for purchase of medical equipments...the form of demand draft drawn in favour of “esi fund account...

38
1 E-TENDER ENQUIRY DOCUMENT FOR PURCHASE OF MEDICAL EQUIPMENTS

Upload: others

Post on 29-Mar-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

1

E-TENDER ENQUIRY DOCUMENT

FOR PURCHASE OF MEDICAL

EQUIPMENTS

Page 2: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

2

REGIONAL OFFICE::Telangana

EMPLOYEES STATE INSURANCE CORPORATION 5-9-23, HILL FORT ROAD, ADARSHNAGAR

HYDERABAD-500063, email: [email protected] Tel No. 23232356, Tel-Fax: 040-23235048.

Tender Enquiry No; 52-U-16/17/21/7/2019/DIMS/SMO Date: 22/02/2019

E-TENDER NOTICE No.01/2018-2019 E-Tenders in Double bid system are invited by the Additional Commissioner & Regional Director, Regional Office, ESI Corporation, Telangana from the eligible manufacturers / authorized dealers / distributors for the supply of medical Equipments to ESI Hospital, Ramachandrapuram. Detailed information regarding the items, application / tender forms, EMD details, specifications, terms and conditions can be downloaded from the following websites: www.esic.nic.in The interested bidders shall submit their tender(s) through online mode at the e-procurement portal https://esictenders.eproc.in In addition to e-tender which has to be filed online, the bidders are also required to submit hard copies of Tender documents duly completed along with Earnest Money Deposit (EMD), supported by requisite documents and forms, as mentioned in the tender. For all practical purposes, the e-tender shall be considered for evaluation and the hard copy of tender documents would also be scrutinized for confirmation. Any corrigendum to this tender will be notified through the aforesaid websites only. The undersigned reserves the right to accept or reject any or all the bids without assigning any reason at any stage. Tender List of Departments.

S.No. Name of the Department

01 Radiology

02 Micro Biology

03 Bio Chemistry

04 Pathology/Hematology

The schedule for different activities is as below:

S. No.

Description /Name of the Department. Schedule

I E-Tender document available at ESIC website / e-procurement portal

From dt: 27-02-2019 to dt: 19-03-2019

Page 3: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

3

https://esictenders.eproc.in

II Last date and time for submission of completed Tender forms for both on-line and off-line mode

Up to 01:00PM on Dt:19-03-2019

III Date and Time for Opening of Technical Bids 02:30 PM on, Date: 19-03-2019

If the date of opening of tender happens to be a holiday, the tender will be opened on the next working day. Tender documents duly completed should be dropped on or before the date and time mentioned above, in the tender box kept at the Regional Office, ESI Corporation, Regional office,2nd floor, Hill Fort Road, Hyderabad-500 063. Sd/-

Additional Commissioner & Regional Director

Page 4: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

4

REGIONAL OFFICE::Telangana

EMPLOYEES STATE INSURANCE CORPORATION 5-9-23, HILL FORT ROAD, ADARSHNAGAR

HYDERABAD-500063, email: [email protected] Tel No. 23232356, Tel-Fax: 040-23235048.

Tender Enquiry No; 52-U-16/17/21/7/2019/DIMS/SMO Date: 22/02/2019

E-TENDER NOTICE No.01/2018-19 Sub: Invitation of Tender for procurement of Medical Equipments – Reg.

The Additional Commissioner & Regional Director, ESI Corporation, Telangana, Hyderabad invites e- Tender in Double Bid system for procurement of medical equipments for Radiology department to ESIS hospital, R. C. Puram as per the specifications enclosed. Bidders are requested to submit the requisite information / documents as per the following annexure:- Annexure – I (Compulsory documents or check list) Annexure – II (Forwarding of tender documents) Annexure – III (Instructions for E-tendering) Annexure – IV (Instructions for offline submission of tender) Annexure – V (Tender Terms and Conditions) Annexure – VI (Company Profile) Annexure – VII (Declaration Form) Annexure – VIII (Request for refund of EMD) Annexure – IX (Price Bid) Annexure – X (Price Schedule) Annexure – XI (Quotation for CAMC) Annexure – XII (Warranty certificate) Annexure – XIII (Price list for spares/consumables/reagents) Annexure -XIV (Specifications)

ADDITIONAL COMMISSIONER & REGIONAL DIRECTOR

Page 5: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

5

TENDER DOCUMENT

The Additional Commissioner & Regional Director, Medical Branch, ESI Corporation, Telangana, Hyderabad, invites e- tenders from eligible and qualified Bidders for supply of following Medical equipments for Radiology department to use at ESIS Hospital, R. C. Puram, Nacharam, Warangal and Diagnostic Center, Jeedimetla. LIST OF EQUIPMENTS

S. No. Name of the Equipment Quantity E.M.D Per Unit

Bid System

01 Automated Haematology Analyser (5 – part)

02 No. Rs. 75,000/ Double

02 Fully automatic Random Access BioChemistry Analyser

02 No. Rs. 75,000/ Double

03

Microplate Automatic ELISA reader with automatic plate washer with printer

01 No. Rs. 50,000/- Double

04 Glycosilated Haemoglobin analyser (HbA1C analyser)

01 No. Rs. 25,000/- Double

05 X-Ray Machine 300 MA 01 No. Rs. 50,000/- Double

06 CR System 01 No. Rs. 75,000/- Double

07 Ultra Sound Scanner with probes

02 No. Rs. 70,000/- Double

Remark: Bidder has to deposit the Earnest Money Deposit (EMD) for each item individually in the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise. Tenders without EMD shall be rejected. A complete set of hard copy of tender documents along with EMD must be submitted up to

the stipulated date and time in the tender box kept for this purpose in the Medical Branch, ESI Corporation, Regional office,2nd floor, Hill Fort Road, Hyderabad-500 063. Non –submission of hard copy will lead to rejection of the tender application. All pages of hard copy should be numbered in the sequence mentioned as per document list. All pages must be tied/spiral binded. Only required copies as per document checklist should be enclosed.

ADDITIONAL COMMISSIONER & REGIONAL DIRECTOR

Page 6: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

6

ANNEXURE – I COMPULSORY DOCUMENTS (OR) CHECK LIST

1. Compulsory documents for Technical Bid :

S. No. Title Status (Fill Yes or No)

Page No. (all documents to be serially numbered by the bidder)

1 Have you enclosed EMD of required amount for the quoted schedules? Please mention value of EMD & Date of issue from Bank.

2 Have you Submitted tender document downloaded from ESIC website and signed in all pages?

3 Have you submitted Equipment Specific manufacturer’s authorization? & Authorization of the name of the person (Firm) on which the tender is participated in E-Procurement portal.

