new esic model hospital, bapunagar, ahmedabad · 2020. 10. 7. · 6. pneumatic lithotripsy (bladder...

23
ESIC MODEL HOSPITAL, BAPUNAGAR, AHMEDABAD e-TENDER ENQUIRY DOCUMENT FOR THE PURCHASE OF “MEDICAL EQUIPMENTS” -

Upload: others

Post on 17-Oct-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

  • ESIC MODEL HOSPITAL, BAPUNAGAR,

    AHMEDABAD

    e-TENDER ENQUIRY DOCUMENT

    FOR THE PURCHASE OF

    “MEDICAL EQUIPMENTS”

    -

  • 1 | P a g e

    No. ESIC/37/MHB/MS/IS/Urology/M-304/2019-20 Date: 29.09.2020

    Sub: Invitation of e-Tender for the Supply of Medical Equipments.

    E-Tenders in two bid system are invited from manufacturers / authorized dealers / distributors

    for the supply of medical Equipments for ESIC Model Hospital, Bapunagar, Ahmedabad-24.

    Detailed information regarding the items, application / tender forms, EMD details, specifications,

    terms and conditions can be downloaded from the following websites:

    https://www.esic.nic.in/tenders and https://eprocure.gov.in/eprocure/app.

    The interested bidders shall submit their tender(s) through online mode at the e- procurement

    portal https://eprocure.gov.in/eprocure/app

    All the bidders are requested to participate the tenders online through the website

    https://eprocure.gov.in/eprocure/app, EMD should be submitted by the bidder in the form of

    DD along with hard copy of tender and the same should reach this office before the closing

    time of the tender.

    Bidder participated online tender process will be evaluated only. However, offline documents

    also to be submitted at ESIC, MHB, Ahmedabad (as per checklist annexure-I).

    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.

    Equipments List & EMD

    S.N. Department

    Name of Item Qua

    ntity E.M.D.

    1.

    UROLOGY

    Ureteroscope Rigid 1 ₹ 6,000

    2. Nephroscope (PCNL) 1 ₹ 10,000

    3. Flexible Uretrorenoscope 1 ₹ 25,000

    4. Laproscope & Accessories 1 ₹ 5,000

    5. Endoscopic Accessories 1 ₹ 4,000

    6. Pneumatic Lithotripsy (Bladder stone) 1 ₹ 2,500

    7. Resertoscope & Accessories 1 ₹ 32,000

    8. PULMONOLOGY Bronchoscope with Accessories &

    Videoendoscopy Systme

    1 ₹ 30,000

    9. E.N.T. Nasal Endoscope and Hand Instuments

    of FESS & MLS

    1 ₹ 30,000

    Bidders must submit separate EMD for equipment for participate.

    https://www.esic.nic.in/tendershttps://eprocure.gov.in/eprocure/apphttps://eprocure.gov.in/eprocure/app

  • 2 | P a g e

    The Schedule for different activities is as below:

    S.No. Description /Name of the Dept. Schedule

    I E-Tender document available at ESIC

    website https://www.esic.nic.in/tenders

    and https://eprocure.gov.in/eprocure/app.

    08.10.2020 from 09:30 AM onwards

    II Last date and time for submission of completed

    Tender forms through on-line& for the receipt of EMD

    01:00 PM on 29.10.2020

    III Date of pre-bid conference (Offline) 19.10.2020 at 02:30PM

    IV Date and Time for Opening of Technical Bids After 02:30PM on 30.10.2020

    V Estimated contract value (Rs.) 72,00,000

    VI Performance Security 10% of contract value for 7 years

    VII Validity of the bid 180 Days from the opening of the bid

    For any clarifications contact through mail id: [email protected]

    If the date of opening of tender happens to be a holiday, the tender will be opened on the next working day.

    Sd/-

    Medical Superintendent

    https://www.esic.nic.in/tendershttps://eprocure.gov.in/eprocure/appmailto:[email protected]

  • 3 | P a g e

    TENDER DOCUMENT

    The Medical Superintendent, ESIC Model Hospital, Bapunagar, Ahmedabad-24, invites e-tenders

    from eligible and qualified Bidders for the supply of Medical Equipments proposed to use at ESIC

    Model Hospital, Bapunagar, Ahmedabad-24.

