DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute...

67
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506 Ref. No. RMLIMS/Purchase/13-14/ 3629 Date:- 31.12.2013 Short Term Tender Sr. no. 1 (Ventilators ICU), Sr. no. 2 (Transport Ventilators), Sr. no. 3 (CPR Mechanical), Sr. no. 5 ( Cold Blanket), Sr. no. 6 ( Cardiac Output Monitor), Sr. no. 8 (Electromyography), Sr. no. 9 ( Endoscopic Ultrasound with Radial Endoscope & Linear Endoscope), Sr. no. 10 (C-Arm), Sr. no. 12 (Radio Frequency Ablator), Sr. no. 13 (Choledochoscope), Sr. no. 16 (Pediatric Resectoscope) and Sr. no. 17 (Holter Monitor) against tender ref. RMLIMS/Purchase/13-14/3365 dated 28.11.2013 is being re-tender. Sr. no. 1 (Operating Microscope) and Sr. no.2 (Instruments for Microlaryngeal Surgery) against tender ref. no. RMLIMS/Purchase/13-14/3384 dated 30.11.2013 has been cancelled and is being re-tender. Sr. no.2 (CRRT Machine), Sr. no.4 (PD Machine), Sr.no.5 (Portable Ultrasound Machine) against tender ref. no. RMLIMS/Purchase/13-14/3364 dated 28.11.2013 has been cancelled and is being re-tender. Sealed tenders are invited from manufacturers/Direct importers/authorized distributors and Agents for the supply of equipment for various departments viz, Anesthesiology, Gastoenteriology, Cardiology, Neurology, Gastromedicine, Surgical Oncology, Nephrology etc. for superspecialities. Details information like list of items, & their specification, earnest money deposit etc. can be downloaded from our website www.rmlims.in and submitted with a demand draft of [Rs. 1000.00 + VAT @ 5% ](Non-Refundable). Quantity may increase or decrease in future. Start date of download of tender documents is 01.01.2014 and Last date of download of tender documents is 15.01.2014. Director DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES VIBHOOTI KHAND , GOMTI NAGAR, LUCKNOW- 226 010 Phones: 0522-4918502, 4918505, Fax 0522-4918506 Website : www.rmlims.in

Transcript of DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute...

Page 1: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Ref. No. RMLIMS/Purchase/13-14/ 3629 Date:- 31.12.2013

Short Term Tender

Sr. no. 1 (Ventilators ICU), Sr. no. 2 (Transport Ventilators), Sr. no. 3 (CPR Mechanical),

Sr. no. 5 ( Cold Blanket), Sr. no. 6 ( Cardiac Output Monitor), Sr. no. 8 (Electromyography),

Sr. no. 9 ( Endoscopic Ultrasound with Radial Endoscope & Linear Endoscope), Sr. no. 10

(C-Arm), Sr. no. 12 (Radio Frequency Ablator), Sr. no. 13 (Choledochoscope), Sr. no. 16

(Pediatric Resectoscope) and Sr. no. 17 (Holter Monitor) against tender ref.

RMLIMS/Purchase/13-14/3365 dated 28.11.2013 is being re-tender.

Sr. no. 1 (Operating Microscope) and Sr. no.2 (Instruments for Microlaryngeal Surgery)

against tender ref. no. RMLIMS/Purchase/13-14/3384 dated 30.11.2013 has been cancelled

and is being re-tender.

Sr. no.2 (CRRT Machine), Sr. no.4 (PD Machine), Sr.no.5 (Portable Ultrasound Machine)

against tender ref. no. RMLIMS/Purchase/13-14/3364 dated 28.11.2013 has been cancelled

and is being re-tender.

Sealed tenders are invited from manufacturers/Direct importers/authorized distributors and

Agents for the supply of equipment for various departments viz, Anesthesiology, Gastoenteriology,

Cardiology, Neurology, Gastromedicine, Surgical Oncology, Nephrology etc. for superspecialities.

