i.g. esi hospital, jhilmil, delhi-110095 tender for i.c.u ... · medical superintendent, i.g. esi...
TRANSCRIPT
I.G. ESI HOSPITAL, JHILMIL, DELHI-110095
TENDER FOR I.C.U EQUIPMENTS
To
M/s._____________________________
_________________________________
_____ ____________________________
_________________________________
(To be returned duly completed latest by 25.07.2007 till 11 A.M. otherwise tender shall
not be accepted.)
Medical Superintendent, I.G. ESI Hospital, Jhilmil, Delhi invites open tender for ICU
Equipments as per specifications detailed in annexure-V to XX and on terms and
conditions enclosed.
Tender should be submitted in sealed envelope & superscribed “Tender For ICU
EQUIPMENTS” in the office of MS, I.G. ESI Hospital, Jhilmil, Delhi in the tender box
placed in the chamber of Dy. Medical Superintendent on dated 24.07.2007 from 9
a.m. to 3 p.m. and on dated 25.07.2007 till 11.00 A.M.. In case the Tender is sent by
post it must reach in the Office of M.S. by dated 25.07.2007 up to 11.00 A.M. Proof of
postage won’t be considered as a claim for timely submission of tender. The tender
shall be opened on dated 25.07.2007 at 2.00 p.m. in Hospital Committee Room in
presence of tenderers or their representative who wish to be present. In case 25.07.2007
is declared holiday bids will be opened on next working day at the same time and
venue.
Encls.: Dy. Medical
Superintendent
I.G. ESI HOSPITAL, JHILMIL, DELHI-110095
Tender form for I.C.U EQUIPMENTS
TERMS AND CONDITIONS
1. Tender is required to be submitted in two bids viz ‘Technical Bid’ and
‘Financial Bid’ separately superscribing on the envelopes as ‘Technical Bid’ and
“Financial Bid’ respectively mentioning the name of equipment and name of
tenderer. Each and every page of the quotation is to be serially numbered and
duly signed by authorized signatory/tenderer. Both the envelopes are to be put
in a single envelop superscribing “Tender for (name of the equipment) and
name of the tenderer and specifying the number of sealed envelopes
enclosed/inserted.
(A) Technical bid:- This should include following :
-EMD (to be furnished in accordance with the instructions at serial No.3 on page 2. * Technical details of the quoted items with reference to tender specifications. * Catalogue/literature Make and Model of the Equipment offered * Undertaking for providing AMC/CMC for 5 years or as mentioned in specifications after expiry of Warranty/guarantee period with rates blanked -Warranty/Guarantee period -Statement of deviations (parameter-wise) from tender technical specifications and commercial conditions, if any -Authority letter from manufacturer in case bid is submitted by authorized agent (As per annexure III) (B) Financial Bid:- It should comprise of following:-
The information given in technical bid (A) marked* should be
reproduced with prices indicated. Any deviation in this regard will render the bid
liable for rejection. The prices should be all inclusive lump sum prices as per
description given in sl. No. 2 below. The price of AMC/CMC for 5 years after
expiry of warranty/guarantee period should be given in financial bid only. The
tender will not be considered without offer of AMC/CMC. Only technical bid
(unpriced) shall be opened first and shall be referred for the technical
evaluation. The financial bid of only those tenderers whose technical bid is
found acceptable by the Technical Evaluation Committee will be opened by
purchase committee for further action.
2. Rates should be quoted as lump sum price F.O.R. destination in Indian
Rupees inclusive of cost of the equipment, freight, insurance, transit insurance,
packaging, forwarding, sales tax, excise duty etc. as well as charges for installation
and commissioning with all the men and material required for the same. All
inclusive lump sum price needs to be accompanied by a statement indicating
clear ‘break up’ of lump sum price in its various components constituting it
alongwith values/amount indicating against each of such component adding to
arrive at all inclusive lump sum price. No other charges in addition will be payable
on any account over and above the lump sum price quoted. Price variation
clause will not be acceptable. The rates quoted in ambiguous terms such as
“freight on actual basis” or “taxes as applicable extra” or packaging forwarding
extra will render the bid liable for rejection irrespective of its gradation in respect of
lump sum price quoted.