    EMD

    • Bidder has to submit the Earnest Money Deposit (EMD) in the form of demand draft drawn in favor

    of “ESI Fund Account No. I” payable at Ahmedabad, along with the Undertaking letter on 100 Rs

    non-judicial stamp paper (Annexure-II)

    • Separate EMD and Undertaking letter must be submitted for each quoted item/ equipment.

    Sd/-

    Medical Superintendent

  • 4 | P a g e

    ANNEXURE –I

    COMPULSORY DOCUMENTS (OR) CHECK LIST

    A. Compulsory documents for Technical Bid:

    S.N. Title Yes/ No Page No.

    1. EMD along with Undertaking letter on ₹ 100 non-judicial stamppaper. (Annexure-II)

    2. Certificate stating the name of the equipment, make and model that you have quoted.

    3. Equipment Specific manufacturer’s authorization

    &Authorization of the name of the person (Firm) on which

    the tender is participated in E-Procurement portal.

    4. Certificate of incorporation/Firm Registration/Valid trade license.

    5. PAN Card of the Company/firm/Proprietor.

    6. GST Registration certificate.

    7. IT Return, Balance Sheet and Profit & Loss Account for last three years i.e. Financial Years 2018-19, 2017-18, 2016-17.

    8. Minimum Turnover 50 Lakh per year for each year (With CA Certified)- last three years.

    9. Purchase Order copies in the bidder’s name for having

    supplied the quoted equipment to Government

    Hospitals/reputed institutions for

    last three years (2018-19, 2017-18, 2016-17.)

    10. Satisfactory Performance Certificate from the users for the quoted equipment for last three years (2018-19, 2017-18, 2016-17.)

    11. Certificate for at least 2years warranty (Annexure-II S.N. 11)

    12. Certificate for at least 5 years CMC after warranty (Annexure-II S.N. 11)

    13. Certificate giving the address of the authorized service center in Guajarat.

    14. Certificate regarding no items manufactured in China or Chinese firm.

    B. Compulsory documents for Price Bid

    S.N. Title Yes/ No Page No.

    1. Price for the quoting equipment along with CMC (Annexure- II, S.N.11)

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

    (Annexure- II, S.N.11)

  • 5 | P a g e

    ANNEXURE – II

    Undertaking

    (To be submitted on Rs. 100/- non-judicial stamp paper)

    1. I the undersigned certify that I have gone through the Terms & conditions mentioned in the

    tender document 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 6 months from date of opening of

    tender.

    2. It is certified that rate quoted by me are the lowest quoted for any institution/Hospital in

    India.

    3. Earnest money deposited by me/us viz Rs. in the form of Demand

    Draft in favour of ESI Fund Account No.1 payable at Ahmedabad is attached herewith and

    shall remain in custody of the Medical Superintendent, ESIC Model Hospital, Bapunagar,

    Ahmedabad-24. I/We give the rights to Medical Superintendent, ESIC Model Hospital,

    Bapunagar, Ahmedabad-24 to forfeit the EMD deposited by me/us if any delay occurs on

    my/agent’s part or on account of failure to supply the equipment at the appointed place and

    time and of the desired specifications.

    4. I/we undertake that I/we will be in position to provide CMC, Spare Parts, and consumables

    for 05 years after completion of guarantee/ warranty period. I/we also undertake to keep the

    equipment in running order throughout the year under warranty / guarantee /CMC and in case

    of equipment going out of order; the fault will be attended within 24 hours of lodging the

    complaint. The firm shall ensure the machine is set right within 7 days of intimation otherwise

    the penalty clause mentioned in the terms and condition is acceptable to us. However, I /We

    will arrange similar equipment as a standby at my/our own cost and risk in case of repair of

    the machine is going to take time beyond one week.

    5. There is no vigilance/ CBI case or criminal court case pending against our firm. I/We hereby

    undertake that i/we or any firm is black listed by Govt. or Pvt. Organization.

    6. On Inspection if any article is found not as per supply order and specifications, it shall be

    replaced by me/us in time as asked for, at my /our own expenses.

    7. I/we hereby undertake to supply the items as per specifications and 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.

  • 6 | P a g e

    9. We hereby undertake that I will not supply any Chinese product or will not quote for any

    product made in China.

