fluctuation in market rates 12 5 The finally selected Bidder will have to apply to the proper Government Authority for grant of requisite License foreign exchange for such items as required and the purchaser will only tender such assistance as considered necessary 12 6 The firm has to provide the breakup expenditure of different quoted items as well as total expenditure clearly for the system 13 Important Instruction with regard to submission of tender 13 1 The rate should be quoted in Indian Rupees only both in figure and words for a particular brand or model model no of the offered item only as mentioned in the appropriate column of the Tender Form Alternative offer will not be accepted The tender shall be cancelled for the quotation of item without its brand name model model no etc Th
74. of 61 Catalogue of Items SI No Item No Name of the Item Specification Qty Department of Bio chemistry 1 Bio Eq 01 Plate Elisa Reader Specification follows 2 Bio Eq 02 Cellulose Acetate Membrane Cam Strip for Electrophoresis Department of Physiology 3x Physio Eq 01 Perimeter Priestley Smith model along with recording charts 4 Physio Eq 02 Benedict Roth apparatus 6 litre capacity spirometer fitted with 4 speed electric recording kymograph with writing ink pen Easily accessible valves soda lime container water outlet gas outlet and inlet 5 Physio Eq 03 3 channel Physiograph Comprises main console couplers transducers and related accessories Main console to be provided with chart drive ink pen recording system main amplifier plug in couplers channel width 70 mm 9 speed chart drive Time markers Department of Pharmacology 6 PHAR E Q 01 Assembly for isolated tissue experiment with Dale s organ bath Dale s single unit organ bath for isolated tissue experiment with plexyglass water bath minimum 7 height X 9 length X 6 width at least glass inner organ bath 7 height X 1 diameter with side inlet long glass made oxygen tube with metallic tissue holder at least 7 long metallic lever holder metallic oxygen tube holder heater with thermostat amp metallic heating coil gl
75. omatic reheating of wax before basket transfer to a wax bath Easy editing and changing of programmes even during a processing run e Should have Kolkata based excellent service back up with readily available spares and certificate from manufacturers for availability of spares for a minimum period of 5 years from the date of installation Desirable e Safety feature for automatic immersion of tissue basket in a station in case of mains power failure e Option for manual raising and rotation of carousel for immediate tissue basket removal or transfer to the next station using crank e Both immediate and delayed start option up to 7 days or more must be available 105 PATH EQ3 Manual Rotary Microtome with disposable blades Essential Manual Rotary Microtome imported model with Clockwise coarse feed Knife holder base with lateral displacement features including locking lever Standard specimen clamp with adapter should be provided with standard delivery Sectioning thickness selection should be selectable from 0 5 to 60 um with Sectioning thickness increments range from 0 to 2 um in 0 5 um increments from 2 to 10 um in 1 um increments from 10 to 20 um in 2 um increments from 20 to 60 um in 5 um increments e Vertical Stroke Length SHOULD BE ATLEAST 58 mm ALONG WITH Horizontal Specimen Feed of approx 25 mm e Specimen orientation facility must be available 8 through X Y axis e Syste
76. on Transparent acrylic plexyglass made cylindrical design Sliding adjustable nose piece Arrangement for exposure of the whole tail after insertion of the animal Size is such that it should be sufficient for restraining 70 125 gm rat Name of the manufacturer should be specified with model number 13 PHAR E Q 08 Mouse restrainers Broome Restrainers for fast and easy animal insertion Transparent acrylic plexyglass made cylindrical design Sliding adjustable nose piece Arrangement for exposure of the whole tail after insertion of the animal Size is such that it should be sufficient for restraining 30 70 gm mice Name of the manufacturer should be