NAME, SIGNATURE AND ADDRESS OF THE TENDERER WITH RUBBER
STAMP
Contd. Page
2/-
: 2 :
Bidders in their own interest shall ascertain the eligibility of whatsoever concession
and exemption eligibility applicable to the Hospital and shall advise the purchaser
and quote accordingly. Bidder shall indicate the actual amount of octroi, excise
duty , sales tax etc. which becomes otherwise payable in the extreme event of
hospital authorities being not in a position to release certificate such as octroi
exemption certificate , Form-D etc.
Tender should be typed in words as well as in figures free from erasing and error in
typing. The tenderer must attest any erasing/error otherwise the rates in reference
of that particular item shall not be considered. The tenderer along with seal of the
firm must sign each page of the tender. The covering letter should indicate the list
of enclosures.
3. EMD. –( As per Annexure IV) Shall be deposited by the tenderer by enclosing
Demand Draft/ Bankers Cheque or Pay Order only in favour of ‘ESI Fund A/c No.1,’
I.G, ESI Hospital, Jhilmil, Delhi alongwith Technical bid which shall be refunded to
bidders without any interest after finalization of tender.
4. Security Deposit: equivalent to 10% of the total cost of the equipment sanctioned
shall have to be deposited by the successful tenderer through Demand
Draft/Bankers Cheque or Pay Order only in favour of ‘ESI Fund A/C No.1’, I.G.ESI
Hospital Jhilmil Delhi on demand. The same shall be released after fulfillment of all
contractual obligations and no interest shall be payable thereof.
5. Supply: shall be made by successful tenderer within 6 weeks from the date of
placement of supply order. .
6. Working Demonstration: shall be provided in Delhi to Technical Evaluation
Committee within stipulated time frame as and when asked for.
7. Only manufacturer, authorized distributor/stockiest/Agent of the firm whose item
is being quoted would be considered.
8. Name, Designation and Specimen signature of the person/representative
authorized by the competent authority of the firm to deal with the tender/sign
the tender document must be enclosed along with the tender.
9. (a)Tenderer must provide Delhi address, if any, along with the telephone no.
and fax no. with tender for all correspondence.
(b)The firm should also provide the complete address along with telephone and
fax no. of service station from where after sale’s service would be provided.
10. The offer -should be valid for 1 year from the date of opening of the tender.
11. Guarantee/warranty - The equipment should be guaranteed/warranted for
minimum period of 1 year or as mentioned in specifications from the date of
satisfactory installation.
12. (a) The tenderer shall enclose an undertaking by the manufacturer of the equipment for servicing the equipment and supply of spare parts whenever required at least for 5 years after completion of warranty/guarantee. In case of CMC (Comprehensive Maintenance Contract) the rates should be quoted inclusive of spares.
(b) The firm should ensure to keep the equipment in working order throughout the year.
NAME, SIGNATURE AND ADDRESS OF THE TENDERER WITH RUBBER
STAMP
Contd. Page
3/-
: 3 :
(c) In event of equipment covered under CMC/AMC going out of order the fault shall
have to attend to within 24 hours of lodging the complaint. In case the equipment is
not restored in functional order within a reasonable time without acceptable reasons a
penalty of 0.5% of total cost of AMC/CMC of the equipment per day for the period of
equipment remaining out of order will be levied during AMC/CMC.
(d) During the warranty/guarantee period in event of equipment remaining out of
order for a period beyond 24 hrs.of lodging the complaint without any acceptable
reasons penalty to extent of 0.25% of the purchase value of the equipment shall be
levied for each day of the equipment remaining non functional beyond permissible
limit.
13. For spares – Along with rates of AMC a list of commonly used spares with price as
on date be also enclosed in Financial bid.
14. One agent cannot represent two manufacturers or quote on their behalf in a
particular tender for particular item.
15. Tenderer has to submit signed Declaration Form given in the main tender
document.
16. Any other miscellaneous items required for equipment may also be quoted in
financial bid.
17. A certificate from principal that -
(a) Regarding AMC/CMC spares and any other miscellaneous items (As applicable)
of the equipment quoted will be made freely available for at least 5 years after
expiry of warranty/guarantee period (As per annexure II). “To be made part of
technical bid”.
(b) Information regarding appointment of new agent in case a change of agent
shall be furnished immediately (As per Annexure III)
18. Tenderer has to submit a signed undertaking on stamp paper of Rs.100/-( one
hundred only) along with tender as per enclosed Annexure II “To be made part of
technical bid”.