    10. I abide by the condition that MEDICAL SUPERINTENDENT, ESIC Model Hospital,

    Bapunagar, Ahmedabad-24, reserves the right to accept or reject any or all the tenders without

    assigning any reasons (s) thereof.

    11. I/We 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 will be attended within 24

    hours and rectified within7 days of lodging the complaint. However, I /We will arrange

    similar equipment as a standby at my/our own cost and risk in case of repair of the machine

    is going to take time beyond one week.

    • 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.

    • I / we do here by undertake to provide CMC for the equipment for a period of five

    years after the completion of the warranty period of the equipment.

    Name, Signature & Address of the Tenderer with Stamp

  • 7 | P a g e

    ANNEXURE – III

    TENDER TERMS AND CONDITIONS:

    Tenders will be opened in the office of Dy. M.S Office at ESIC Model Hospital,

    Bapunagar, Ahmedabad-24, on the stipulated date and time in the presence of the Bidders

    / representatives who choose to be present.

    1. The two parts of the bids i.e. Techno-commercial -Un price (Bid) and Price bid

    prepared by the Bidder shall comprise of the following:

    a. Technical Bid

    Bidders should submit the documents as per the checklist A mentioned in Annexure-I

    b. Price Bid

    Bidders should submit the documents as per the checklist B mentioned in Annexure-I.

    2. 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 GST must

    be quoted separately.

    3. It is not mandatory for the bidder to quote all the items in the tender.

    4. The EMD should reach this office through register post/courier/Speed post before the closing

    time of the tender date ...................time………….

    5. Please mention the tender enquiry number on the envelope and equipment name on the

    back side of the Demand draft.

    6. All Tenders must be accompanied by EMD as per e-Tender Notice. Bids without EMD and

    Undertaking letter shall be rejected.

    7. The rates quoted should be FOR ESIC Model Hospital, Bapunagar, Ahmedabad-24. 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.

    8. 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.

    9. For imported goods, the price quoted shall not be higher than the lowest price charged 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.

    10. If it is found at any stage that the goods as stated have been supplied at a price lower then

    quoted price to any organization, 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.

  • 8 | P a g e

    11. Tender currencies: The Bidder supplying indigenous goods shall quote only in Indian

    Rupees.

    12. Bid Security (EMD): Each tenderer must send the EMD as mentioned against the

    equipment in the form of Demand Draft only drawn in favour of “ESI Fund Account No.

    I” payable at Ahmedabad. The tenders not accompanied by EMD are liable for rejection.

    The EMD of unsuccessful Bidders shall be refunded after the award of tender to the

    successful tenderer.

    13. Only the manufacturers or their authorized distributor/stockiest would be considered

    for the tender.

    14. The contract should not be sublet without the prior written permission of the Medical

    Superintendent.

    15. 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.

    16. 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.

    17. Successful bidder will not be entitled to any rate revision of price for any reason except that

    allowed by Government of India.

    18. The rates quoted will 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 / acceptation 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 or decrease at the time of

    placing the order.

    19. 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.

    20. The equipment should be Guaranteed/ Warranted (Comprehensive) for a minimum period of

    two years from the date of satisfactory installation and inspection.

    21. No need of submitting the quotation of CMC for the items costing below Rs 20,000/-

    22. Firm should undertake to enter into Comprehensive Maintenance Contract (CMC) for

    equipment (mandatory for all equipment in double bid system) for a minimum period of five

    years after completion of warranty period and accordingly quote the rates of CMC 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 (as per Annexure-II S.N.-11).

    23. If the equipment needs calibration, the firm shall be responsible for calibration as part of

    CMC.

    24. Bidder should be able to demonstrate (dry Demo and wet Demo) the product quoted by them,

    to the Technical evaluation Committee in Ahmedabad or nearby within the due date after the

    check list evaluation of the Bidder.

  • 9 | P a g e

    25. 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.

    26. 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.

    27. The successful bidder should furnish Performance Security Deposit @10% of the value of

    the contract.

    28. The Medical Superintendent ESIC Model Hospital, Bapunagar, Ahmedabad-24, 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.

    29. No articles shall be supplied to the hospital except on requisition in writing signed by the

    Medical Superintendent or by an officer authorized by him/her in writing to do so.