specified with model number 14 PHAR E Q 09 Analytical balance Electronic balance with wide angle LCD display Equipped with filters to reduce vibration Glass enclosure with sliding doors on the three sides Features including automatic zeroing selectable units Tare facilities units of measurement g mg oz etc weighing capacity 0 01 mg to gm atleast Power supply 220 240 V 50 Hz water proof keyboard 15 PHAR E Q 12 Glass pill tile Perfectly level glass 4 thickness 10 X12 Underside graduated up to 30 units one side Corners rounded 60 21 Catalogue of Items 16 PHAR E Q 13 Porcelain pill tile Perfectly level surface 4 thickness 10 X12 Corners rounded 60 Departm
77. perienced manufacturers authorized agents for supply installation and commissioning of instruments and equipments procurement of Chemicals amp Reagents as per enclosed list hereinafter referred to as the catalogue to College of Medicine amp Sagore Dutta Hospital hereinafter referred to as the purchaser under the control of the Department as per the requirement 1 2 Bidders are invited to study the tender document and terms amp conditions carefully Submission of tender shall be deemed to have been done after careful study and examination of the tender document with full understanding of its implications 1 3 The scope of work shall include Supply Installation Commissioning amp Satisfactory Demonstration This will also include testing packing transportation scheduling of transportation transit insurance delivery at sites unloading storage job site storage insurance installation any other services associated with the delivery of the equipment and materials providing warranty of services and operation and maintenance of other related equipment items required for complete installation The successful bidder will assume full responsibility of the complete system until final acceptance 1 4 It will be imperative on each bidder to fully acquaint himself with all the local conditions and factors which would have any effect on the performance of the system No request for the change of price or time schedule of delivery of stores shall
78. quoted Set of item along with a letter mentioning the name of firm name of the set of item offered and its catalogue nos under signature of the Bidder marked Annexure I The onus of proving that a Bidder is exempted from depositing earnest money shall lies on the Bidder ii The photocopy of the Income Tax Return as submitted in the previous financial year along with photo copy of PAN Card of the Bidder marked Annexure IT Page 4 of 61 iii VAT Registration Number up to date Return of Sales Tax submitted to the Sales Tax Authority marked Annexure IIT iv Papers in connection with the exemption of VAT of the Manufacturer in the case of the indigenous firm Papers shall be duly certified by the Commercial Tax Authority marked Annexure IIIA v Up to date Trade License from the appropriate authority marked Annexure V vi Affidavit for non conviction in a criminal case not being black listed in the past by any Govt Pvt Institution in non judicial stamp paper as per Model Proforma 5 supplied marked Annexure VT vii Treasury Challan Form T R Form 7 in Original showing deposit of cost of Tender Paper of Rs 1000 marked Annexure VIT viii Valid Manufacturing License of the manufacturer must be accompanied with the bid document if available marked Annexure VIIT ix Bidder Particulars as per Model Proforma 2 supplied marked Annexure IX x Bidder profile as per Model Proform
79. robic Systems One Jar polycarbonate 2 5 L One Lid non vented with O ring Gasket or vented with O ring Gasket One Clamp and Clamp Screw One Wire Rack One Tube Holder One Rubber Tubing and Tubing Clamp GasPak Plus hydrogen and carbon dioxide envelopes CampyPak Plus hydrogen and carbon dioxide envelope GasPak Anaerobic Indicator Materials required for operation of a vented system Manometer gas source and vacuum source 119 MICRO IN ST 06 ELISA READER DISPENSOR WASHER Specification Follows 40 Catalogue of Items 120 MICRO EQ IP 07 BIOSAFETY CABINET LEVEL 2 Specification Follows 121 MICRO EQ IP 08 DEEP FREEZER ILR 70 C 5 Vertical type with