Details information like list of items, & their specification, earnest money deposit etc. can be

downloaded from our website www.rmlims.in and submitted with a demand draft of [Rs. 1000.00

+ VAT @ 5% ](Non-Refundable).

Quantity may increase or decrease in future. Start date of download of tender documents is

01.01.2014 and Last date of download of tender documents is 15.01.2014.

Director

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES VIBHOOTI KHAND , GOMTI NAGAR, LUCKNOW- 226 010

Phones: 0522-4918502, 4918505, Fax 0522-4918506 Website : www.rmlims.in

Page 2: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Note:- Those who have already submit their bid in previous

tender no. RMLIMS/Purchase/13-14/3364 & 3365 dated 28.11.2013

and Tender no. RMLIMS/Purchase/13-14/3384 dated 30.11.2013,

need not submit their bid again.

Page 3: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TENDER DOCUMENT

Letter No. RMLIMS/Purchase/13-14/ Date: 12.2013

ACKNOWLEDGEMENT

M/s ...................................................

..........................................................

...........................................................

Subject :- Tender Documents.

Dear Sir,

In reference to Tender No. RMLIMS/Purchase/13-14/3629 dated 31.12.2013. We acknowledge the receipt of

Rs. 1000.00 (One Thousand) + VAT @ 5% vide D.D. No. ................................ Dated.......................Bank

................................Branch .............................. towards cost of tender documents. We are pleased to forward

you a set of tender documents consisting of the following:-

Please acknowledge the receipt.

Thanking You,

For Director

Page 4: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Notice against Tender-Adv. No. RMLIMS/Purchase/13-14/3629 Date:- 31.12.2013

Sealed offers are invited from reputed manufacturer/Direct Importers/Authorized Distributors/ Authorized Agents for the supply of

following equipments as per conditions stipulated in the tender documents:

Sr. No. Name of Department Name of Equipment Qty. Earnest money

1

Deptt. of Anesthes

iology

Ventilators ICU 03 45,000.00

2 Transport Ventilators 02 10,000.00

3 CPR Mechanical 01 10,000.00

4 Cold Blanket 01 5,000.00

5 Cardiac Output Monitor 02 6,000.00

6 Deptt. of Neurology Electromyography 01 20,000.00

7 Deptt. of Gastromedicine Endoscopic Ultrasound With Radial Endoscope & Linear

Endoscope

01 2,00,000.00

8 Deptt. of Neurosurgery C-Arm 01 45,000.00

9 Deptt. of

Gastroenteriology

RFA (Radio Frequency Ablator) 01 41,000.00

10 Choledochoscope 01 25,000.00

11 Deptt. of Urology Pediatric Resectoscope 01 10,000.00

12 Deptt. of Cardiology Holter Monitor 03 8,000.00

13 Deptt. Of Surgical

Oncology

Operating Microscope 01 1,00,000.00

14 Instruments for Microlaryngeal Surgery 01 Set 30,000.00

15

Deptt. of Nephrology

CRRT Machine 02 20,000.00

16 PD Machine 01 10,000.00

17 Portable Ultrasound machine 01 30,000.00

The tender document may download from the institute's website & submitted with a Demand Draft of [Rs. 1000.00 (Rs. One Thousand

only) + VAT @ 5%] (Non-Refundable). Last date of download of tender document from website is 15.01.2014. The downloaded tender

forms must accompany Demand Draft issued to prior or till 15.01.2014. The duly filled tender documents will be received till 5:00 P.M

on 15.01.2014 in the JDMM camp, Ground floor of the Institute in two bid system i.e. technical bid & price bid, in the hard copy and

soft copy in MS Excel Sheet, be kept separately. Quantity may increase or decrease in future. Sealed Tenders should be submitted in

a two-bid system i.e. technical offer & price bid (two identical copies of each). One copy of Technical Bid shall be sealed in one

envelop and another copy of Technical Bid shall be sealed in another envelop and both the copies shall be sealed in a big envelop and

in the same manner one copy of Price bid shall be sealed in one envelop and another copy of Price bid shall be sealed in another

envelop and both the copies shall be sealed in a big envelop. In the fifth envelop Earnest Money draft and cost of Tender Document is to

be kept. All the Five envelops shall be kept in a larger envelop which is to be then sealed & posted or got received in the Institute. Tender