4 Have you submitted The certificate of incorporation/Firm Registration/Valid trade license.

5 PAN Number of the firm/Partner/ owner as the case may be

6 GST Registration certificate.

7 Have you furnished IT Return, Balance Sheet and Profit & Loss Account for last three years prior to the date of Tender opening i.e. Financial Years 2017-18, 2016-17, 2015-16.

8 Have you accepted all terms and conditions of Tender Enquiry document?

9 Purchase Order copies in the bidder’s name for having supplied the quoted equipment to Government Hospitals/reputed institutions

10 Satisfactory Performance Certificate from the users for the quoted equipment.

11 Certificate that the quoted items have not been supplied to any other organization/institution at a rate, lower than quoted here in last 3 months

2. Compulsory documents for Price Bid : (Fill Yes or No)

1 Price Bid for the quoting equipment

2 Quotation for CAMC

3 Price Catalogue for all spares/consumables/reagents of the equipment (if any) for five years after warranty period

Page 7: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

7

ANNEXURE - II

TENDER FOR THE SUPPLY OF MEDICAL EQUIPMENTS REQUIRED FOR USE IN ESIS HOSPITAL, R. C. PURAM, Nachaarm, Warangal and Diagnostic Center, Jeedimetla HYDERABAD To The Additional Commissioner & Regional Director, Medical Branch, ESI Corporation, Regional office, Hillfort Road Hyderabad- 63. Sir, Sub: Forwarding of Tender documents for Medical Equipments - Reg. * * * We have pleasure in submitting our tender for __________________________ (Name of the equipment) We enclose herewith a Demand Draft No. ____________Dt.________ for Rs._________ drawn in favour of the “ESI Fund Account No. 1” payable at Hyderabad towards Earnest Money Deposit. We bind ourselves to the conditions prescribed in the Tender Notification. We agree to have the Earnest Money forfeited in case of failure in full or part to undertake the contract upon the acceptance of this tender. OFFICE SEAL: SIGNATURE: DESIGNATION:

NAME &ADDRESS:

Page 8: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

8

ANNEXURE – III

Important Instructions for Bidders regarding Online Payment All bidders/contractors are required to procure Class-IIIB Digital Signature Certificate (DSC) with Both DSC Components i.e. Signing & Encryption to participate in the E-Tenders. Bidders should get registered at https://esictenders.eproc.in. Bidders should add the below mentioned sites under Internet Explorer » Tools » Internet Options » Security » Trusted Sites » Sites of Internet Explorer:

https://esictenders.eproc.in Also, Bidders need to select “Use TLS 1.1 and Use TLS 1.2” under Internet Explorer » Tools » Internet Options » Advanced Tab » Security. Bidder needs to submit Bid Processing Fee charges of Rs. 2495/- (non-refundable) in favour of M/s. C1 India Pvt. Ltd., payable at New Delhi via Online Payment Modes such as Debit Card, Credit Card or Net Banking for participating in the Tender. Bidders can contact our Helpdesk at https://esictenders.eproc.in/html/Support.asp

Page 9: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

9

ANNEXURE – IV INSTRUCTIONS FOR OFFLINE SUBMISSION OF TENDER 1. The sealed envelope containing the completed tender super scribed as “TENDER FOR THE SUPPLY OF …....................................................... (name of the equipment)” addressed to Medical Branch, ESI Corporation, Regional office, 2nd floor, 5-9-23, Hillfort Road, Hyderabad-500 063 , will be received up to the date and time stipulated. 2. FOR DOUBLE BID SYSTEM The sealed envelope containing the completed tender superscribed as "TECHNICAL BID FOR THE SUPPLY OF EQUIPMENTS/INSTRUMENTS _________________ (Name of the Equipment) for the Department of _________ (Name of the department) Due on _____ (Last date of submission) on the first envelope and "PRICE BID FOR THE SUPPLY OF EQUIPMENTS/INSTRUMENTS _____ (Name of the Equipment) for the Department of _____ (Name of the department) Due on _____ (Last date of submission)" on the second envelope. Both the envelopes are again to be sealed and put in a single envelope superscribing "TENDER FOR _____ (Name of the Equipment) Due on _____ (Last date of submission) should be addressed to The Medical Branch, ESI Corporation, Regional office,2nd floor, 5-9-23, Hillfort Road, Hyderabad-500 063. 3. BIDDERS ARE FREE TO QUOTE FOR ONE OR MORE EQUIPMENTS BUT SEPARATE ENVELOPE FOR EACH EQUIPMENT SHOULD BE USED AND SEPARATE DEMAND DRAFT TOWARDS EMD FOR EACH EQUIPMENT SHOULD BE ENCLOSED, FAILING WHICH, THE QUOTATION FOR THAT EQUIPMENT WILL BE TREATED AS UNRESPONSIVE AND SUMMARILY REJECTED. QUOTATIONS FOR SEPARATE EQUIPMENT BY THE SAME BIDDER SHOULD BE SUBMITTED IN SEPARATE ENVELOPE AND SHOULD NOT BE PUT IN A COMMON COVER. 4. The EMD amount should be enclosed along with the tender documents. 5. Postal delays if any will not be considered. 6. The documents which are submitted by the bidder are to be serially numbered. 7. Each and every page of the tender document should be and signed by the authorized signatory of participating bidder with seal which indicates acceptance of all the terms and conditions of the tender document. 8. The bidder shall also enclose the copies of documents in support of details about the firm besides latest income Tax returns, GST Registration Certificate, PAN, Purchase Orders, Satisfactory Performance certificates etc. All these documents shall be kept along with the Technical Bid.

Page 10: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

10

9. For Price Bid it is mandatory to submit the rates for each and every item shall be quoted in figures and words in the relevant columns provided in the Annexure-X of e-tender document. 10. The quotation should be typed / written and every correction in the tender should invariably be attested by full signature by the bidder with date before submission of the tenders to the authorities concerned, failing which, the tender is liable for rejection. 11. Declaration form and Company profile formats enclosed must be filled in and signed by the Bidders and enclosed along with the tender. Tenders received without the Declaration form shall not be considered. 12. All Duly signed copies of tender document, other documents along with original EMD shall be dropped in the Tender Box kept for this purpose in the Medical Branch, ESI Corporation, Regional office,2nd floor, Hillfort Road, Hyderabad-500 063.