    30. The successful bidder should strictly adhere to the mentioned delivery schedule. Supply,

    installation and commissioning should be done within the prescribed period, on the supply

    order that is 45 days for Indian make items and 60 days for foreign make items. If the

    successful bidder fails to execute the supply within prescribed period, Penalty of 0.5% of

    the value of the order calculated at the quoted rate per week or a part of the week will be

    recovered subject to maximum of 10%. The Medical Superintendent has right to recover

    the damages for breach of contract/order to forfeit the Earnest Money.

    31. Performance security: In case of Equipments the successful bidder has to deposit the 10% of

    the total cost as the performance security with Medical Superintendent in the form of

    Banker’s Cheque/Demand Draft, in favour of “ESI Fund Account No.1 payable at

    Ahmedabad” which will be released after completion of warranty period and on receiving

    the satisfactory performance certificate from the user department.

    32. Penalty clause: In the event of equipment going out of order the fault shall have to be

    attended within 24 hours of lodging the complaint. During the Warranty/Guarantee period

    in the event of equipment remaining out of order beyond a period of 7days of lodging the

    complaint a penalty to extent of 0.25% of purchase value of the equipment shall be levied

    for each day of the equipment remaining nonfunctional or have to arrange equipment

    (Annexure-II S.N.11).

    33. Payment of equipment will be made after satisfactory performance of the equipment after

    one month. CMC payment will be paid quarterly.

    34. During AMC/CMC period in case the equipment is not restored in functional order within

    a week, 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. The contract includes quarterly

    preventive maintenance visits, “n” number of break down calls. Breakdown calls have to be

    attended within 24hrs. All the repairs/calibrations have to be taken up within the hospital as far

    as possible. The equipment will be allowed to be taken out with the permission of competent

    authority only.

    35. The quoted price of CMC should be inclusive of calibrations after warranty.

  • 10 | P a g e

    36. If the equipment needs calibration, the firm shall be responsible for calibration as a

    part of CMC. All other terms and conditions will be followed as per the tender

    document.

    37. MEDICAL SUPERINTENDENT reserves the right to reject/accept any or all

    points/modifications in the terms and conditions without assigning any reason thereof. No

    Correspondence will be entertained in this regard.

    38. Tender selection will be made on the basis of total cost mentioned in the price bid in respect

    of Technically Qualified bidders. (Annexure –VI).

    39. If no tender with purchase order in the name of bidder is received, then those tenders with

    purchase orders in the name of manufacturer or for same product (Make &Model) to the

    GOVT Hospitals/Institutions or reputed institutions will be considered in respect of

    S.No.09 of the checklist. The same clause will be applicable with respect to S.No.10 of

    the check list.

    40. For any notification or corrigendum if any, please visit the website:

    https://eprocure.gov.in/eprocure/app and https://www.esic.nic.in/tenders only till closing

    date of e-Tender.

    https://eprocure.gov.in/eprocure/apphttps://www.esic.nic.in/tenders

  • 11 | P a g e

    ANNEXURE – IV

    COMPANY PROFILE

    A. Name of the firm:

    B. Full Address:

    C. Telegraphic Address/E-mail Id:

    D. Telephone No.

    E. Telex/Fax No.

    F. Name & address of your Bankers. Stating the name in which the Account stands (Please give

    complete Account details):

    G. Any other information which you consider necessary to furnish.

    DATE:

    SIGNATURE:

  • 12 | P a g e

    ANNEXURE – V

    DECLARATION FORM (Terms & Conditions)

    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 Medical Superintendent, ESIC Model Hospital,

    Bapunagar, Ahmedabad-24. .

    DATE: SIGNATURE:

    SEAL: NAME & ADDRESS:

  • 13 | P a g e

    ANNEXURE -VI

    PRICE BID SCHEDULE

    S.No Item name Qty Unit cost

    (Rs) A

    GST in % GST Cost (Rs) B

    Total

    Cost

    C=(A+B)

    CMC

    Charges

    with tax

    (Rs) per

    unit 1st

    Year -D

    CMC

    Charges with

    tax (Rs) per

    unit

    2nd Year -

    E

    CMC

    Charges with

    tax (Rs) per

    unit

    3rd Year -F

    CMC

    Charges with

    tax (Rs) per

    unit

    4th Year -G

    CMC

    Charges with

    tax (Rs) per

    unit

    5th Year -H

    Total CMC

    charges with tax

    per unit for 5

    years-I

    (D+E+F+G+H)