Form has to be purchased for each item. The tender document along with Earnest Money Deposit (Refundable) for respective tenders as

indicated against each item may be enclosed separately with tender documents. The Demand Draft from a Nationalized Bank towards

Earnest Money should be in favor of the "Finance Controller, RMLIMS, Lucknow" payable at Lucknow. Bids will be opened in the

presence of authorized representative of the bidders on scheduled date & time. The Technical bid will be opened at 1:00 P.M on

18.01.2014. Date for opening of financial bid for all rest items will be decided after opening of technical bid. If last date of the tender

submission is observed as holiday, the next working day will be treated as last date. Any legal dispute for whatever reason shall be

subject to the legal jurisdiction of a court of law of Lucknow (U.P) India. The Director reserves the right to accept or reject any or all

tender in part or full without assigning any reason thereof. The Institute will not be responsible for any postal delay. Detailed information

& specifications may be downloaded from website of the institution www.rmlims.in/www.rmlims.ac.in

DIRECTOR

Page 5: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Tender Form No. RMLIMS/Purchase/13-14/ Dated: / 12/2014

Cost of Tender: Rs. 1000.00 + VAT @ 5%

Notice Tender-Adv. No. RMLIMS/Purchase/13-14/3629 Date:- 31.12.2013

NAME OF EQUIPMENT __________________________________________________________

EARNEST MONEY Rs.___________________________________________________________

START DATE FOR DOWNLOAD OF TENDER DOCUMENT: 01.01.2014

LAST DATE FOR DOWNLOAD OF TENDER DOCUMENT: 15.01.2014

LAST DATE FOR SUBMISSION OF TENDER DOCUMENT 15.01.2014 TILL 5:00 P.M.

DATE FOR OPENING OF TECHNICAL BID (FOR ANESTHESIOLOGY, NEUROLOGY,

GASTROMEDICINE AND NEUROSURGERY): 18.01.2014 at 1:00 PM.

DATE FOR OPENING OF TECHNICAL BID (FOR GASTROENTERIIOLOGY, UROLOGY,

CARDIOLOGY, SURGICAL ONCOLOGY AND NEPHROLOGY): 20.01.2014 at 1:00 PM.

ONLY TECHNICALLY QUALIFIED TENDERER'S FINANCIAL BID WILL BE OPENED ON THE DATE

FIXED BY THE DIRECTOR, RMLIMS, GOMTI NAGAR, LUCKNOW.

The tender no. and the name of the item must be superscribed on the top of the larger envelop. The tender document along

with Earnest Money Deposit (Refundable) for respective tenders as indicated against each item may be enclosed separately

with tender documents. Quantity may increase or decrease in future. Sealed Tenders should be submitted in a two-bid

system i.e. technical offer & price bid (two identical copies of each). One copy of Technical Bid shall be sealed in one

envelop and another copy of Technical Bid shall be sealed in another envelop and both the copies shall be sealed in a big

envelop and in the same manner one copy of Price bid shall be sealed in one envelop and another copy of Price bid shall

be sealed in another envelop and both the copies shall be sealed in a big envelop. In the fifth envelop Earnest Money draft

and cost of Tender Document is to be kept. All the Five envelops shall be kept in a larger envelop which is to be then

sealed & posted or got received in the Institute. The Demand Draft from a Nationalized Bank towards Earnest Money

should be in favour of the "Finance Controller, RMLIMS, Lucknow" payable at Lucknow. Bids will be opened in the

presence of authorized representative of the bidders on scheduled date & time. Date for opening of financial bid will be

decided after opening of technical bid. If last date of the tender submission is observed as holiday, the next working day

will be treated as last date. Any legal dispute for whatever reason shall be subject to the legal jurisdiction of a court of law

of Lucknow (U.P) India. The Director reserves the right to accept or reject any or all tender in part or full without assigning

any reason thereof. The Institute will not be responsible for any postal delay.