twin door and adjustable shelves Capacity 250 to 300 liter Temperature 70 C Celsius Accuracy 1 degree Celsius Must be able to perform at an ambient temperature of 40 C Celsius user friendly non CFC refrigerant Temperature For recording temperature Tolerance limit 8 C to 20 C Lower Supply 230 10 volts 50 Hz Voltage Stabilizer Microprocessor control digital display with battery backup and alarm signal should be there CE ISO 9001 IS 13485 marked or equivalent General User Technical Maintenance manuals to be supplied Requirements List of important spare parts and accessories with their part accessories with their part number and costing Certificate of calibration an
80. rs or pictures Hindi C or E chart c Worth four dot test 34 OPH Eq 08 Non Contact Tonometer with or without Corneal Response Technology 1 Easy to use touch screen interface 2 Patients simply lean against the forehead rest 3 Alignment is completely automated 4 One touch triple measurement mode 5 Clearly displays all measurement data 6 Internal printer simplifies record keeping 7 Electronic data transfer via USB port 8 Optional Chinrest 9 With without IOPg amp IOPcc IOPg goldman corrected IOP IOPcc Corneal compensated IOP 35 OPH EQ 09 Ultrasound Pachymeter Handheld Portable a This easy to use lightweight hand held instrument includes all of the features in other hand held pachymeters b Bluetooth wireless connectivity one button navigation rotating color LCD screen c Rechargeable lithium ion battery 36 OPH EQ Autorefractokerato Objective amp Refraction mode 25 Catalogue of Items 10 meter a Spherical range 22D to 22D 0 12D 0 25D b Cylindrical range OD to 10D 0 12D 0 25 c Axis range OL to 1800 in 10 or 5Listeps d Pupil diameter minimum measureable 2 0mm Corneal Curvature mode a Corneal curvature radius 5 00 to 10 00 b Refraction Index 1 3375 c Corneal refraction 67 5D to33 75D 0 12D 0 25D d Corneal astigmatism 0D to 10D 0 12D 0 25D e Corneal astigmatism axial angle OF to 1800 in
81. s rat amp mice The instrument should use opto electric system by using solid state invisible light receivers amp transmitters It consists of activity cage 30X30X30 cm In dimension with wire mesh floor Six pairs of light transmitters amp receivers are placed around the outer periphery of the activity cage so that it forms a mesh of beam in shape of square checks at a suitable height Interruption of beams by the locomotive animals is recorder digitally The activity is recorded on a high speed digital counter for display operating voltage 220 V 10 AC 50 Hz four or six digit high speed electronic display on the panel mains on off switches Zero reset top cover for the activity cage a sliding tray at the bottom to clean the excreta of the animal mild steel enclosure 50X50X40 cm Name of the manufacturer should be specified with model number 11 12 PHAR E Q 06 PHAR E Q 07 Rota rod Rat restrainers Useful for screening of drugs which are potentially active on motory coordination on rat model Rota Rod for Rats has four lanes and operates in constant speed accelerating and reverse rocking modes The tiltable digital panel shows accrued rotations and time on the rod Preferably Rod should include software for connection to PC and parameters can be controlled via PC Name of the manufacturer should be specified with model number Broome Restrainers for fast and easy animal inserti
82. s with montage bar e Brain mapping with multiple options e Online offline split video e Dual monitor option for video e Various options for EEG scrolling e Highly synchronised EEG with audio and video frames of 30 mm sec e USBinterface no external power required e Simultaneous acquisition and analysis of data e Coherence FTT graph and tabular data e Facility to mark event and write command on analysis mode e Complete EEG transfer from CD DVD hard disc e Easy connectivity with laptop desktop e Use defined photic stimulation protocols e Advanced graphic brain mapping with special array CSA e And Density Spectral Array DSA e Split screen facility to study and event montage carefully during acquisition e Auto backup of patient data for easy recovery e Longdistance