    Total Cost

    including

    with tax CMC

    for 5 years

    J=C+I

    Grand

    total with

    tax (Rs)

    L= J x

    Qty

    Name: ______________________________________________________________

    Business Address: ________________________________________________________________ Signature of Bidder: __________________________________________

    Place: ______________________________________________________________ Seal of the Bidder ____________________________________________

    Date:

  • 14 | P a g e

    SPECIFICATIONS:

    A. UROLOGY EQUIPMENTS:

    1. Specification for Ureteroscope and Accessories

    1. Uretero-Renoscope, 6-8 Fr 5-7°, one-step, conical, length 43 cm, autoclavable, with angled

    eyepiece, fiberoptic light transmission incorporated, 2 lateral irrigation ports and 1 working

    channel 4-5 Fr. for instruments upto 4 Fr., sealing.

    2. Distal tip diameter of 6-8Fr.

    3. Detachable instrument port with sealing system and quick release lock, one instrument channel.

    4. Distal end of sheath atraumatically shaped with rounded tip.

    5. Grasping Forceps for stone fragments, double action jaws, 3-4 Fr., rigid, length 60 cm. x 2 Nos.

    6. Biopsy Forceps, rigid, double action Jaw, 3-4 Fr. length 60 cm, 1 No.

    7. Wire Tray for cleaning and sterilization

    8. Self-sealing cap- 10 Nos.

    All products should from same manufacturer.

    2. Specification of PCNL Set (Nephroscope +Telescopic dilatation set + Accessories)

    1. Wide angle straight forward telescope upto 6-30 degrees, 18-22 fr with angled eyepiece

    autoclavable, fiber optic light transmission incorporated .

    2. Scope should have atleast Working channel of more than 12 Fr and should accept instruments

    upto 11 Fr.

    3. Scope should have incorporated channel where in instruments upto 7 fr can be used, if scope is

    not used with Operating Sheath.

    4. Rotatable operating sheath not larger than 22-26 Fr to be supplied, compatible with above

    telescope.

    5. Hollow-obturator to be use with rotatable sheath.

    6. Hand Instruments:

    • 380mm - 400 mm 7 Fr Grasping forceps, toothed – 1 no

    • 380mm - 400 mm 7 Fr Grasping forceps, with fenestration – 1 no

    • 380mm - 400 mm 7 Fr Grasping forceps, three-nail – 1 no

    • 380mm - 400 mm 7 Fr Biopsy forceps for collecting samples for Biopsy- 1 no

    • Compatible knife to be used with nephroscope set-2 no

    • Compatible scissors for use with nephroscope set-1 no

    • The eye piece should be compatible with any standard endovision camera head.

    Accessories- standard

  • 15 | P a g e

    7. Storage & transportation tray Non Critical.

    8. Initial puncture needle with guide wire.

    9. Dilatation canulla, should be 3mm for introduction of safety guide wire.

    10. Alken cannula - 1 Non-Critical Local Made.

    11. Metal Alken dilator set (9-24fr) with rigid and flexible central rod – 1 set

    Should be USFDA / European CE/BIS wherever applicable.

    3. Flexible Uretero-renoscope for access to entire intrarenal collecting system:

    1. It should have working length of 67cm

    2. Outer diameter of the shaft should be between 7 Fr & 7.5 Fr.

    3. It should have an instrument channel between 3Fr to 4 Fr.

    4. Direction of view should be 0 degree.

    5. Angle of view should be between 80 to 90 degree.

    6. Maximum angle of deflection upto 270 degree downward and 270 degree upward is needed.

    7. It should have a ceramic liner in the distal end of the working channel to protect it from

    thermal or electrocautery damage.

    8. It should be waterproof and fully immersible in solution.

    9. It should adhere to sterilization method with ETO, FO gas, Steris & Sterrad.

    All equipment’s should be from same make (manufacturer) and should be CE approved.

    4. Laproscopic Hand Instrument:

    S.N. Name of Item Qty.