Page 11: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

11

ANNEXURE – V TENDER TERMS AND CONDITIONS 1. Tenders will be opened in the Regional Office, ESI Corporation, Regional office,2nd floor, Hillfort Road, Hyderabad-500 063 on the stipulated date and time in the presence of the Bidders / representatives who choose to be present. 2. The two parts of the bids i.e. Techno - commercial (Unpriced Bid) and Price bid prepared by the Bidder shall comprise of the following: (A) Techno - commercial Bid (Unpriced Bid)-Compulsory Documents

a) Bid Security (EMD) should be furnished in accordance with instructions. b) Detailed technical specification of items quoted along with catalogue /

literature, make and model of the equipments offered without indicating price. c) Statements of Deviations from tendered commercial conditions, if any. d) Statement of deviations parameter wise from tendered specifications, if any. e) Bidders have to indicate the name and address of the bankers. f) Equipment Specific manufacturer’s authorization certificate. g) The certificate of incorporation/Firm Registration, if a firm / valid trade license

if a trader. h) PAN Number of the firm/Partner/ owner as the case may be i) GST Registration Certificate j) IT Return, Balance Sheet and Profit & Loss Account for last three years prior to

the date of Tender opening. (For FY 2015-16, 2016-17, 2017-18 AY 2016-17, 2017-18, 2018-19).

k) Purchase Order copies in the name of bidder for having supplied the quoted equipment to Government Hospitals/reputed institutions (P.O date should be in FY 2016-17, 2017- 18, 2018-19) Purchase Orders of old periods will not be considered.

l) Satisfactory Performance Certificate from the users for the quoted equipment in the name of manufacturer/bidder for Financial Year 2016-17/2017- 18/2018-19.

m) Certificate that the quoted items have not been supplied to any other organization/institution at a rate, lower than quoted here in last 3 months.

If a bidder is quoting for more than one equipment in the same Department, he may submit one set of copies of documents as at (e),(g), (h), (i), and (j) above called as “common documents” in separate cover superscribed “Common Documents for Tender for ------ Department”. All other documents namely (a), (b), (c), (d),(f), (k), (l) and (m), which are equipment specific, should be submitted separately for each equipment in separate covers. (B) Price Bid

a) The information given at Techno - commercial bid should be reproduced in price bid with prices indicated. Any deviation in this regard will render the bid liable for rejection.

Page 12: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

12

b) Rates should be typed in words as well as in figures, free from erasing, cutting and overwriting.

c) Price quoted should match with the items quoted in techno - commercial bid. d) Each and every page of the quotation should be serially numbered and duly

signed. e) In case the price quoted cannot be matched with the items/quoted in technical

bid, the bid shall be liable to be rejected. f) The quoted price should be all inclusive lump sum price offered for each item

including cost of the equipment, freight, Insurance, transit insurance, packing forwarding etc., and including charges for installation and commissioning with all men and material required for the same and including charges for the quoted warranty period. Rates and Sales Tax/VAT must be quoted separately.

g) The rates quoted should be F.O.R ESIS Hospital, R. C. Puram, Nacharam, Warangal and Diagnostic center Jeedimetla, Hyderbad-76. No other charges in addition will be payable on any account over and above the lump sum price quoted in the price bid. The rates quoted in ambiguous terms such as "Freight on actual basis "or" Taxes as applicable extra" or "Packing forwarding extra" will render the bid liable for rejection.

h) Only Techno - commercial bid (un-priced bid) will be opened first on the date mentioned in the presence of bidders who chose to be present. The price bid of the firm whose equipment is technically viable fulfilling the specifications and all other conditions alone, will be considered for evaluation.

i) A certificate that the quoted items have not been supplied to any other organization / institution at a rate, lower than quoted here, should be enclosed.

j) For imported goods, the price quoted shall not be higher than the lowest price charges by the Bidder for the goods of the same nature, class or description to a purchaser, domestic or foreign or to any organization or department of Govt. of India.

k) If it is found at any stage that the goods as stated have been supplied at a lower price, then that price, with due allowance for elapsed time will be applicable to the present case and the difference in cost would be refunded by the supplier to the purchaser, if the contract has already been concluded.

3. Tender currencies: The Bidder supplying indigenous goods shall quote only in Indian Rupees. 4. Bid Security (EMD) : Each tender must be accompanied by a EMD as mentioned against the equipment in the form of Demand Draft only drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. The tenders not accompanied by EMD are liable for rejection. For EMD exemption, if any necessary documents for exemption should be submitted, otherwise tender will be liable for rejection. Advance Stamped Receipt for the refund of EMD should be enclosed with the tender document. The EMD of unsuccessful Bidders shall be refunded after the award of tender to the successful renderer.

Page 13: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

13

5. Only the manufacturers or their authorized distributor/stockist would be considered for the tender. 6. Either the authorized Indian agent on behalf of the principal/OEM or principal/OEM himself can bid but both cannot bid simultaneously for the same item/product in the same tender. 7. If an agent submits bid on behalf of the principal/OEM, the same agent shall not submit a bid on behalf of another principal/OEM in the same tender for same item/product. 8. Successful bidder shall not be entitled to any rate revision of price for any reason except that allowed by Government of India. 9. The rates quoted should be valid for one year from the date of approval of the Tender and the quantity mentioned is on the basis of present requirement which are to be supplied within the period mentioned in the tender. During the currency of Tender, orders are to be executed by the successful Bidder at the tender rate as per future requirements, therefore the quantity in the tender is indicative only and likely to increase. 10. Copies of Purchase Order in the bidder’s name for having supplied the quoted equipment to Government Hospitals/reputed institutions should be enclosed. The rates quoted in the purchase order should not be deleted or made illegible. A satisfactory performance certificate from users of the equipment should also be enclosed.

11. For the equipment where reagents, cartridge, other consumables, etc. are required the price bid must include: A) The rate list indicating the prices of the consumables prevalent on the date of tendering B) List should indicate the cost and life of consumables C) The rate for reagents, consumables etc. should remain constant for five years. 12. Firms should also give a certificate that spares/ consumables/ reagents of the equipment quoted will be freely available at least for five years after warranty period. 13. The equipments should be Guaranteed/ Warranted (Comprehensive) for a minimum period of two years from the date of satisfactory installation and inspection. 14. Firm should undertake to enter into Annual Maintenance Contract (CAMC) for equipment (mandatory for all equipments in double bid system) as well as for accessories attached for a minimum period of five years after completion of warranty period and accordingly quote the rates of CAMC for five years. The rates for CAMC (Comprehensive) should not exceed 10% per annum, of the unit cost of the equipment on the date of purchase. Firm should undertake to keep the equipment in running order throughout the year and in case of equipment going out of order during warranty CAMC the fault should be attended within 24 hours and rectified within 7 days of lodging the complaint.