19. Tenderer has to submit manufacturer’s authorization certificate on letter head as
per annexure III in case bid is submitted by agents “.To be made part of technical
bid.”
20 .Payment shall be released after satisfactory installation of the equipment.
21. In the event of cancellation of supply order the Security deposit shall be
forfeited.
22. Medical Superintendent reserves the right to reject/accept any or all tenders
without
assigning any reason thereof and also has right to place order on one or more firms.
No
Correspondence will be entertained in this regard.
Dy. Medical
Superintendent
NAME, SIGNATURE AND ADDRESS OF THE TENDERER WITH RUBBER
STAMP
Annexure I
CHECK LIST
The bidder should ensure that the following information/documents are enclosed
along with the bidding documents (Technical Bid).
(I) EMD (As per Sl. No. 3 of Terms & Condition)
Yes/No
(II) Bid-Form and price schedule as given in S.No1 of Terms and conditions
Yes/No
(III) Five years AMC/CMC charges as given in S.No.1 of Terms & conditions
Yes/No
(IV) Rate certificate indicating that they have not supplied the said equipment to
any individual, Govt. or private institution at the rate lower than the quoted rate.
Yes/No
(V) Manufacturer’s Authorization Certificate (As per Annexure III) in case Bid is
submitted by Agents.
Yes/No
(VI) User’s list along with the Certificates about SATISFACTORY PERFORMANCE
REPORT OF THE EQUIPMENT AND QUALITY OF AFTER SALE SERVICE duly authenticated
from existing users of the quoted model of equipment. A list of the users of quoted
model, indicating the complete postal address of the users and date of supply of
the equipment is also endorsed. Yes/No
(VII) Authorization Certificate from the Principal/manufacturer that they will be solely
responsible for maintenance of equipment during guarantee/warranty and
AMC/CMC period even when the Agent is changed during this period (As per
Annexure- III) Yes/No
(VIII) Authorization certificate from principal that spares and any other
miscellaneous items (As applicable) of the equipment quoted will be freely
available for at least five years after expiry of warranty/guarantee period (As per
annexure III) Yes/No
(IX) Tenderer has to submit a signed undertaking on stamped paper of Rs.100/-
(Rupees One hundred only) along with tender (As per Annexure II)
Yes/No
(X) Confirmation from the Principal/manufacturer that they will be solely responsible
during guarantee/warranty and AMC/CMC period even when the Agent is
changed during this period (As per Annexure III)
Yes/No
(XI) For the equipments where consumables/reusable etc are required a list
indicating cost and life of consumables be given.
Yes/No
(XII) A certificate from principal that spares and any other miscellaneous items
(As applicable) of the equipment quoted, will be freely available for at least five
years after expiry of warranty/guarantee period (As per annexure III)
Yes/No
NAME, SIGNATURE AND ADDRESS OF THE TENDERER WITH RUBBER
STAMP
Annexure-II
UNDERTAKING
Date of Opening: Item No. Name of Item To, Medical Superintendent, I.G. ESI Hospital, Jhilmil, Delhi-110095 Sir,
1. The undersigned certifies that I have gone through the terms and conditions mentioned in the tender document including annexures and undertake to comply with them. The rates quoted by me/us are valid and binding on me/us for acceptance for the period of one year from date of opening of tender.
2. It is certified that rates quoted are the lowest quoted for any institution/Hospital in India.
3. Earnest money deposited by me/us viz Rs._____________ in the form Demand Draft/Banker’s Cheque in favour of ESI Fund Account No.1 New Delhi is attached herewith and shall remain in custody of the Medical Superintendent, I.G. ESI Hospital, Jhilmil, Delhi as per Sl No 3 of terms and conditions.
4. (A) I/We give the rights to Medical Superintendent, I.G. ESI Hospital, Jhilmil, Delhi to forfeit the Security Money deposited by me/us if any delay occurs on my/agent’s part or fail to supply the article at the appointed place and time and of the desired specifications. (B) I/we undertake that I/we will be in position to provide annual Maintenance contract/comprehensive Maintenance Contract (AMC/CMC) , Spare Parts, and consumables for 5 years after completion of guarantee/warranty period .I/we also undertake to keep the equipment in running order throughout the year and in case of equipment going out of order, the fault will be attended within 24 hours of lodging the complaint failing which, a penalty of 0.5% of the total cost of the AMC/CMC of the equipment per day for the period equipment remains out of order be levied on me/us. During Guarantee/Warranty period in event of equipment remaining out of order for a period exceeding 24 hrs. of lodging the complaint without any acceptable reasons, penalty to extent of 0.25% of the purchase value of the equipment be levied on me/us for each day of the equipment remaining non functional beyond permissible limit.