    1. Verres Needle 2

    2. Trocar 11mm 3

    3. Trocar 6mm 3

    4. Reducer 10-5 2

    5. Maryland 5mm 2

    6. Allis Grasper 5mm 2

    7. Bowel Grasper 5 mm 1

    8. Babcock Grasper 5 mm 1

    9. Curved Scissor 5 mm 1

    10. Suction 5-10 mm 1

    11. Monopolar Cable 1

    12. Monopolar Hook 1

    13. Needle Holder 5mm 1

    14. Hemalock clip applicator 10mm 1

    15. Hemalock clip applicator 5mm 1

    16. Clip Applicator 1

    17. Cidex Tray 2

    18. Formalin Chamber 2

    19. Port Closure Needle 1

  • 16 | P a g e

    20. Bipolar Maryland 1

    21. Bipolar Ruby or Fenestrated 1

    22. Bipolar Hook 1

    5. Endoscopy Accessory Instruments:

    S.N. Name of Item Qty.

    1. URS Triprong 60cm 4Fr 1

    2. URS Triprong 60cm 5Fr 1

    3. Urethral Metal Dilatation Set Male 1

    4. Urethral Metal Dilatation Set Female 1

    5. PCNL Suction 1

    6. Ureteric Metal Dilator 6-12Fr50 1

    7. Hegroo Dilator Set 1

    8. PCNL Alken Needle 1

    9. SPC Trocar 16Fr 1

    10. URS Bugbee 4Fr 1

    6. Pneumatic Lithotripsy:

    Technical specification:

    FOOT SWITCH

    • Frequency selection single/multiple.

    Control Unit

    Supply Voltage: 210-240 V A.C., 50 Hz

    Pressure Minimum: 1.0 Kg/cm2

    Dimension: 113mm X 215mm X 200mm

    Hand Piece

    Dimension: 190mmX 22mm

    Air Inlet: Straight

    Probes

    U.R.S. : 0.8 mm, 1.0 mm & 1.2 mm/ L 610mm

    Bladder Stone: 1.5 mm/ L 450 mm

    P.C.N.L.: 2.0 mm/ L 400mm

    2.5 mm / 400 mm

    7. Specification for Adult Cystoscope & Resectoscope and Accessories:

    The set should include the following:

    1. Straight Forward 12 degree Telescope, diameter 4mm, Autoclavable, Length30cm,fiber optic

    light transmission incorporated. - 1 piece

    2. Forward oblique 30-degree Telescope, diameter 4mm, Autoclavable, Length30cm, fiber optic

    light transmission incorporated. – 2 Piece

    3. Cystoscope-Urethroscope Sheath,17Fr,19Fr, 20Fr, 22Fr & 25Fr each with obturator and 2

    LUER-lock connectors.

    4. Telescope bridge, with 1 lockable channel.

    5. Telescope bridge, with 2 lockable channels.

  • 17 | P a g e

    6. Forceps for removal of foreign bodies of 5Fr and 7Fr each with double action jaws, flexible,

    length 40cm.

    7. Biopsy Forceps 5Fr and 7Fr, each with double action jaws, flexible, length 40cm

    8. Scissors of 5Fr and 7Fr, each with Single action jaws, flexible, length 40cm

    9. Ball electrode, unipolar, 5Fr & 7Fr, each with length 53 cm

    10. Needle electrode, 5Fr & 7Fr, each with unipolar, Length 53 cm.

    11. Resectoscope Sheath with LUER-Lock stopcock, including connecting tubing for in & outflow,

    26Fr, oblique beak, rotating inner sheath with ceramic insulation.

    12. Standard obturator & Visual obturator each with channel for flexible instruments.

    13. Working element Monopolar where cutting by means of a spring, the thumb support is movable

    and in rest position the electrode is inside/Outside the resectoscope sheath. Should be

    compatible to single stem cutting loops.

    14. Working element Bipolar where cutting by means of a spring, the thumb support is movable

    and in rest position the electrode is inside/Outside the resectoscope sheath. Should be

    compatible to single stem cutting loops.

    15. Cutting loop Monopolar angled compatible with 26 Fr sheath - 5 Nos.

    16. Cutting loop Bipolar angled compatible with 26 Fr sheath - 5 Nos.

    17. Coagulating electrode angled, blunt, Monopolar compatible with 26 Fr sheath – 2 Nos.

    18. Coagulating electrode angled, blunt, Bipolar compatible with 26 Fr sheath – 2 Nos.

    19. Coagulating electrode, with barrel-shaped end, single stem Monopolar compatible with 26 Fr

    sheath – 1 Nos.