modular amplifier design with 22 Catalogue of Items flexibility and reliability e Remote control video tracking device e Day night digital video cancans with high resolution zoom facility e Simultaneous analysis and recording e Online impedence check with displays of numeric values of all electrodes e Online Offline reformatting of filters low filters sensitivity and sweep on channels TECHNICAL SPECIFICATIONS No of channels 32 Sensitivity 1 microvolt and 1000 microvolt mm Sweep speed 7 5 15 30 and 60 mm se Notch filter 50 60 Hz on off Input impedence gt 20 Mohm Flah rate 1 to 50 Hz Power supply USB power CMRR gt 110 db power
83. stic information content of the image uptoat least 7 times 13 Frame rate Maximum achievable frame rate should be atleast 1000 frames second or more 14 Deep Doppler and colorperformance HPRF performance at depth 15 Image Management System should have facilities to store atleast 80 000 images and 2 minutes of Clip store should have the facility of performing calculations and annotations on stored images System should have inbuilt CD DVD USB Flash Drive writer for image transfer The system should have at least 150 GB hard disk for image storage 16 User Interface PC based operating principles System should have on screen menu for easy and immediate access to imaging controls Live image should be supported with side by side reference stored images on the Flat panel monitor System should have wrist support to help reduce operator repetitive stress injuries 17 Power requirements Unit should function with 200 240Vac 50 60 Hz input power supply 18 Transducer Should have three active ports Convex Probe 2 0 5 0 MHz Compounding and Harmonic Imagingshould be available Linear Probe 5 0 10 0 MHz Compounding and Harmonic Imaging should be available Micro Curved Array Probe 5 0 8 0 MHz Compounding and Harmonic Imaging should be vailable 9 Optional Accessories Should be supplied with compatible thermal printer with the unit Should have an option to connect external printer
84. suitability shall be final and shall not be opened for discussion THE TENDERERS ARE REQUIRED TO DEMONSTRATE THE QUOTED MODEL OF THE EQUIPMENT DURING THE TECHNICAL EVALUATION IF REQUIRED FAILING WHICH THEIR BIDS OFFER SHALL BE REJECTED THE TENDERER MUST QUOTE THE BEST OPTION AS PER OUR SPECIFICATION Page 5 of 61 15 Award of contract Prior to the expiry of the period of the bid validity the Principal College of Medicine amp Sagore Dutta Hospital will notify finally selected bidders in writing by registered letter or by fax that its bid has been accepted If a need for extension of the bid validity period arises it should extended by mutual agreement The notification of award will constitute the formation of contract During the period of validity of the contract the selected bidder shall supply surgical instruments and hospital equipments to the purchaser as per their requirements subject to the terms and conditions of this tender Any bid not conforming to the terms and conditions as laid down in the terms and conditions shall be rejected 16 Signing of contract Successful Bidders hereinafter referred to as the supplier shall enter into an agreement with the purchaser as per Model Proforma 8 as the purchaser notifies the finally selected bidders that its bid has been accepted the finally selected bidders shall collect the supply order amp Contract Form from the purchaser as and when such supply order are required subject to t
85. surgical probe length 30 33cm 3 Nos 15 10mm double action claw forceps 1 No 16 5mm Knot Pusher 1 No 17 Port closure 1 No 18 HF Monopolar cord 1 No 19 10mm Biopsy Spoon Grasper 1 No 20 Double Action Atraumatic Grasper length 30 to 33cm without ratchet 1 No Standards amp Safety 1 Should be FDA amp CE approved product 2 Manufacturer should have ISO certification for quality standards 3 Comprehensive training for lab staff and support services to familiarize with the system 4 Shall be certified to be meeting safety standard IEC 60601 2 18 part 2 Particular requirements for the safety of endoscopic equipment SOADMNERWNe 57 Catalogue of Items The core Operating system like Endovision Three chip HD camera light source HD Monitor Suction Irrigation Device fiber optic cable Video monitor should be from single manufacturer for system compatibility SI No Name of Item Unit Unit Qty List of Chemicals amp Reagents 58 Catalogue of Items PATH REI Distilled Water I P Jar of 5 liter Jar of 5 liter 10 PATH RE2 Ethanol I P 95 Rectified Bottle of 500 ml Carton of 10 1 Spirit Bottles PATH RE3 Sodium Chloride I P Bottle of 500 gms Carton of 20 5 carton Bottles PATH RE4 Trisodium Citrate I P Packet of 500 gms Carton of 20 1 carton Packets PATH RE 5 Ammonium Chloride