5. There is no vigilance/CBI case or court case pending against the firm/supplier.
6. On Inspection if any article is found not as per supply order, it shall be replaced by me/us in time as asked for, to prevent any inconvenience at my /our own expenses
7. I/we hereby undertake to supply the items as per directions given in supply order within the stipulated period.
8. I/we undertake to provide guarantee/warranty as mentioned in specifications from the date of satisfactory installation and inspection. I also undertake that I will maintain the equipment during this period and replace the defected parts free of cost, if necessary.
9. I/we understand that Medical Superintendent, I.G. ESI Hospital, Jhilmil, has the right to accept or reject any or all the tenders without assigning any reasons (s) thereof.
NAME, SIGNATURE AND ADDRESS OF THE TENDERER WITH RUBBER STAMP
Annexure-III
AUTHORIZATION CERTIFICATE
To, Medical Superintendent, I.G. ESI Hospital, Jhilmil, Delhi-110095 Dear Sir, Authority letter against Tender No.-------------------------------------------due on --------------------------item quoted-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------We,---------------------------------------------, who are established and reputed manufacturers of---------------------------------------------having factory at---------------------------------------------and hereby authorize M/s------------------------------------------------------------------------------(Name and address of agent) to bid, negotiate and conclude the contract with your institution against above tender for the above goods manufactured by us. We hereby extend our full guarantee/warranty as per Clause at S. No. 11 of the Terms & Conditions of tender for the goods offered for supply against this invitation of bid from the above firm. We also confirm that the spares and any other miscellaneous items (As applicable) of the equipment quoted, will be freely available for at least five years after expiry of warranty/guarantee period. Our other responsibilities include:
1. Information regarding the name of new agent, incase of change of agent
2. ------------------------------------(Here specify in detail manufacturer’s responsibilities)
The services to be rendered by M/s---------------------------------------------are as under
1. ---------------------------------------
2. --------------------------------------
(Here specify the services to be rendered by the agent)
Yours faithfully,
(Signature & Name of manufacturer) with address and seal NOTE: This letter of authorization should be on the letter head of the manufacturing concern and should be signed by a person competent and having the Authorization to issue said certificate on behalf of the manufacturing firm. The said certificate should also bear the signature of participating tenderer as a witness.
Annexure IV
LIST OF I.C.U. EQUIPMENTS
S.No. Name of Equipment E.M.D (IN RUPEES)
1. Vital sign Monitor with central
monitoring system
54,000/-(fifty four thousand only)
2. ICU Ventilator with Humidifier 40,000/-(forty thousand only)
3. Blood Gas Analyser 18,000/-(eighteen thousand only)
4. Transport ventilator 16,000/- (sixteen thousand only)
5. Anesthesia Machine 10,000/-(ten thousand only)
6. Fibreoptic Bronchoscope 10,000/-(ten thousand only)
7. Bed Warmer 8000/-(eight thousand only)
8. Respiratory Gas Monitor 8,000/-(eight thousand only)
9. Volumetric Infusion Pump 6,400/-(six thousand four hundred
only)
10. Blood Infusion Warmer 6,000/-(six thousand only)
11. Syringe Infusion Pump 6,000/-(six thousand only)
12. C.P.R.Equipment Set 4,000/-(four thousand only)
13. Pharmaceutical Refrigerator 3,000/-(three thousand only)
14. Ultrasonic Nebulizer 3,000/-(three thousand only)
15. Crash Cart 2,000/-(two thousand only)
16. Shadow less Lamp 1200/-(one thousands two hundred
only)
Dy. Medical
Superintendent
Annexure –V SPECIFICATION FOR VITAL SIGN MONITOR WITH CENTRAL MONITORING SYSTEM
I. Central monitoring station- 1 Number
1. Should be modular type 2. Screen size 14” to 18” with colour monitors,
adjustable 3. Should have the capability of monitoring at least 5
beds with at least four wave forms from each bed side to be viewed. Additional para meters to be displayed in numeric form.