Director

Page 6: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TENDER DOCUMENT

GENERAL TERMS & CONDITIONS FOR NOTICE INVITING TENDER NO RMLIMS/PURCHASE/ 13-14/3629

The following terms & conditions should be complied with while submitting the tender:-

1. Tender should be submitted to the JD (MM) office or Director Camp located at Ground Floor of

the Administrative Building, Ram Manohar Lohia Institute of Medical Sciences, Vibhuti Khand

Gomti Nagar, Lucknow 226010, UP, INDIA under the sealed cover failing which the tender

shall be disqualified.

2. The tender terms and conditions be clearly typed or legibly written giving the full name and

address of the tenderers. The tenderers should quote in figures as well as in words the rates and

amount tendered by him/them. Alteration, if any, unless legible and attested by the tenderers,

with their full signature, shall invalidate the tender. The tender should be signed by the tenderers

himself/themselves or him/their authorized agent on his/their behalf. In case the tender is signed

by the agent the authority letter in his favour shall be enclosed with tender documents.

3. VAT Registration certificate duly attested copy by a Gazzetted Officer should also be

enclosed. VAT, Income Tax clearance certificate along with the affidavit from a notary that

the firm has never been black listed must be attached along with the tender failing which

the tender will be rejected and no correspondence will be entertained in this regard.

Tenderers hereby agree to all terms and conditions stipulated in N.I.T. and undertake to

sign the rate Contract or Supply order within the given days from the date of order failing

which Security shall be liable to be forfeited.

The manufacturer or their Indian representative will ensure proper after sales service as

per our requirements from time to time, against the guarantee/warranty clause as per the

terms and conditions agreed under negotiations would be provided at our Institute without

fail. Any negligence on this account shall be the sole responsibility of foreign vendor as well

as Indian Agent and the liability for compensation will be fixed up by Director,Dr Ram

Manohar Lohia Institute of Medical Sciences, Lucknow.

4. Sealed Tenders should be submitted in a two-bid system i.e. technical offer & price bid (two

identical copies of each). One copy of Technical Bid shall be sealed in one envelop and another

copy of Technical Bid shall be sealed in another envelop and both the copies shall be sealed in

a big envelop and in the same manner one copy of Price bid shall be sealed in one envelop and

another copy of Price bid shall be sealed in another envelop and both the copies shall be sealed

in a big envelop. In the fifth envelop Earnest Money draft and cost of Tender Document is to be

kept. All the Five envelops shall be kept in a larger envelop which is to be then sealed & posted

or got received in the Institute. Separate Tender Form has to be purchased for each Item.

5. The tenderers should take care that the rates and amounts are written in such a way that

interpolation is not possible. No blank space should be left, which would otherwise make the

tender liable for rejection.

6. All Quotes shall be FOR DRRMLIMS. Delivery schedule with definite date of delivery at

destination (taking into cognizance of transit facilities) must be indicated. This contractual

delivery date/period should be inclusive of all the lead-time.

Page 1 of 7

Page 7: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

7. The tenderers should clearly state whether he/they are manufacturer, accredited agents, or sole

representative (indicating the name of Principal) on the top of the Bid, but authorization as

Agent/Distributor/Representative for this tender only will not be accepted.”

8. The tenderers submitting his/her tender would be deemed to have considered and accepted all the terms

and conditions. No Enquiries, verbal or written, shall be entertained in respect of acceptance or rejection

of the tender.

9. The offer shall be unconditional. Any conditional price bid will not be entertained and the tender

will be treated as cancelled.

10. The quantity shown in the Schedule may be increased or decreased to any extent depending upon the

actual requirement.

11. The tenderer shall specify regarding after sales services within the Guarantee/Warranty period.

12. (a) The tenderer shall also confirm the Installation, Commissioning, Demonstration and Training to

the concerned persons of this Institute.