86. ta transfer facility to computer 13 should work on 220 230 volts AC 14 Should have in built printer 15 Should have external printer capable of printing complete results and graphs etc from Elisa System 16 Voltage stabilizer should be provided 17 Electrical connection 220 volts 50 Hz 18 Firm should perform the calibration of the Elisa Reader and submit the certificate for the same every year ie during the initial 03 year warranty period amp subsequently during 5 year CAMC period and also after any major repairs 19 Accessaries spares consumables a lamp 1 piece b Dust cover c 8 channel variable volume multi channel pipettes 5 50 uL and 50 300 uL 20 Documentation Others a Original Printed Technical Literature user maintenance manual to be provided Complying with the Specifications b Support services till familiarity with the system c Manufacturer s Authorization certificate in Original mentioning the tender ref no submitted with the offers Automatic Micro Plate Washer 55 1 Fully automated programmable micro plate washer with 8 12 manifold 2 The micro plate washer should offer the possibility of flexible programming of the desired washing procedures It should have 1 4 liquid channels 3 It should be capable of storing up to 75 user defined washing procedure 4 The dispensing volume well should be 50 370ul 5 Plate shaking should be programmable at any point of the washing procedure 6 Should have soak time of
87. the supplier shall be entirely responsible for loss damage deterioration depreciation of the goods due to faulty packing 29 PREPARATION AND DELIVERY OF TENDER Tender documents must be signed by the tenderers in full along with their stamp 30 Force Majeure Any failure of omission or commission to carry out the provision of the contract by the supplier shall not give rise to any claim by any party one against the other if such failure of omission or commission arises from an act of God which shall include all acts of natural calamities such as fire flood earthquake hurricane or any pestilence or from civil strikes compliance with any stature and or regulation of the Government lockouts and strikes riots embargo or from any political or other reasons beyond the supplier s control including war whether declared or not civil war or state or insurrection provided that notice of the occurrence of any event by either party to the other shall be given within two weeks from the date of occurrence of such an event which could be attributed to Force Majeure conditions The Institute reserves the right to accept or reject in whole or in part any or all the quotations received without assigning any reasons thereof SPECIAL TERMS AND CONDITIONS FOR TENDER SUBMISSION 1 The tenderer should have been in this business for a period of at least two years in the country in relation to the type of equipment for which the quotations tenders are being
88. tivity 15 Image capture freezing saving and print out 16 Statistic mode and automatic flow chart facility 124 Gynae Hysteroscope 4 0mm 30 deg Autoclavable Telescope EQ 02 4 0mm Hysteroscope Operative Inner Sheath 4 0mm Hysteroscope Operative Outer Sheath 4 0mm Hysteroscope Diagnostic Inner Sheath 4 0mm Hysteroscope Diagnostic Outer Sheath Operative Obturator 4 0mm Diagnostic Obturator 4 0mm Semi Flexible Double action Grasper 7Fr 41 cm Length Semi Flexible Biopsy Punch 7Fr 41cm Length Semi Flexible Scissors 7Fr 41cm length Port Seal 10 box Reusable Stopcock Resection Products 4mm 30 deg Telescopescope 24Fr Standard Flow Resectoscope