Page 14: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

14

16. If the equipment needs calibration, the firm shall be responsible for calibration as part of CAMC. 17. Bidder should be able to demonstrate (dry Demo and wet Demo) the product quoted by them, to the Technical evaluation Committee in Hyderabad within the due date after the check list evaluation of the Bidder. 18. The company will get only one chance for demonstration. In case, the company fails to arrange the demonstration; the tender shall be liable for cancellation. 19. The date for demonstration shall be fixed with mutual consent on telephone/e- mail and the same shall be confirmed in writing or by fax. In any case, not more than two weeks time shall be given to arrange for demonstration. 20. The successful bidder should furnish Performance Security Deposit @ 10% of the value of the contract. 21. In addition to the above conditions the bidders may consider buy back policy conditions. 22. The Additional Commissioner & Regional Director, Telangana, ESI Corporation, Hyderabad will be at liberty to terminate the tender proceedings without assigning any reasons thereof. The bidder will not be entitled for any compensation whatsoever in respect of such termination. 23. No articles shall be supplied to the hospital except on requisition in writing signed by the Additional Commissioner & Regional Director or by an officer authorized by him/her in writing to do so. 24. Bidders in their own interest shall ascertain the eligibility of whatsoever concessions and exemptions are eligible and applicable to the ADDITIONAL COMMISSIONER & REGIONAL DIRECTOR , ESI Corporation, Regional office,2nd floor, Hillfort Road, Hyderabad-500 063 and shall advise the purchaser and quote accordingly. 25. Delivery Schedule: Within 45 days after placement of supply order. The delivery should be at the place shown by the receiving officer within the premises of the ESIS Hospital, R. C. Puram, Medak District. at the cost of the supplier. For imported items, an enhanced delivery period, if required can be agreed and the same should be indicated clearly. If the successful Bidder fails to execute the supply within the stipulated period, penalty of 2% of the value of order calculated at the contracted rate per week or a part of week will be recovered subject to maximum of 10 percent. 26. Terms and Mode of Payment Terms Payment shall be made subject to recoveries, if any, by way of liquidated damages or any other charges as per terms & conditions of contract in the following manner.

Page 15: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

15

Payment shall be made in Indian Rupees as specified in the contract in the following manner: a) On delivery: 100 % payment of the contract price shall be paid on receipt of good in good condition and upon the submission of the following documents:

i. Four copies of supplier’s invoice showing contract number, goods description, quantity, unit price and total amount.

ii. Consignee Receipt Certificate in original issued by the authorized representative of the consignee.

iii. Two copies of packing list identifying contents of each package; iv. Inspection certificate issued by the nominated Inspection agency, if any; v. Certificate of origin.

vi. Installation certificate from the supplier duly signed by using department HOD. vii. 10% of the equipment total cost as Performance Security.

b) Performance Security: In case of Equipments, on notification of award, the successful bidder has to deposit the 10% of total cost the performance security with the Additional Commissioner & Regional Director in the form of Demand Draft in favour of ESI Fund account No:1 payable at Hyderabad which will be released after the entering into CMC(Comprehensive Maintenance Contract) and on receiving the satisfactory Performance certificate from the user department. The payment towards the supply is subject to receipt of inspection note/performance Certificate to the effect that the items supplied are conforming to the supply order placed.

ADDITIONAL COMMISSIONER & REGIONAL DIRECTOR

Page 16: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

16

ANNEXURE – VI COMPANY PROFILE 1. Name of the firm 2. Full Address: 3. Telegraphic Address/E-mail Id: 4. Telephone No. 5. Telex/Fax No. 6. Date of Establishment of firm: 7. Is Your Firm registered under? 1. The Factories Act 2. Companies Act 3. Any other Act 8. Name & address of your Bankers. Stating the name in which the Account stands (Please give Account details) 9. Are you on the list of approved? Contractors of any other authority (if so please give details) 10. Give details of any Govt. contract Executed during the last 12 months 11. Are you a Manufacturer? If so Please furnish the items you Manufacture 12. Are you a small scale industry? Registered with the appropriate Authority. If so furnish details 13. Are your products certified by ISI? If so furnish details 14. Any other information which you Consider necessary to furnish DATE: SIGNATURE:

NAME & ADDRESS:

Page 17: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

17

ANNEXURE – VII DECLARATION FORM We ……………………………………… having our office at …………………………………………. do

declare that we have carefully read all the conditions of Tender for the supply of

.................................................................. and abide by all the conditions set forth

therein by the Additional Commissioner & Regional Director ,ESI Corporation,

Telangana , Hyderabad .

We further declare that we possess valid license bearing No………. valid upto..........

DATE: SIGNATURE: SEAL: NAME & ADDRESS:

Page 18: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

18

ANNEXURE – VIII From __________________ __________________ __________________ __________________ To

The Additional Commissioner & Regional Director, ESI Corporation, Regional Office, 2nd floor, Hillfort Road, Hyderabad, Telangana Sub: Request for refund of EMD Amount – reg. * * * With reference to your advertisement dated __________________, we have submitted tender for ____________ (name of equipment). In case we are not the successful bidder, we request you to kindly refund the EMD amount of Rs._______. The Cheque may be kindly be drawn in favour of ___________________ Beneficiary’s Name: Account No. : A/C Savings Current: IFSC Code No.: Bank Name : Branch Name & Address : Yours faithfully, (SIGNATURE & SEAL) PRE-RECEIPT Received an amount of Rs…………………………… vide cheque No.......................... Dated.................. from ESI Corporation towards refund of EMD amount. Revenue Stamp

(SIGNATURE & SEAL)

Page 19: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

19

ANNEXURE – IX PRICE BID FOR THE SUPPLY OF MEDICAL EQUIPMENTS I/We ___________________ hereby offer to supply medical equipments at ESIS Hospital, R.

C. Puram as per the specifications in the Tender, at the rate given below and agree to hold

this offer for one year from the date of approval of tender and for further period if extended.

Signature of Bidder with date and seal

Page 20: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

20

ANNEXURE-X PRICE SCHEDULE PRICE SCHEDULE FOR DOMESTIC GOODS OR GOODS OF FOREIGN ORIGIN LOCATED WITHIN INDIAN ORIGIN

1 2 3 4 5

Price per unit (Rs.)

6

Sl.No Brief Description

of Goods (with

make & model)

Country of

Origin

Quantity Total price (at

consignee site)

basis

Ex - factory/

Ex-ware house/ Ex-show room/ Off -the

shelf

(a)

Excise duty(if

any) (%age

&value)

(b)

GST(if any)

% age &value

(c)

Transportation,

loading/unloading &

incidental cost till

consignee's site

(d)

Insurance charges

for the period

including 3 months

beyond the date of

delivery

(e)

Incidental services(including

installation and Commissioning,

supervision,demonstration and

training) at the consignee's site

(f)

Unit price (at

Consignee

site)basis

(g)=a+b+c+d+e+f

(g)

Total Tender price in figures Rs.____________________________________________________________________________ In words: ________________________________________________________________

Note: -

1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail.