12. (b) The Institute reserves the right to reject or accept the tender after reviewing the previous

experience to the services given by the vendor in the equipment already supplied by him.

13. The tenderer shall submit the pre-requisite information like Civil works/Electrical details etc. within 2

weeks from the date of receipt of order or establishment of letter of credit as the case may be, if not asked

for in the tender itself.

14. The Institute reserves the right to cancel/reject in full or any part of the tender which generally do not

fulfill the conditions stipulated in the tender without assigning any reason.

15. The Supplier shall quote for the latest model of their machine only.

16. Any action on the part of the tenderer to influence anybody of the Institute will make his/their tender

liable to rejection.

17. The tenderers shall submit the offer in original copy of the tender documents duly signed on each page.

Item-wise rates may be indicated on letter head of the firm.

18. In the case of placement of Purchase Order, the vendor (the tenderers whose tender is accepted) shall have

to confirm the purchase order within 7 days from the date of the dispatch of purchase order otherwise it

will be deemed that offer is acceptable to the firm. Notwithstanding any other provision, the terms &

conditions and any other items given in the Purchase order will be treated as binding with “Errors &

omission excepted” basis. However, if the supplier notices any discrepancy in the order, he/ they must

bring the same to the notice of the Institute and seek clarifications. Supplier will have to bear the

responsibility for failure to take this action.

19. The Institute may, in writing, make any revision or change in the purchase order including additions or

subtractions from the quantities originally ordered in the specifications or drawings. If any such

revisions/changes affect the price or delivery, the same shall be subject to the adjustment of

price/delivery, where required on a reasonable basis by mutual agreement in writing which should be

communicated.

20. PBG:- The tenderer shall also furnish performance bank guarantee of @15% of the order value before

Taxes or (FOB) value at the time of shipment or supply of goods and this will be released after the

successful completion of warranty period ( The Period of PBG will start from Date of Installation of the

Machine to the Date of end of Warranty Period ).

Page 2 of 7

Page 8: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

21. The Institute reserves the right to cancel the purchase order or any part thereof and shall be

entitled to revise the contract wholly or in part by a written notice to the vendor, if;-

- The Vendor fails to comply with the terms of the purchase order including specifications

and other technical requirement.

a. The vendor becomes bankrupt or goes into liquidation

b. The vendor fails to deliver the goods in time and or does not replace the rejected goods

promptly.

c. A receiver is appointed for any of the property owned by the vendor.

22. Upon receipt of the said cancellation notice, the vendor shall discontinue all works of the purchase order

and matters connected with it.

23. Earnest Money be paid in shape of DD, TDR, FDR, drawn in favour of the "Finance Controller, Dr Ram

Manohar Lohia Institute of Medical Sciences, Lucknow", payable at Lucknow, U.P. India as mentioned in

the tender notification.

24. Unless otherwise specified in the order, the order price shall remain firm and will not be subject to

escalation of any description during the pendency of the order, notwithstanding the change in the cost of

materials, labour and/or variations in taxes, duties and other levies on raw materials and components may

take place while the order is under execution even if the execution of the order is delayed beyond the

completion date specified in the order for any reason whatsoever.

25. The price should be on F.O.R. RMLIMS basis inclusive of all levies and duties wherever applicable

which should be indicated clearly. The rates of VAT should be clearly indicated wherever chargeable. The

RMLIMS is not eligible to issue „C‟ or „D‟ Form, however the concessional rate of Central Sales Tax

admissible to Research Institutions on purchase of Scientific Instruments/Equipments etc. from certain

States like Maharashtra, Delhi, West Bengal etc. is applicable to this Institute. (Please quote price in

Format enclosed as annexure-C) 26. Prices will be quoted on F.O.B. as well as estimated CIP New Delhi basis for imported goods, Indian

Agency commission/rebate payable to Indian Agent, if any, shall be shown separately and that will be

payable in equivalent rupee directly to Indian Agent .The Indian Agency commission will be calculated

on the exchange rate prevailing on the day of negoation of L/c. The Tenderer must quote the taxes levied,

if any, on the Indian Agency commission. The supplier shall be responsible to get the goods air –

freighted/sea freighted & air insured/marine insured up to the Institute. (Please quote price in Format

enclosed as annexure-D)

27. Declare separately the FOB and CIP prices.

28. The offer of the tenders shall remain valid for a period of at least 180 days from the date of opening of the

tender.