Sheath 24 26Fr Continuous Flow Inner Outer Sheath Working Element Passive 24 26Fr Resectoscope Standard Obturator 24 26Fr Resectoscope Visual Obturator 24Fr 90 deg Cutting Loop Electrode 6 box 24Fr Roller Ball Electrode 6 Box Collings Knife Electrode 6 Box Ellik Evacuator Ellik Adapter Inner Sheath Ellik Adapter Outer Sheath Fluid Management System Fluid management system include Pre set pressure and flow rates Adjustable audible and visual deficit warnings Automatic exchange of fluid bag exchanges Customized flow rate up to 500 ml min and pressure up ta 200mmlHg Bright LCD pump display with intuitive controls Canister 42 Catalogue of Items Integrated tubing Monitor Pump console Wheel Balance 125 Gynae Laparoscop
89. ube marking apex of a pointer as cardinal point and should be read by the vernier in 0 1 mm graduation SPECIFICATIONS Measuring method Mercury column Measuring range 900 to 1 000hPa700 to 800mmHg Min graduation 1hPa 1 mmHg Vernier readings 0 1hPa 0 1mmHg Accuracy 0 5hPa Thermometer Mercury filled glass thermometer Measuring range 20 to 50 C Min graduation 0 5 C Dimensions 1 130 H x 100 W x 100 D mm Weight Barometer approx 2 to 3 kg Mounting board approx 1 8 kg For the safety of shipping mercury is separately packed in a glass container 95 Commed Eq 02 HARPENDEN SKINFOLD CALIPER Harpenden Skinfold Calliper should be made from high quality stainless steel with a rubber gripped handle The supplied Harpenden Skinfold Calipershould comply with the industry standard for quality and accuracy Features e Dial Graduation 0 2mm e Measuring Range 0mm to 80mm e Measuring Pressure l0gms mm2 constant over range e Accuracy 99 00 Repeatability 0 20mm 33 Catalogue of Items 96 Commed Eq 03 ICE LINED REFRIGERATOR General For ice lined refrigerator or combined refrigerator icepack freezer compression cycle with one or two compressors Power source is alternating current electricity PERFORMANCE Temperature control Refrigerator temperature throughout the area of afull or empty vaccine load must remain in acceptable range 2 C and 8 C throughout the vacci
90. uld be US FDA or CE of the quoted model b Manufacturer should be ISO certified for quality standards c Should have local service facility The service provider should have the necessary equipments recommended by the manufacturer to carry out preventive maintenance test as per guidelines provided in the service maintenance manual Technical Specifications The sterilization chamber should be double walled corrosion and gas resistant of suitable alloy The inner surface should be smoothly finished to minimize gas deposits The chamber shall be insulated against heat emission and the jacket shall be connected to the warm water circulation arrangement The sterilizer door shall have a quick release locking arrangement with door opening Suitable safety interlocking arrangement shall be provided for the door so that the sterilization process does not start unless the door is properly locked in position and during the program run it should not open The sterilizer shall be provided with a suitable vacuum pump and gas trap to separate and evacuate the gas The sterilizer shall be provided with an automatic programmable panel with memory for preset operating sequence of all programs of operation Monitoring instruments should be provided with the ETO for proper operation and monitoring of sterilizing process such as pressure manometer thermometer limit selector for temperature and pressure etc The ETO sterilizer should be able to operate for the minimum