4. Should be upgradable to monitor more beds. 5. Should display complete data (Multi para meter
screen) of any bed alongwith real time ECG of other beds.
6. Display last two-three alarm condition with status for each bed.
7. Should provide multi lead arrythmia analysis-Arrythmia algorithm should be accurate and validated against AHA/MIT tapes.
8. Should have facility for automatic central alarm surveillance.
9. Should have facility to store 100 different events. 10. Should have facility to store numeric trend report. 11. Should be provided with laser jet printer, to get full
discloser. 12. Should include dual channel recorder which can be
interchanged with bed side monitor. 13. 24 to 72 hours graphic trend of all module. 14. Should be supplied with UPS.
II. VITAL SIGN MONITOR- 5 Numbers
Each of the five Monitor should have the following features:-
1. Should be portable modular design for each parameter.
2. Should have flat type screen with diagonally 12” to 14” attachable or detachable easily
3. Modules should be insertible in any slot without any restriction.
4. Module should be colour coded to avoid inserting wrong cables, leads and enable ready use.
5. At least six waveforms should be displayed on the screen. Positioning of the wave form should be any where on the screen.
6. Should include haemodynamic calculations, vital signs and graphic trends.
7. Monitor should have defibrillator synchronization. 8. Should be usable in adult/child/neonate 9. Built in battery charger 10. 24 to 72 hours trend for all parameters 11. Memory up to 100 different NIBP recording with
Numeric trend 12. Both AC/DC operation with modular batteries for
external charging. 13. Preferably should offer OxyCRG (Oxycardio
respiration) to detect apnoea and bradycardia. 14. Should have safety alarms for all parameters.
Contd. P 2
: 2 :
Vital Sign Monitors should have following modules Qty
1. ECG / Resp. modules 5 Nos.
–at least 5 leads of selectable ECG should be displayed simultaneously.
- Should include S.T. segment monitoring for atleast five leads.
2. Non-invasive blood pressure (NIBP) 5 Nos.
Module interval for measurement should be programmable by user, manual measurement should be possible, should also include adult and Paediatric Cuff.
3. Pulse Oximetry Modules should provide oxygen saturation 5 Nos.
Percentage level. Include adult and Paediatric probe
4. Temperature Module for measurement of core temperature 5 Nos.
5. Et CO2 module 3 Nos.
6. Invasive Blood Pressure module (IBP) 2 Nos.
Modules should have selectable capability with systolic, diastolic and mean pressure being displayed-should also be supplied with reusable pressure transducers.
ACCESSORIES
1. Cardiac output module to measure CO
through thermo-dilution method – 1 No.
2. Mounting brackets with each monitor
3. B.P. Cuff Large - 6 Nos.
Extra Large -2 Nos.
Paediatric -2Nos.
4. Pulse Oximetry probe Adult -6 Nos.
Paediatric-2 Nos.
5. Resusable pressure transducers-6 Nos.
6. Sampling lines for capnograph -10 Nos.
Company should have
- 8-10 years of standing
- 10 years guarantee for service and spares parts availability
- Minimum 3 years warrantee/Guarantee
Dy. Medical Superintendent
Annexure –VI
SPECIFICATIONS OF ICU VENTILATOR WITH HUMIDIFIER( 2 Numbers)
Microprocessor controlled ventilator based on time cycled/volume control and pressure controlled ventilation principle with the following ventilatory modes:-
1. MODES OF VENTILATION
1. Control mandatory ventilation. (CMV) 2. Synchronized intermittent mandatory ventilation. (SIMV) 3. Synchronized IPPV 4. Pressure support ventilation. (PSV) 5. Should have facility for non invasive (face mask) ventilation.