29. All goods or materials shall be supplied by the tenderers whose tender is accepted, strictly in accordance

with the specifications, drawings, data sheets, other attachments and conditions stated. Any alterations of

those conditions shall not be made without the consent of the Institute in writing which must be obtained

before any work against the order is commenced. All material furnished by the seller pursuant to this

order (irrespective of whether engineering, design data or other information has been furnished, reviewed

or approved by the Institute) will be guaranteed to the best quality of their respective kind (unless

otherwise specifically authorized in writing by the Institute) and shall be free from faulty design ( to the

extent such design is not furnished to the Institute) workmanship and materials, and to be of sufficient size

and capacity and of proper materials so as to fulfill in all respects with all operating conditions, if any,

specified in this order.

Page 3 of 7

Page 9: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

30. The Equipment supplied shall carry a warranty of 60 months from the date of satisfactory

Installation and commissioning of the equipment. If any trouble or defect originating with the

design, materials, workmanship or operating characteristics of any materials arise at any time

from the date of Installation, the same shall as promptly as possible make such alteration, repairs

and replacement as soon as notified thereof, the seller shall at his own expenses and as promptly

as may be necessary to permit the materials function in accordance with the specification and to

fulfill the foregoing guarantee/warranty.

31. The Institute may at its option, remove such defective materials at the seller‟s expense in which

event the seller shall, without any cost of the RMLIMS and as promptly as possible, furnish and

install proper materials, repaired or replaced materials shall be similarly guaranteed for a period

of not less than 30(thirty) months from the date of shipment.

32. In the event that the materials supplied do not meet the specifications and are not in accordance

with the drawings, data sheets or the terms of this order, rectification is required at site, the

RMLIMS shall notify to the seller giving full details of differences. The seller shall attend the

site, within seven days of receipt of such notice, meet the representative of the RMLIMS and

action required to correct the deficiency.

33. If the seller fails to attend the fault within the prescribed time the Dr. RMLIMS, Lucknow shall

immediately get the same rectified on costs of the seller/supplier.

34. Payment Terms :-

In case of Indian goods, 100% payments may be released within 30 days from the date of

satisfactory installation.

In case of imported goods/equipment, the payment schedule will be as follows.

A - 75% against shipment

B - 25% against satisfactory installation

35. The mode of payment will be through irrevocable letter of credit. However, Indian Agency

Commission or Technical Services charges would be paid in Indian rupee after satisfactory

receipt & installation of goods at site. Indian Agency Commission will be declared in the

price/bid. If Indian agency commission is not mentioned in the price bid no claim for it shall

be admissible after ward. 36. Delivery Time as mentioned in Purchase order shall be the essence of the order and no variation

shall be permitted except with prior authorization in writing from the Purchaser.

37. In the event of delay in making delivery on the part of the vendor, it will be at purchaser‟s

discretion to receive delivery with a reduction in price of the article/or equipment.

38. Force majeure shall mean and be limited to the following:

Any war/hostilities

1 Any riot or civil Communication

Any earthquake, flood, tempest, lightning or other natural disaster

Page 4 of 7

Page 10: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Any strike, or lock-out (only those exceeding ten continuous day in duration) or other

conditions affecting the performance of the seller‟s obligations.

The seller shall advise the RMLIMS by registered letter duly certified by Local Chamber of

Commerce of Statuary authorities the beginning and end of the above causes of delay within

7(seven) days of occurrence and cessation of such Force Majeure conditions, in the event of

delay lasting over one month, if arising our causes of Force Majeure, the RMLIMS reserves the

right to cancel the order and the provisions governing termination state under articles shall apply.