91. ve anti moister filter for fiber scopes 4 Should have fully automatic exposure control 5 Should have automatic white balance with memory function 6 Should have horizontal resolution of more than 450 lines 7 Should provide compatible optical interface for the fiber bronchoscope supplied 8 Should be supplied with 15 CRT flat TV monitor 9 Should work with input 200 to 240Vac 50 Hz supply LIGHT SOURCE Should be a halogen light source with minimum 150W light output Should have manual light intensity control Should have dual fan cooling system Should have two lamps of 150W and should have provision to change over in the event of failure from one lamp to another Should work with input 200 to 240Vac 50 Hz supply OTHERS 1 Should be supplied with suitable trolley 2 Trolley should have at least 5 power sockets to connect the camera monitor etc 7 Anaes EQ 05 NERVE STIMULATOR RECHARGEABLE ACCUMULATOR BUILT IN BATTERY CHARGER Should be able to Stimulate Motor Cerebral Nerves and Peripheral Nerves during the Intra Cranial Operation and Peripheral Nerve or Plexus Injuries The Unit Can be applied on fresh Nerve Injuries to locate the peripheral stump of the nerve as long as the wallerian degeneration has not taken place The Unit Can be used On Old injuries showing considerable Scars The Unit can also be used to locate those motor nerves with only a partial loss TE
92. vibration reducing system to suit low noise and vibrations 3 Front door should be made of polycarbonate toughened glass 6 mm adjustable as per lab requirement vertical sliding one piece with counter weight arrangement for finger tip control 4 Side walls should be made of stainless steel 304 grade Heavy gauge 14 G 5 Should have Fluorescent light with low energy choke less to withstand larger fluctuations in voltage should be placed outside working zone to avoid turbulence 6 Should have support stand with leveling screws adjustable from 55 85 mm 7 UV lamp should be in working zone 40 micro watts square cm at 254 nm or better and placed so that the operator cannot see directly i e eyes should be always protected 8 Universal Service fittings for gas and air should be provided with gas burner along with gas cylinder which can be refilled on requirement 9 Should have Rehabitable pre filters should have efficiency of more than 8096 10 Should have Switches amp Electrical sockets outlets for 15 5 amp 11 Should have Pressure Monitors like Magnehelic gauge are required to indicate pressure drop across HEPA filter 12 Should have DOP Port 13 Should have current leakage circuit breaker 14 Should have air tight duct exhaust extension 15 Should have Contaminated plenum in negative pressure to prevent leakage into the environment Exhaust blower should be placed outside at roof top level 16 Exhaust blower should
93. well solution The time and speed should be user definable 9 It should have the measurement range up to 2 5 Abs 10 It should have ports for external printer Elisa Washer SPECIFICATIONS M It should have 4 bottles connected to it One Rinse 2 Wash and One Waste bottle 2 Itshould have two options for dispensing Low and High 3 The System must offer choice to use any of the 2 wash buffers while running 4 The system must perform Top wash bottom wash and in case of Flat wells cross wise washing It should have soak facility for 1 250 seconds 5 The Microplate must be docked in a removable Plate Carrier whose decontamination can be performed SI No 19 Radio Eq 01 Specification of Ultrasound Should be a multi purpose high performance color Doppler imaging system designed for abdominal vascular urology Small parts and superficial applications 45 Catalogue of Items Technical Points System Architecture 1 Beam former Universal Digital Beam former accepting routine Intra operative Convex Linear and micro Curved array probes 2 Display Should have a High resolution 17 medical grade Flat Panel monitor with articulating arm and IPS 3 Digital Processing Channels Should be 20000 or more 4 Gray Scale 256 gray levels with system dynamic range of more than 200dB 5 Display modes With B 2B 4B Compounding M PW HPRF and Color Doppler with Power Doppler Phase inversion Tissue Harmonics should be avail