    20. Coagulating electrode, with barrel-shaped end, single stem Bipolar compatible with 26 Fr

    sheath – 1 Nos.

    21. Coagulating electrode, with ball end, single stem Monopolar compatible with 26 Fr sheath – 1

    Nos.

    22. Coagulating electrode angled, pointed, single stem Monopolar compatible with 26 Fr sheath –

    1 Nos.

    23. Vaporization electrode for bipolar working element – 2 Nos.

    24. High frequency cords (Monopolar- 1 & Bipolar- 1)

    25. Protection tube for sterilization and storage of electrodes.

    26. Sachse Urethrotome sheath,21 Fr with channel

    27. Obturator for urethrotome sheath.

    28. Telescope Bridge for use with urethrotome sheath with 5 Fr channel for instruments.

    29. Supplementary Sheath, side open for introduction of ballon catheter, to slip on urethrotome

    sheath.

  • 18 | P a g e

    30. Sachse cold knife, straight.

    31. cold knife, round

    32. Otis/Non-optical Urethrotone Set: Shoould be supplied with the dilation unit. Should be

    supplied with knife and head parts-conical, flat and ball-shaped- 1 each.

    33. Mauermayer stone punch set: This set should be compatible with 4mm telescope. The set should

    bave the stone punch-working element and should be provided with compatible punch sheath

    with visual obturator. Sheath should have matt finish for staying of lubrication gel to reduce

    friction trauma to the patient.

    34. Toomey glass syringe – 100 ml & 150ml – 1 each.

    35. Elik’s Evacuator- 1 Pc.

    All instrument should be European CE and USFDA certified.

  • 19 | P a g e

    B. PULMONOLOGY DEPARTMENT:

    SPECIFICATION OF VIDEOENDOSCOPY SYSTEM & BRONCHOSCOPE WITH ACCESSORIES

    1. VIDEO PROCESSOR/LIGHT SOURCE:

    ● Should be a Compact Processor, inbuilt long-life LED light source, having light weight.

    ● Should be able to provide 16:9 and 16:10 output for a HDTV monitor and should be compatible

    with Analog and digital (HD-SDI and DVI output) to reproduce high definition images/video.

    ● Should be equipped with special optical detection technology for detailed observation by enhancing

    visibility of blood capillaries & mucosa.

    ● Should contain portable memory & USB Slot for image recording

    ● Should have automatic white balance.

    ● Should be equipped with memory back up for settings & Lithium battery.

    ● Should have pre-freeze function to select the clearest still image automatically and noise reduction

    technology.

    ● Should have Image enhancement setting

    ● Should have facility Automatic gain control which should enable image can be electronically

    amplified when the light is inadequate due to the distal end of endoscope being too far from object

    ● Should have Contrast and iris setting

    ● Should have Patient data can be displayed in endoscopic image screen like patient ID, Name, Sex,

    Age, Date of birth, Date of recording, Comments

    ● Should have user setting in which minimum 15 user setting can be registered

    2. BRONCHOVIDEOSCOPE:

    ● Field of view : 110 deg or more

    ● Direction of view : 0 degree, forward viewing

    ● Depth of field : 3-100 mm or better

    ● Distal end outer diameter : less than 6.2 mm

    ● Insertion tube outer diameter : less than 6.2 mm

    ● Tip Bending range : Up 180 deg & Dn 130deg

    ● Working length : 600mm or more

    ● Channel inner diameter : 2.8 mm or more

    ● Minimum Visible distance for : 3 mm or less

    Instrument Used Through Channel

    ● Should have High resolution image quality

    ● Should have optical image enhancement technology that improves the visualization of vessels

    on the mucosal surface

    ● Should have Waterproof Connector which should fully submersible in water or disinfection

    solution

    ● Leak testing facility with automatic & pressure regulated

    High Resolution Medical Grade Monitor:

    ● 21 inches or more in size

    ● LED/LCD Screen

    3. TROLLEY FOR HANGING BRONCHOSCOPE

  • 20 | P a g e

    4. RECORDING SOFTWARE ALONG WITH LAPTOP AND COLOR PRINTER

    Laptop specifications:

    • 14 inch Screen

    • i 5 processor

    • Window 10 Operating system

    • 4 GB RAM

    • 1 TB Hard Disc

    Color printer specification:

    • Compatible color laser printer with provided laptop.