2. The charges for Annual CMC after the warranty shall be quoted separately as per Annexure-XI – Price Schedule C Name________________________

Business Address________________________

Place: ___________________________ Signature of Bidder_______________________

Date: _________________________ Seal of the Bidder________________________

Page 21: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

21

Annexure-XI

PRICE SCHEDULE FOR COMPREHENSIVE MAINTENANCE CONTRACT AFTER WARRANTY PERIOD (* After completion of warranty period)

1 2 3 4 5

Item SI.No. Brief Description of

the goods

Quantity(No.s) Comprehensive Maintenance Contact

Cost for each unit year wise*

Total Comprehensive Maintenance Contract Cost for 5 (or as

specified ) Years[3X(4a+4b+4c+4d+4e)]

1st 2nd 3rd 4th 5th

a b c d e

a. NOTE:-

1. In case of discrepancy between unit price and total prices, the unit price shall prevail 2. The cost of comprehensive Maintenance Contract (CMC) which includes preventive maintenance including testing and calibration as per technical/service/operational manual and labour,

after satisfactory completion of warranty period quoted for next 5 (or as specified) years on yearly basis for complete equipment and Turnkey(if any). 3. The cost of CMC may be quoted along with taxes applicable on the date of Tender Opening. The taxes to be paid extra, to be specifically stated. In the absence of any such stipulation, the

price will be taken inclusive of such taxes and no claim for the same will be entertained later. 4. Cost of CMC will be added for Ranking/Evaluation/purpose. 5. The payment of CMC will be made as per clause 21.1(D) 6. The uptime warranty will be 98% on 24 Hours X 7days X 365 days’ basis or as stated in technical specification of the TE Document. 7. All Software updates should be provided free of cost during CMC period. 8. The stipulations in technical specification will supersede above provisions. 9. The supplier shall keep sufficient stock of spares required during comprehensive Maintenance Contract (CMC). Incase the spares are required to be imported ,it would be responsibility of the

supplier to import and get them custom cleared and pay all necessary duties Name________________________ Business Address________________________ Place: ___________________________ Signature of Bidder_______________________ Date: _________________________ Seal of the Bidder________________________

Page 22: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

22

Annexure-XII WARRANTY CERTIFICATE FOR THE SUPPLY OF MEDICAL EQUIPMENT I / we ______________ do hereby undertake to provide warranty for the

equipment__________ for a period of two years from the date of satisfactory

installation of the said equipment in your Hospital premises.

Signature of Bidder with date and seal

Page 23: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

23

ANNEXURE – XIII

PRICE LIST FOR SPARES / CONSUMABLES / REAGENTS The following is the list of spares / consumables / reagents and their rates for use of the equipment __________________

S.No Name of the Spare/Consumable/Reagent.

Unit Rate per unit (in Rs.)

Tax (if Any)

Total (in Rs.)

Signature of Bidder with date and seal

*The bidder need to upload the scanned copy of above particulars at the time of

submission of tender along with the price bid proforma.

Page 24: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

24

ANNEXURE – XIV

Technical specifications for Fully automated 5-part Hematology Analyzer

with Autoloader –Walk away system:

1. Parameters required – WBC, Lymphocyte, Monocyte, Neutrophil, Basophil and

eosinophil both percentage and Absolute counts RBC, Hb, HCT, MCV, MCHC,

RDW, PLT, MPV, PCT, PDW, Atypical Lymphocytes, Immature Granulocytes.

2. Histogram and Scatergram required.

3. Detection principles should include 1) RBC/PLT: Hydrodynamic

focusing/Impedance 2) WBC: Impedance/Fluorescence based laser flow

Cytometry, Hb: Cyanide free SLS –Hb/ Calorimetric method.

4. Linearities: WBC – 0.0 – 400x103/µL, RBC – 0.0 – 8.0x106/µL, Platelets – 0.0 –

3000x103/µL, Hemoglobin – 0.0 – 25.0 g/dL

5. User friendly Integrated work station required.

6. Autoloader capacity of above 60 samples per hour required.

7. Throughput of 40 or above samples per hour required.

8. Should have both rack mode & single mode sampling capacity

9. Flagging of abnormal values and cells required.

10. Minimum data storage capacity 5000.

11. Reagent data Information file needed.

12. Inbuilt Barcode reading facility required.

13. Differential mode of CBC & CBC+Differential preferable.

14. On board sample mixing facility needed.

15. Controls for CBC, CBC+Differential.

16. Interfacing port along with support for LIS required. Interfacing at suppliers’

cos.

17. QC files with L J chart required.

18. Advanced models like 6 part differential may also be considered, Reticulocyte

count, MPO staning, nRBC enumeration, platelet function, platelet crit and

required reagents.

19. With external printer attachment.

20. Regent brand should be original, which should be specified earlier.

21. Any change in reagent Name, Pack sixe or content should be intimated earlier.

22. Nearest Reagent ware house to be within.

23. Specify whether charging is based on Test count in the instrument or based on

pack price.

24. UPS with one hour back-up

25. Warranty for 3 years, CMC for next 3 years.

26. Calibration Certificate at the time of installation.

27. CE/USFDA IQ/OQ/PQ documentation

Page 25: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

25

Technical specifications of HbA1c and Hb variant Analyzer:

1. New Automated analyzer for HbA1c, Thalassaemia and Hemoglobinopathy

based on HPLC.

2. The system should be equipped with an automated barcode reading facility.

3. The system should have cap-piercing of primary tubes and direct dilution of

samples without manual intervention.

4. The system should be NGSP Certified, IFCC standardized.

5. Vendor should provide bi-directional LIS/HIMS interfacing and sample bar code

reader.

6. The system should have printer for reports.

7. The system should have dedicated reporting software for data processing, QC

and Chromatogram storage and easy review.

8. Suitable One hour backup UPS.

9. FDA/CE or equivalent approval.

10. Product safety.. must comply with IEC norms

11. Power requirement – 220V. 50Hz.

12. Backup unit should provided for all HbA1c as well as Hb variant alalysis.

13. Calculation of cost per test (for all the tests) to be provided taking into account

the primary as well as secondary reagents like buffer, wash solutions and other

consumables used for each test should be provided in the price bid.

For HbA1c testing

14. The system should have a throughput of <5 minutes per sample.

15. Should detect Hb variants that affect A1c interpretation.

16. Should have STAT capability.

17. The system should have feature to load at samples using racks.

For Thalassaemia and hemoglobinopathy

18. The system should have a throughput of 6 ± 0.5 minutes per sample.

19. Should provide library of chromatograms.

20. The system should be able to detect and quantitate Hemoglobin Hb A2, Hb A,

Hb F and Hb A1C and other most commonly occurring abnormal Hemoglobins

like HbS, Hb D, HbC, HbE and other rare abnormal Hemoglobins.