For delays arising out of Force Majeure, the seller shall not claim extension in completion date

for a period exceeding the period of delay attributable to the causes of Force Majeure and neither

the RMLIMS nor the seller shall be liable to pay extra costs provided it is Mutually established

that Force Majeure conditions did actually exist.

The seller shall categorically specify the extent of Force Majeure conditions prevalent in his

works (such as power restriction etc.) at the time of submitting the bid and whether the same

have taken into consideration or not in the quotations.

In the event of delay in delivery and/or unsatisfactory manufacturing progress and supply, the

RMLIMS has the right to cancel the purchase order as whole or in part without liability of

cancellation charges.

In the event of rejection of non-conforming goods the vendor shall be allowed, without any

extension of delivery time to correct the non-conformities, should however the vendor fail to do

so within stipulated time, the RMLIMS may cancel the order.

39. No payment shall be made for rejected material nor would the tenderer be entitled to claim for

such items.

40. Rejected items would be removed by the tenderer from the site within two weeks of the date of

rejection at their own cost. In case they are not removed they will be auctioned at the risk and

responsibilities of the suppliers without any further notice.

41. Penalty Clause :-

(A) In the case of not honoring the supply order, Ram Manohar Lohia Institute of Medical Sciences,

will forfeit his EMD.

(B) In the case of non-supply of stores within stipulated period, in case of indigenous goods it will be

at the discretion of the Ram Manohar Lohia Institute of Medical Sciences to accept delivery with late

delivery clause @ 1% per week maximum to the extent of 10% of the ordered value for delayed

supply,after 10 weeks the purchase order will be cancelled ( The delivery period will be calculated from

the date of dispatch of purchase order to the date of receipt of material in the Institute ) . In the case of

imported goods, the late delivery clause will be imposed @ 0.5% per week subject to the maximum of 5%

of FOB value, after10 weeks cancellation of order may be considered. (The delivery period will be

calculated from the date of opening of letter of credit to the date of receipt of material at the Indian Port ).

42. The firm has to submit an undertaking that the equipment is of latest model & version, and has the latest

state-of-art technology. The spare parts will remain available for at least next ten years. Software

upgradation for next ten years from the installation will be included in the cost.

Page 5 of 7

Page 11: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

43. List of installations for the quoted model in India should be provided with the tender.

44. All disputes and questions, if any, arise between the Institute and the bidder out of or in

connection with the terms and conditions contained herein or as to the construction of application

thereof, or the respective rights and obligations of the parties there under or as to any clause or

thing herein contained or by reason of the supply or failure or refusal to supply any material or as

to any other matter in any way relating to these presents shall be referred to the sole Arbitrator,

by the President of the Institute/ or his nominee. The decision of the sole arbitrator shall be final

and binding upon both parties and subject to adjudication of Lucknow Court. Place for arbitration

shall be at Lucknow (U.P.), India. Venue of such arbitration proceedings shall be the Institute.

Arbitration and conciliation Act 1996 and rules made there under shall be applied to the

proceedings under this clause.

45. A minimum of 95% uptime of equipment is to be maintained during warranty period and also

after warranty period during comprehensive maintenance contract for the next five years.

46. CMC :-

The supplier should provide comprehensive maintenance contract (with spare/consumables

/Accessories including laborer charges) inclusive of customs and all taxes for the next 5 years

(i.e. years 6 to 10 inclusive). The CMC Rate for the sixth year should not be more than

5% of FOB and escalation in next year CMC should also not be more than 5%.

Service Tax on CMC will be treated as inclusive if the firm has not mentioned service tax

separately.

47. The price bid will be opened in the presence of authorized representative of technically qualified tenderer

within reasonable time, but not latter then 45 days. (In normal conditions) from the date of opening of

technical bid.