2. a) CONTROLLED PARATETERS
1. Respiratory Rate : 1 to 80 BPM 2. Tidal Volume : 50 ml to 2000 ml 3. I:E ratio : 1:9 to 4 :1 4. Oxygen concentration : 21 to 100% 5. PEEP/CPAP : 0-40 cm H2O Electronic PEEP 6. Pressure Support : 0-80 cm H2O 7. Programmable Apnea back up & Sigh 8. Flow trigger : 1 to 10 lpm (litres per minute) 9. Sigh facility 10. More than 150 Ipm of peak flow for spontaneous breathing /mask support ventilation
2. b) MONITORED & DISPLAYED PARAMETERS
• Airway pressure :- Peak, mean, plateau
• Peak flow
• Exhaled tidal volume and Exhaled minute volume • I : E ratio • Respiratory rate – total and spontaneous • PEEP and Auto PEEP • Resistance and compliance • Display of pressure/ time and flow/time curves • Display of P-V and F-V loops. • Trends over the past 24 hours
3. AUDIO VISUAL ALARMS
• Respiratory Rate – High and low
• Pressure : High and low
• PEEP : High
• Apnoea back up
• Low Fio2
• Minute Volume : high and low
• Power failure
• Low tidal volume
Contd. page 2/-
(Annexure –VI..Page 2) : 2 :
4. SERVO CONTROLLED INTEGRATED HUMIDIFIER THERMOCOMPENSATED :- • Air way temperature to be controlled, measured and displayed.
5. Should have facility for nebulisation – volume compensated inspiratory,
synchronized.
6. INBUILT COMPRESSOR
7. Ventilatory circuits should be mounted with brackets.
8. Reusable Adult and Pediatric breathing circuits to be provided. Two circuits each for adult and Pediatrics.
9. Specifications for non invasive ventilation. • Different algorithms for alarm and monitoring to ensure
adaptation for mask leakage. • One mask each of orofacial and nasal mask in large, medium
and small size. Mask characteristics – Soft dual wall cushion made of silicon:-
- Forehead support with pads - Whisper flow swivel exhalation port - Reusable head gear cushion -
10. ELECTRICAL POWER
• A.C. : 100 to 240 V,50 to 60 Hz
• D.C. : 12 to 15 V
• Internal battery backup (rechargeable ) with 30 min batter back-up with in-built charging mechanism with battery level indicator in it.
Dy. Medical Superintendent
Annexure -VII
Specifications of Blood Gas Analyser- 1 Number
1. Fully Automatic Microprocessor based acid base arterial Blood Gas Analyser with
built-in printer.
2. Table Top type
3. Measured parameters pH, PO2, PCO2, and Barometric Pressure, Serum
Electrolytes Na+ K+ Cl− Hb
4. Calculated Parameters : BE, HCO3, TCO2 Standard HCO3, 02 Sat, 02 ct. AaDO2
Haemotocrit.
5. Input Parameters : Patient temperature, THb, Fio2
6. Sample Type: Whole Blood –arterial, mixed venous, capillary
7. Universal sample port
8. Sample Volume < 100 micro liter
9. Measuring time up to 50 sec
10. Sampling technique – by aspiration
11. Calibration method 1 & 2 point fully automatic or user selectable.
12. Calibration should be by liquid only.
13. Individual electrode calibration
14. Data display on well illuminated screen
15. Bubble detection
16. Storage facility for measured Data in case of power failure.
17. U.P.S. compatible with the machine.
Dy. Medical Superintendent
Annexure - VIII
Specifications for Transport Ventilator- 02 Numbers
1. Imported/Indigenous
2. Portable, compact for use in adults
3. Tidal volume: 200 to 1200 ml
4. Ventilation frequency : 12 to 20 breaths
5. Minute volume 2 to 14 Ltrs/Minute
6. I:E Ratio 1 : 2
7. Facility for PEEP/CPAP
8. Demand breathing feature- which allows spontaneously breathing patients to breathe on Oxygen through the ventilator on their own rate.
9. Oxygen Concentration 100% or 60%
10. Supply Pressure 40-94 psi
11. Alarms
a. High air-way pressure
b. Low air-way pressure
c. Circuit disconnection
12 Along with accessories for connecting to ventilator and face mask
13 Provision of oxygen cylinder
Dy. Medical
Superintendent
Annexure - IX
Specifications for Anaesthesia Machine- 01 Number 1. Construction :- Tubular rigid stainless steel construction with SS Table top at
eye level and another SS table top at desk level with antistatic castors and
brakes.
2. Cylinder Yokes :- Gas specific and pin indexed .
3. Pressure Gauges: Two each for oxygen and nitrous oxide color coded .
4. Pressure Regulator : Two each for oxygen and nitrous oxide.
5. Rotameters : Rotating bobbin flowmeters calibrated with luminous back
plate
Oxygen:- 100 ml to 8Lt per minute
Nitrous oxide 200 ml to 12 Ltr per minute.