21. Sample type: It should have facility to assay whole blood.

22. System should have a feature of rack, sample position identification to avoid

error in case of bad/fault barcode reading.

Page 26: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

26

23. System should have alarm system to identify low battery in the mobile phase

reservoirs/ low-level value for cartridge injection, any overflow for the waste

tank, in addition to alarms for calibration failure.

24. It should have an inbuilt system check facility which checks that all the system

parameters like cartridge, battery, reagent, waste etc are ready before the

sample analysis.

25. Measuring range: HbA1c 3-20%, Hb A2 2-10%, HbF 0-100%.

26. High precision, cv ≤5%

27. The company should have installations application and service engineer

support in Hyderabad city.

28. Free installation and sessions of training should be provided.

29. Instrument calibration certificate required.

30. Warranty – 2 years. 31. CMS for 5 years and AMC for next 5 years. Charges to be quoted.

Page 27: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

27

Technical Specifications for FULLY AUTOMATED BIO CHEMISTRY ANALYSER

with ISE facility:

1. It should be new automated, discrete, Bench Top/ floor Random Access

Clinical Chemistry Analyser capable of performing Bio-Chemistry and

Immunoturbidimetry Assays on wet/dry chemistry with ISE model.

2. The throughput should be at least more than 500 tests/hour photometric

tests.

3. It should have more than 45 onboard chemistries + ISE

4. It should not have any limit on number of programmable chemistries,

profiles and calculation item.

5. It should accept Linear, Non Linear, Multi Point Calibration.

6. It should have continuous sample loading facility and STAT sample facility.

7. It should accept 2 ml,5 ml, 7 ml, 10 ml and sample cups (0.5ml to 1.5ml) per

keeping samples.

8. Should be able to process plasma, serum, urine, csf and other body fluids.

9. The sample pipetting should be between 2 – 65 µl with the increment of

0.2 µl.

10. The reagent tray should be cooled and should accept more than 45 reagent

bottles. It should accept both 20 ml, 50 ml bottles and 5 ml adapters.

11. Display of reaction Cuvette temperature and reagent tray temperature

should be available on screen.

12. Display of Tank pressure should be available.

13. Bio hazard waste should be collected in a separate container.

14. System should be capable of performing 2 Reagent Chemistries.

15. It should have bar code reader for Reagents and samples.

16. Reagent Pipetting should be between 20 – 300 µl in steps of 1 µl.

17. The reaction Cuvettes should be more than 40 and made up of permanent

hard glass Cuvvetters and should provide De-ionized water plant/ RO plant

free of cost If it is fixed cuvettes model.

18. On line reaction Graph should be displayed on the screen and all the

reaction graphs should be stored in the memory.

19. The minimum reaction volume should be less than 200 µl.

20. It should have on board laundry for washing of the Cuvettes if it has fixed

cuvvette model.

21. Photometer should consist of 12 stationery filters. It should be capable of

doing Monochromatic and Bi-Chromatic measurements.

22. Light source should be Halogen/LED/Xenon Lamp.

23. Absorbance range should be 0.0 – 2.5 Abs.

Page 28: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

28

24. It should have extensive QC program. Should show daily and monthly Levy

Jennings Chart and should also have Westguard Rules. Option of entering

QC data to external computer.

25. It should have facility of auto re-run and auto dilution of sample facility.

26. Facility of skipping of dirty Cuvettes should be available, if it is a fixed

cuvettees model

27. The mixing stirrers should have user defined variable speed (Minimum 5

speeds).

28. Probes should have vertical obstruction detection.

29. One startup solution pack.

30. Suitable one hour back-up UPS and external printer to be provided.

31. Power supply 220 V/ 50Hz.

32. Free installation and training should be provided.

33. Instrument calibration certificate required.

34. FDA/CE or equivalent certificate required.

35. System should have Bi-directional LIS/HIMS interfacing and barcode reader

free of cost.

36. Back-up unit is required in case of failure of instrument.

37. Warranty for 2 years.

38. CMC for 5 years and AMC for next 5 years.

39. Calculation of cost per test (for all the tests) to be provided taking into

account the primary as well as secondary reagents like buffer, wash

solutions and other consumables used for each test should be provided in

the price bid.

Page 29: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

29

Technical Specifications for FULLY AUTOMATED ELISA READER AND WASHER

Specifications:

Should be fully automatic, able to support all plate formats U bottom, V

bottom and Flat bottom 96-well micro plates.

PC based systems.

Optical systems: LED lamp/UV Xenon flash lamp.

Detection: Absorbance based

Reading time: <15 seconds for 96-wells.

Wavelength range: 340 nm to 750 nm or more.

Wavelength selection should be double monochromatic with 1nm increment.

System should have capability to do qualitative, quantitative, kinetics with any

formulae including validation, transformation and factors and floating cut off.

Absorbance range: 0-4 OD.

Resolution: 0.001 Abs.

Accuracy: 1% +/- 0.010 OD.

Repeatability: 0.05% +/- 0.005 OD.

System should perform self check before every measurement.

Power requirements: 220V-50/60 Hz.

PC requirements (All in one PC): Intel core i7 processor, 4 GB RAM, 2 GB

graphic, 1 TB hard disk, Full HD LED monitor 17”, DVD writer, Wi-Fi, Wireless

Keyboard and Mouse, 64 bit and latest version of Microsoft windows, with MS

Office licensed, Laser Printer (>20 Pages/min.) >5000 pages/refilling of

cartridge.

Inbuilt shaking mode.

PC software packages (Windows ® compatible) for onboard data analysis.

ELISA WASHER

Fully automatic plate washer.

Programmable.

Alarm for monitoring the overflow and wash solution.

Dispensing and aspirating needle should be separate.

Washer should have 8 or 12 channel wash head.

Should have 2-4 independent liquid channels.

Wash volume per well should be programmable.

Page 30: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

30

Should have residual volume of <2ml.

Should have strip selection option which allows to wash selected strips only.

The supplier should provide comprehensive training to users on operation of

the instrument and application support onsite as per specification.

Branded compatible online UPS with at least 30 minutes backup.

Calibration according to NIST/DKD/PTB/UKAS/NPL/UL/CUL listed.

With 3 years warranty and at least 10 years of service and spare availability. CMC for

5 years through 10 and AMC for next 5 years. Charges to be quoted.

Page 31: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

31

Technical specifications for Fully automated 5-part Hematology Analyzer with

Autoloader –Walk away system

1. Parameters required – WBC, Lymphocyte, Monocyte, Neutrophil, Basophil and

eosinophil both percentage and Absolute counts RBC, Hb, HCT, MCV, MCHC,

RDW, PLT, MPV, PCT, PDW, Atypical Lymphocytes, Immature Granulocytes.