94. with Back up Halogen source 3 Compatible RGB Color monitor At least 14 4 Compatible image capturing device with adequate detachable and storage memory devices CD Writer 5 Field of View 120 degree or more 6 Depth of field 3 mm to 100 mm or better 7 Direction of View Forward viewing 8 Distal end Dia At least 6 mm 9e Insertion tube Dia At least 6 mm 10 Working Length 580 m to 600 mm 11 Min Visible distance 3 mm from distal end 12 Instrumental Channel Dia more than 3 mm 13 Bending range Up 180 deg amp Down 130 deg Following accessories required Standard set should include biopsy forceps Fenestrated amp Alligator type I no each Grasping Forceps Shark Tooth type 1 no Cytology Brush Set 10 12 Brushes with Reusable sheath Canutae I no Coagulation Electrode with cord 1 no 99 cleaning and maintenance kit Separate Instrument channel for therapeutics It should be compatible with the above mentioned video processor unit Xenon light source RGB color monitor and image capturing device Standard set should include Biopsy forceps Ellipsoid 1 no each Cytology Brush set 6 pieces disposable type cleaning and maintenance kit 101 CHE EQ 04 NON INVASIVE VENTILATOR The ventilator should have the following specifications The ventilator should have the following specifications 1 Modes CPAP Spontaneous Timed Bilevel positive pressure ventilator 2 Pressures
95. x 500ml 100 x 500ml 5 PATH_RE 45 Orange G 5 x25 ml 5 x25 ml 1 carton PATH_RE 46 Xylene 100 x 500ml 100 x 500ml 5 PATH_RE 47 Brilliant Cresyl Blue 2x25 gm 2x25 gm 1 PATH_RE 48 Sudan Black B 2x25 gm 2x25 gm 2 PATH_RE 49 Per Iodic Acid 2x25 gm 2x25 gm 2 PATH_RE 50 Basic Fuchsin 2x25 gm 2x25 gm 2 PATH_RE 51 Acid Fuchsin 2x25 gm 2x25 gm 2 PATH_RE 52 Pot Meta Bisulphate 2 x 500 gm 2 x 500 gm 2 PATH_RE 53 Activated Charcoal 2 x 500 gm 2 x 500 gm 2 PATH_RE 54 Pot Ferro cyanide 2x 100 gm 2x 100 gm 2 PATH_RE 55 Sodium Thiosulphate 1x 500 gm 1x 500 gm 2 PATH RE 56 Conc Ammonia 2x500ml 2x500ml 5 PATH RE 57 Silver Nitrate 2x100 gm 2x100 gm 1 PATH_RE 58 Tron Alum 1 x 500 gm 1 x 500 gm 5 PATH_RE 59 Oxalic Acid 1x 500 gm 1x 500 gm 2 PATH RE 60 Picric Acid 1 x 500ml 1 x 500ml 2 PATH RE 61 Giemsa Powder 2x25 gm 2x25gm 10 PATH RE 62 Formic Acid 1x500ml 1x500ml 2 PATH RE 63 Methyl Blue 1x500ml 1x500ml 1 PATH_RE 64 Tris Buffer 1 x 500 gm 1 x 500 gm 5 PATH_RE 65 APTT Kit Action FSL Dada Kit Kit 50 Bchring PATH RE 66 Multistix 200 PATH RE 67 Urostix 200 PATH RE 68 Papinocolaou Solution 1A 125 ml 125 ml 5 PATH RE 69 Papinocolaou Solution 3B 125 ml 125 ml 5 PATH RE 70 Papinocolaou Solution 2B 125 ml 125 ml 5 PATH RE 71 Antiseptic Lotion 5 15 Bottle of 500 ml Carton of 10 1 carton Cetrimide 8 Bottles Chlorhexidine Combination PATH_RE 72 Hand Disinfactant Each 100 500 ml Bottle Carton of 10 2 cartons gm contains 2 Propanol 45g 1 Bottles Propa
96. y order drawn in favour of the Principal College of Medicine amp Sagar Dutta Hospital The demand draft pay order shall have to be enclosed along with the financial bid 6 2 The Earnest Money in case of unsuccessful Bidders shall be retained by the Purchaser upto a maximum period of 1 Year from the date of opening of the Bids or till the finalization of the tender whichever is later The Earnest Money shall be refunded to the unsuccessful bidder on written request along with photocopy of Demand Draft No interest will be payable by the Purchaser on the EMD 6 3 The Earnest Money shall be forfeited a If a Bidder withdraws his bid during the period of bid validity specified by the Bidder in the Bid Or b In the case of the finally selected bidder if the Bidder fails 1 tosign the Contact in accordance with Clause 17 or i to furnish Performance Bank Guarantee in accordance with Clause 10 3 or iii if at any stage any of the information declaration is found false Earnest Money in respect of the finally selected Bidder s will be discharged upon the Bidder s executing the Contract and furnishing the Performance Guarantee pursuant to Clause 10 3 7 Period of Validity of Bids Page 2 of 61 Bids shall remain valid for atleast one year from the date of opening of the bid The Purchaser as non response may reject a bid valid for a shorter period 8 THE FORWARDING LETTER UNDERTAKING MODEL PROFORMA 1 ALONG WITH CHECKLIST FOR T
Download Pdf Manuals
Related Search
Related Contents
English-US MANUEL D`UTILISATION BROYEUR THERMIQUE LSG2506 Basic User Guide for Palatine Large Seminar room HTLV BLOT 2.4 - MP Biomedicals Dodge 2008 LX-49 Magnum SRT8 Automobile User Manual maintenance/service manual instruction manual Guide d`installateur - Impact Distribution 8825E SERIES Neff T45D40 hob Copyright © All rights reserved.
Failed to retrieve file