6. Selectatic mainfold: - To fit two Tec 7 Vaporizer with facility of locking unused
vaporizer.
7. Vaporizer :- Tec 7 vaporizer for halothane
8. Safety devices: Hypoxic guard (ORC) to ensure minimum 25% oxygen in
fresh gas mixture
- Oxygen failure warning device - Non return cum pressure relief valve - Inter locked oxygen/nitrous oxide supply (cuts off nitrous oxide supply when oxygen pressure is low).
9. Self sealing oxygen outlets: Two
10 Breathing system attachment for standard anesthesia circuits with a change
over lever for circle carbondioxide absorption system with a separate outlet.
11 Accessories:
a. Circle carbondioxide absorption system. b. “E” type pin indexed medical gas cylinders, 4 each for oxygen and nitrous oxide. c. B.P. apparatus: Anaeroid/mercury fitted to the machine d. Tec. 7 vaporizer for Isoflurane e. Oxygen concentration monitor with rechargeable battery
Dy. Medical Superintendent
Annexure -X
Specifications for FIBREOPTIC BRONCHOSCOPE - 01 Number 1. Flexible fibreoptic scope with suction channel
2. Optical system should have at least 110 degree to 120-degree field view.
3. Distal end should have outer diameter of 5.1 mm
4. Insertion tube have outer diameter of 5.2 mm
5. Total length at least 820 mm – 1220 mm
6. Working length 600 mm
7. Upward bending 180 degree
8. Downward bending 130 degree
9. Insertion tube should be marked with bands.
10. Suction channel should have inner diameter not less than 2.6 mm
11. Should have telescopic eyepiece compatibles to any make of CCD camera.
12. It should have light source of 150 Watt halogen light with inbuilt air pump for
automatic leakage tester
13. Light source should be of same company and compatible with scope.
14. Leakage tester – Automatic leakage testing device
15. Should be simplified, joint less channel
16. Mouth guard to keep the mouth open during oral intubations
17. Battery operated miniature light source.
Dy. Medical Superintendent
Annexure -XI
Specifications for Bed Warmer- 02 Numbers
Bed Warmer
• Warming by convection • Should have mountable warming unit and blankets
Warming Unit
1. Should be able to be mounted on bed rail, I.V. Pole 2. Temperature selection range :
Minimum 37 degree C or less Maximum 42 degree C or more
3. Electronic overheating protection 4. Set temperature display. 5. should be able to run on 220 V AC, 50-60 Htz
Warming Blankets
1. Non latex, adult size 2. Whole body blanket 3. Quilted design to allow for uniform distribution of air. 4. Fluid resistant
Accessories
• 5 Numbers whole body blankets, since it is disposable
Dy. Medical Superintendent
Annexure - XII
Specifications for Respiratory Gas Monitor- 2 Numbers
1. Ability to have large digital fluorescent display of all the measured parameters
and alarm messages.
2. Should provide ability to change the units of End Tidal Carbon dioxide i.e. % kpa,
mm Hg.
3. Should have clear wave form
4. Should provide easy calibration
5. Provision of user selectable alarm limits for expired Carbon dioxide concentration
6. Display range 0-100 mm Hg or 0-10%
7. Should have Nitrous oxide compensation
8. Respiratory rate range 4-60 breaths per minute.
9. Should have convenient portability.
10. Should monitor inspired as well as end tidal Carbon dioxide
11. To operate on both battery and power
12. Should have side stream technology
13. Provision of up gradation
14. Quote the system with all standard accessories including:
-Moisture traps 10 Pcs.
-Sample tubings 10 Pcs.
-Sample tubings for nose 10 Pcs.
-“T” Connectors 10 Pcs.