2. Histogram and Scatergram required.

3. Detection principles should include 1) RBC/PLT: Hydrodynamic

focusing/Impedance 2) WBC: Impedance/Fluorescence based laser flow

Cytometry, Hb: Cyanide free SLS –Hb/ Calorimetric method.

4. Linearities: WBC – 0.0 – 400x103/µL, RBC – 0.0 – 8.0x106/µL, Platelets – 0.0 –

3000x103/µL, Hemoglobin – 0.0 – 25.0 g/dL

5. User friendly Integrated work station required.

6. Autoloader capacity of above 60 samples per hour required.

7. Throughput of 40 or above samples per hour required.

8. Should have both rack mode & single mode sampling capacity

9. Flagging of abnormal values and cells required.

10. Minimum data storage capacity 5000.

11. Reagent data Information file needed.

12. Inbuilt Barcode reading facility required.

13. Differential mode of CBC & CBC+Differential preferable.

14. On board sample mixing facility needed.

15. Controls for CBC, CBC+Differential.

16. Interfacing port along with support for LIS required. Interfacing at suppliers’

cos.

17. QC files with L J chart required.

18. Advanced models like 6 part differential may also be considered, Reticulocyte

count, MPO staning, nRBC enumeration, platelet function, platelet crit and

required reagents.

19. With external printer attachment.

20. Regent brand should be original, which should be specified earlier.

21. Any change in reagent Name, Pack sixe or content should be intimated earlier.

22. Nearest Reagent ware house to be within.

23. Specify whether charging is based on Test count in the instrument or based on

pack price.

24. UPS with one hour back-up

25. Warranty for 3 years, CMC for next 3 years.

26. Calibration Certificate at the time of installation.

27. CE/USFDA IQ/OQ/PQ documentation.

Page 32: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

32

Technical Specifications for 300 mA X-Ray Machine:

High-Frequency (30 KHz or more) 300mA X-Ray Machine for various radiographic

examinations.

1. X-Ray Generator: high frequency X-Ray generator for general radiography.

Frequency of Generator: 30 KHz or more

Power Output: 30 KW or more

KV Range: 40 to 110 KVP or more

mA: 300 mA or more

MAs Range: upto 200 mAs or more

2. Control:

Attractive and ergonomically designed control panel with total soft feather

touch switches for various operation having following functions & indications.

Machine ON/OFF switch, LCD display of parameters like KV, mAs, APR value

etc.

KV, mA & mAs increase and decrease switches.

Tube focal spot selection switch

Ready and Exposure switch with indicators.

Bucky selection switch (Optional), Line voltage indicator, Manual bucky

(Optional).

Should display error for Earth fault error, KV error, filament error, Tube’s

Thermal overload error

Anatomical programming with pre-programmed functions in which automatic

selection of factors is done according to the body part selection.

Dual action hand switch with retractable cord for operator

3. X-Ray Tube:

A rotating anode X-Ray tube with dual focal spot (small: 1.0mm2 or better,

large 2.0mm2 or better)

Good anode Heat Storage Capacity of 100 KHU or better

4. H.V. Tank:

A very compact H.V. tank filled with high dielectric transformer oil. The H.V.

tank contains H.V. transformer, filament transformer, H.V. rectifiers and H.V.

cable receptacles.

Page 33: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

33

5. H.V. Cable: One pair of H.V. cable compatible with the X-Ray tube.

6. Collimator: Double slot collimator for full field illumination and adjustment of

exposure area.

7. Tube Stand: Floor to ceiling stand and with counter balanced tube head

(rotatable=1800) 3600 rotatable: mounted on floor ceiling rails for convenient

movements. Alternatively and preferably, the tube head column may be floor

mounted free of the ceiling with +/- 180 degree rotation of the column. Alternatively,

tube head colum may be floor mounted free of the ceiling with 180 degree rotation. It

should have all necessary locks. The column should be light in weight.

8. Table: Multiposition (5 Position), Hand Operated including Trendelenberg position.

Sectional rail to accept accessories, accepts cones. Motorized reciprocating bucky with

grid ratio of 8:1, ~100 lines/inch. Vertical bucky stand with detachable chest stand for

complex anomalies.

9. Voltage Stabilizer: Suitable servo stabilizer is provided with the system to

compensate the voltage fluctuations on line.

10. Power Supply: 3 phase 440 volts AC 50 Hz with line resistance <0.4 ohm line

regulation ±10% with independent earthing.

11. Approvals and Certifications: The system must have valid AERB Type approval,

AERB certificate must enclosed with Bid.

Page 34: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

34

SPECIFICATIONS FOR A HIGH END COMPUTED RADIOGRAPHY UNIT:

Computed Radiology must be a state of the art system manufactured by a reputed

brand or manufacturer adhering to following specifications.

CR system should broadly comprise of following modules/ components:

a) Image recording system (cassettes & reading plates)

b) Image reading system (reader/ digitizer)

c) Identification & CR processing workstation.

d) Dry imager.

1. Image recording system (cassettes & imaging plates):

The following sizes of radiography cassettes along with image plates should be

supported by the unit.

a) 14” X 17” : 3 nos.

b) 10” X 12”: 2 nos.

c) 8” X 10”: 2 nos.

2. Image reader (CR reader/ digitizer)

a) The CR reader / digitizer should be able to process 65 image plates/hr or

more of the largest size cassette

b) CR reader / digitizer must be able to handle phosphor image plates.

c) It should have a resolution of 5 pixels/mm (minimum) or more for standard

resolution cassettes & 10 pixel / mm (minimum) for high resolution

cassette reading. Machine with better pixel resolution will be preferred

d) Digitiser must have a resolution of 20 pixel / mm (minimum) for screening

mammography.

e) Gray scale resolution: CR reader / digitizer should have a minimum

resolution of 12bits/ pixel for images sent to CR processing station.

3. Identification Station & processing server:

a) The processing station must have 4GB RAM, at least 1 TB HDD and at least

17 inch clinical grade monitor. The PC hardware and monitors must be from

reputed brands. The monitor should have a wide viewing angle and it

should be clinical grade monitor with at least 1.3 MP resolution.

b) Processing server capable of identification of patient demographics to the

acquired images will be preferred, else a separate identification station

must be provided.

c) The server and /or ID station must be DMWL (DICOM modality work list)

compliant to access patient and study data from HIS or RIS.