    5. CUPBOARD TO BE SUPPLIED FOR HANGING BRONCHOSCOPE AND FORCEPS.

    6. ACCESSORIES:

    • Biopsy Forceps Toothed- 2, Plain-1

    • TBNA Forceps- 3

    • Balloon Dilator catheter- 1

    • Dormia Basket- 1

    • Cytology Brush- 1

    • Bronchoscope Cleaning Brush- 1

  • 21 | P a g e

    C. E.N.T. DEPARTMENT:

    TECHNICAL SPECIFICATION FOR NASAL ENDOSCOPES AND HAND INSTRUMENTS

    OF FESS AND MLS:

    S.No. DESCRIPTION QUANTITY

    1 Telescope handle, round, standard model, length 1 lcm, for use with telescope 300-1200 with diameter 4mm and length 18cm.

    1

    2 Blakesley nasal forceps, straight,3.5mm, with cleaning connector working length 13cm.

    1

    3 Blakesley nasal forceps,450 upturned, 3.5 mm with cleaning connector working

    length 13cm.

    1

    4 Nasal forceps, straight, through-cutting, tissue -sparing, blakesley shape with 3.5mm with cleaning connector, working length 13cm.

    1

    5 Antrum punch, backward cutting, sheath 3600 rotatable with fixing screw,

    working length 10cm, take apart sheath, for use with cleaning adaptor.

    1

    6 Freer elevator, double- ended, semi sharp and blunt, length 20cm. 1

    7 Sickle knife, pointed, length 19cm. 1

    8 Frontal sinus curette,550 curved, oval, forward cutting, length 19cm. 1

    9 Probe double ended 19cm length. 1

    10 HOPKINS wide angle straight forward 00 telescope. Diameter: 4mm.

    Length: 18cm.

    It should be autoclavable and fibre optic light transmission should be

    incorporated.

    1

    11 Operating laryngoscope with extra light handle, large model, length 17cm, with connector for light carrier. It enables an optimal visualization of the supraglottic

    and glottis airway. It should have angulation in tip which provides a view of

    areas that are difficult to see such as the anterior commissure and the anterior

    part of the laryngeal ventricles. The proximal end of the laryngoscope should

    have cut- out lateral ports which enables the introductions of hand instruments

    for microsurgery.

    1

    12 Compatible light carrier, for proximal illumination, with integrated telescope channel diameter 5mm.

    1

    13 Telescope protective sheath, outer diameter 5mm, length 20cm for use of light carrier with telescopes.

    1

  • 22 | P a g e

    14 Malleable hand instruments which distal end enables adjustment of the working end according to individual needs. It can be completely dismantled. It can be locked into three different positions. Easy and efficient cleaning by means of special connector.

    • Forceps attachment, non-dismantling, with round cupped jaws, diameter

    2mm, straight, distal end malleable, working length 25cm.

    • Forceps attachment, non-dismantling, serrated, straight, distal end

    malleable working length 25cm.

    • Grasping forceps attachment, serrated, triangular, straight, distal end malleable working length 25cm.

    • HAVAS scissor attachment, straight, distal end malleable, working length 25cm.

    1

    1

    1

    1

    15 Metal handle, without ratchet handle should be well balanced and ergomic. 1

    16 Laryngoscope holder and chest support, consisting of laryngoscope holder with adjustment wheel, support rod, movable, with metal ring, diameter 9cm, length

    34 cm.

    1

    17 Multi angled telescopes: A multi angled rod less scope having variable direction of view from 150 to 900.

    Diameter should be 4 mm and length should be 18cm. Easy to use adjusting knob

    selects the desired direction of view light weight construction and modern

    design. It should have standard eye piece, so all camera system can be attached.

    1

    18 Single chip camera with monitor. 1

    19 Micro-laryngeal sickle knife compatible with MLS handle. 1

    Note:

    1. All products should be USFDA / CE certified.

    2. All instruments and endoscope should be compatible with each other preferably from a single

    manufacturer company.