15. Memory trends related to parameter for every 2 minutes.
Dy. Medical Superintendent
Annexure -XIII
Specifications for Volumetric Infusion Pump- 04 Numbers
1. For continuous infusion of fluids & drugs
2. Flow rate range
Minimum – 1 ml per hour Maximum – 300 ml per hour or more, with standard PVC I.V. set (with 15-20 drops per ml)
3. Volume infused display
4. Purge rate –more than 300 ml per hour
5. Facility to keep vein open
6. Alarms : Low battery
Door open End of infusion Air in line Empty container
7. should be compatible with all indigenous I.V. Sets
8. Re-chargeable battery
9. Complies with IEC
Dy. Medical Superintendent
Annexure - XIV
Specifications for Blood Infusion Warmer- 2 Numbers
1. Imported/Indigenous
2. Electrically operated : 220-240 V AC; 50-60 Hz
3. Temperature sensors : Thermistors
4. Temperature settings : Selectable 33 deg. C to 37 deg C (Min.)
5. Flow rate : Upto 100 ml/min.(minimum)
6. Warm up time : 2 to 3 minutes
7. Alarms for over temperature and under temperature visual and acoustic.
8. Over heating prevention mechanism should be in place.
9. Digital display of output temperature.
10. Should be heavy duty and function continuously over 12 hours.
11. Should be compatible with indigenously available infusion and transfusion sets.
Dy. Medical Superintendent
Annexure - XV
Specifications for Syringe Infusion Pump- 05 Numbers 1. For use in adults
2. Compatible with all standard syringes i.e. 10 ml, 20ml, 50 ml. 3. Flow rate:- 0.1 to 300 ml per hour
Menu: Rate select, delivery rate, bolus function
4. Safety alarms
(a) Occlusion pressure alarm
(b) Syringe empty or near empty
(c) Low battery
(d) Volume infused alarm
5. LCD display
6. Rechargeable battery
7. Data should be retained upto 24 hours.
Dy. Medical Superintendent
Annexure - XVI
Specifications for CPR EQUIPMENT- 2 SETS
I. Manual resuscitator : Ambu Bag Size : Adult, child & infant
Volume of bag upto 1500 ml (adult)
500 ml (child)
240 ml (infant)
Made of silicon-
Oxygen reservoir system with non-breathing valve with pressure limiting device
2600 ml (adult)
600 ml (child)
250 ml (infant)
Single patient valve with swivel connector.
II. Face Masks
Transparent face masks
Sizes 0, 1, 2, 3, 4, 5
Self-inflating cuff in sizes 0, 2, 4, 5
III. Oropharyngeal Airways
Adult - 2, 3, 4, 5
Child – 0, 1
Neonate - 00
IV. Laryngoscopes –
Adult Mackintosh with 4 blades stainless steel, ISI Marked with handle
Infant Laryngoscope – Sheilas Anderson laryngoscope with 2 blades
Dy. Medical Superintendent
Annexure - XVII
Specifications for PHARMACEUTICAL REFRIGERATOR- 01 Number
1. 200 Ltr. Capacity
2. Temperature adjustment between 2 to 8 degree C.
3. Digital display of temperature
4. Audio/ visual alarm on upper/lower temperature deviation
5. Automatic micro controller based temperature control
6. Fully automatic defrost system
7. Auto door closing mechanism
8. Voltage stabilizer to be provided.
Dy. Medical Superintendent
Annexure -XVIII
Specifications for Ultrasonic Nebulizer- 01 Number
1. Electronically controlled for warm nebulization
2. Nebulization chamber is autoclavable
3. Aerosol particle size 1-6 micron
4. Frequency: 1.7 Mh
5. Aerosol Quantity 0-2ml/Min
6. Heatable Air breathing Hose
7. Provided with bacteria filters
8. Connected to central Oxygen/compressed air.
Dy. Medical Superintendent
Annexure -XIX
Specifications for Crash Cart- 2 SETS
1. Size :- 940 mmL X 490mmW X 1535mmH
2. S.S. Tubular frame & S.S. shelves, six coloured removable bins & two polystyrene
lockable storage units with three drawers each.
3. Four swivel coastors, two with brakes
4. Powder coated oxygen cylinder holder
5. S.S. I.V. rod
6. Laminated shelves
7. Epoxy powder coated body.
Dy. Medical Superintendent
Annexure - XX
Specifications for Shadow Less Lamp- 01 Number
1. Portable OT Light mounted on a mobile stand with castors.
2. Single dome
3. Dome & neck swivel movement should be possible.
4. Diameter of dome approximate 250-350 mm.
5. One halogen lamp 12 V, 100 Watt.
6. Light intensity approximate 30000 Lux.
7. Color temperature 4200 K.
8. Built in transformer.
9. Certified by IEC.
Dy. Medical Superintendent