Page 35: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

35

d) It should provide display of acquired images with greater details of

demographics viz. patient/ study listing for easy access

e) The server must provide full amount of post processing features viz.

geometric corrections, window level algorithms, annotation like markers,

predefined text, drawing lines and geometrical shapes, multi-scale image

processing, measuring distance and angles, shuttering, histograms, zoom,

grey scale reversal, edge enhancement, noise reduction, indication of gray

scale saturation level, latitude reduction etc.

f) It should facilitate full fledged DICOM printing and should be able to print

multiple formats of patient study.

g) Should be able to send DICOM images to DICOM workstation or PACS

without loss of information

h) Should be equipped with DICOM DVD writer for transferring image.

i) Should be able to store image on external device viz. CD/DVD or pen drive

etc.

j) The system should have a facility to indicate over /under exposure in the

preview screen. Kindly specify the image preview time.

k) The software must have dedicated paediatric and mammography

4. Dry imager

a) The system must have a dry imager without need of any wet chemistry

b) It must be DICOM 3.0 compatible allowing multiple modalities to be

connected at a time

c) The system must be able to print at least 60 films/ hr of the largest size

d) The system must deliver its first film within 80-85 seconds from the request

sent. Machine taking lesser time to deliver its first film will be preferred

e) The imager must have spatial resolution of 500 ppi minimum

f) The system must have contrast resolution of 14 bits/ pixel or more. The

system must have at least three online film sizes and should be capable of

printing any of the 8” X 10”, 10” X 12” or 14” X 17” films.

g) The imager should support daylight loading of films.

5. Suitable UPS back up must be provided for 15 minutes backup for the whole system

Page 36: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

36

Technical Specifications for ULTRASOUND Machine:

Quantity: 2

Sl. No. Specifications

1 Beam Former Universal Digital Beam former accepting routine Phased array sector, Convex, Cardiac, Linear and Volume probes

2 Monitor: Should have high-resolution 20" (± 1 inch) medical grade Flate Panel LCD/LED monitor with IPS technology and articulating arm with 1600 x 900 pixels resolution.

3 Digital Processing Channels:

Should be more than 23000 channels

4 Gray Scale: System should have a minimum of 256 gray levels with system dynamic range to be about 200 dB and 2D mode line density 512 lines.

5 Display modes: With B, 2B, Compounding with 3 steps, M, Color M Mode, anatomical M mode, PW, HPRF and Color Doppler with Power Doppler. Alternative line Inversion Tissue Harmonic should be available on Convex and Phased Array probes, steering on Color / PW modes on Linear probe should be available. Trapezoidal Image. Triplex mode with atleast 20 frames per sec.

6 Cine Review Standard cine memory providing 2500 frames on 2D mode and up to 120 second Doppler Cine.

7 Transducer Technology:

System should be capable of handling 1-17 MHz up to seven 2D and THI frequencies and up to two color doppler and spectral doppler frequencies should be offered.

8 Presets: Should be able to store atleast 30 user specific image presets.

9 Image Optimisation PNB & Modes:

System should have the following:

7 Selectable frequency on Convex probe 30 - 90 dB of Dynamic Range Compounding of Image with 3 steps.

Independent control of Speckle reduciton Imaging with 3 steps up/down & Right/Left image rotation 4 steps of Edge Enhancement settings.

Upto 30 cm dept

User-selectable 2D Colorization: 16 maps

User-selectable gain balance: 9 maps

10 Color & Spectral Doppler Optimisation:

System should have the following:

Multi Imaging up to 7 user-selectable transmit frequencies

1-20 mm Gate adjustments on Spectral modes

Page 37: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

37

Should support 3 probes pinless connector ports

Selection: 6 levels

Persistence: 5 levels

Edge enhancement: 4 levels

Multi imaging capability in THI working on all normal & volume transducers 90 degrees image rotation (all linear transducers)

11 Frame rate: Should perform upto 1000 frames/sec and upto 30 Volume frames/sec in 4D

12 Zoom function: Digital read/write Zoom with image pan-Available on live and frozen images-at least 2.5x and up to 10x zoom

13 Deep Doppler and Color

HPRF performance at depth with user selectable frequency on

Performance: both Doppler and color modes.

14 3D/4D Imaging with Advance features:

System should be upgradable to Volume Convex and Volume

Endovaginal probes for live 3D (4D)

It should provide volume frame rate of at least 25 volume frames/sec. System should offer advance.

4D features like Curved Top VOI, 4D Cine, MPR measurements. Multi Slice Format with upto 36 slices.

15 Contrast Imaging:

System should be upgradable to real time Contrast Imaging with Quantification.

16 Measurment & Calculations:

System should have atleast 8 calipers with depth information and extensive, customizable measurement and report packages including complete Obstetrics, Gynecology and Fetal Heart report packages with anatomical M mode for Fetal studies. Distance, Area, % stenosis on B mode.

Distance, Time, Heart Rate, Slope on M mode Velocity, Manual measurement on Acceleration time for Renal study, Slope, PI, RI, S/D Ration with Auto Doppler on Doppler mode.

17 Image Management:

System should have inbuilt hard drive of 400 GB or more and have facilities to store atleast 3,00,000 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 Flast Drive writer for image transfer.

18 User interface: PC-based operating principles. A floating control panel allows for a wide range of adjustment for operator comfort in stading and sitting position. Left/Right Swivel ariticulation +/- 90 degrees. Vertical adjustment: 10 cm.

System should have on screen menu with touch screen to easy and immediate access to imaging controls.

Live image should be supported with side by side

Page 38: FOR PURCHASE OF MEDICAL EQUIPMENTS...the form of demand draft drawn in favour of “ESI Fund Account No. 1” payable at Hyderabad. All Tenders must be accompanied by EMD item wise

38

reference / stored images on the Flat panel monitor.

System should have wrist support to help reduce operator repetitive stress injuries.

Customizable soft keys for easy and immediate viewing of on-screen menus

19 Power requriements:

Power connections: 100-120/200-240 VAC, 50/60 Hz, Built-in AC isolation transformer Power consumption: Maximum 600 VA with OEM's

20 Required Accessories:

Convex probe 2-7 MHz (Compounding and Harmonic Imaging should be available)

Cardiac probe 1-4 MHz Adult Cardiac probe

Endocavity probe 3-9 MHz (192 elements with 150 FOV with compounding & Harmonic Imaging)

Linear probe 4-12 MHz (192 elements with virtual convex and Harmonic/ Compounding)

Image Management System with latest computer pentium dual core, 320 BG, DVD/RW, Online UPS with 1 hour back-up.

System should be DICOM 3.0 ready and able to transfer files.

A fully equipped color laser printer with minimum 1000 dpi

Warranty of 3 (THREE) years from date of commissioning of all parts as well as accessories and auxiliary supplied. The Complete equipment should be CE and FDA approved.

Lead Shielding of Door & Walls if necessary to be done.

Warranty of two years from date of commissioning of all parts as well as

accessories.

Unit should be approved by AERB (Atomic Energy Regulatory Board) for

Radiation Safety. Unit should be approved by B.I.S. (Bureau of Indian Standards)

for Mechanical & Electrical Safety.