48. The price ranking will be carried out as under:

i. For Foreigen Goods the exchange rate of foreign currency will be the prevailing rate on

the last date of submission of Tender .

ii. The prices for optional items if not required in Technical Specification will be excluded

for

ranking purpose .

iii. The ranking will be determined as under

Total Price (Cost) = Price with all accessories as per technical specifications along with Custom duty,

Clearance charges, insurance + Cost of indigenous items if any CMC Price (with spares & labor charges)

for five years after warranty + taxes as applicable currently+ Turnkey (if applicable).

49. Custom Duty and Custom Clearance Charges :- The supplier will get the equipment/consignment

cleared from the custom. The Custom Duty and clearance charges shall be paid by the supplier which will

be reimbursed to them as actual on production of bill which shall not be more than quoted in the price bid.

Freight charges will be borne by the manufacturer/Indian representative. Also the insurance will be paid

Page 6 of 7

Page 12: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

and arranged by the firm effective from port of shipment to Central Store, RMLIMS, LUCKNOW. # The

Rate of Custom Duty and Custom Clearance charges must be mentioned in the price bid. If Custom

Duty and Custom Clearance Charges is not mentioned in the price bid, for the purpose of L-1

calculation .

Custom Duty & Clearance & other Charges will be calculated @ of 15% of FOB Value

or 12% of CIF/CIP value. However the payment shall be made on actual but not more

than this Rate.

50. All the operating and service manuals in duplicate to be provided by the vendor at the time of handing

over the machine.

51. The percentage (%) or amount of Indian Agency Commission must be mentioned in all offers of overseas

suppliers who are offering through their Indian Agency. Authorization certificate issued by the principal

in favor of Indian Agent must be enclosed.

52. If there is any discrepancy in terms between General Terms & Conditions of Tender Document and

specification of any equipment, then the details given in General Terms & Conditions of Tender

Document will be considered valid and will be binding. Accordingly, the terms of comprehensive

maintenance contract will be governed by the General Terms & Conditions of Tender Documents.

53. EMD of unsuccessful bidder shall be returned to them in due course of time.

54. Catalogue, data sheet, complete module and other necessary document shall be provided in original form.

In the shape of Duplicate or photocopier form of documents shall not be accepted.

55. In case of imported goods consignment must reach Indian port within currency of L/C.

56. No financial documents of any tenderer will be entertained after opening of financial bid/ technical

bid.

57. The supplier will make atleast quarterly visit for maintenance during warranty period.

Enclosed 1- Annexure A

(Specifications of the Equipment)

Enclosed 2- Annexure B

(Letter of Submission)

Enclosed 3- Annexure C

(Format for Price Bid in Indian Currency)

Enclosed 4- Annexure D

(Format for Price Bid in Foreign Currency)

Joint Director (MM)

for Director

Dr. Ram Manohar Lohia Institute of Medical Sciences

Vibhooti Khand, Gomti Nagar,

Lucknow. Page 7 of 7

Page 13: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

Ventilator ICU

Page 14: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR VENTILATOR ICU

o Advanced microprocessor based time cycled volume constant pressure controlled ventilator with upgradeable

software/ hardware and automatic adjustment of parameters based on body weight input

o Suitable for Adult , Paediatric , Neonatal patients (3 – 2500 ml) and for VLBW (very low birth weight) patients

o Should be suitable for transporting the patient within outside the hospital.

o Should have built in battery backup for two hours.

Large touch-screen user interface of minimum 15 inches (TFT Colour) or more. Screen should be freely configurable

as following -

o Three waveforms at a time - from Pressure, Flow, Volume, Capnography

o The waveforms should be filled curves for easy viewing from a distance

o Waveforms + Loops _ Trends in any user selectable combination

o User configurable display of numeric data as per user choice

The ventilator should have the following ventilation modes as standard:

Volume Controlled – Control, Assist, SIMV (with/ without Pressure support)

o MMV - Mandatory Minute Ventilation with/ without Pressure support, for automatic switching from control to

spontaneous and back. Continuously adjustable Pressure support should be available in this mode (or equivalent).

o CPAP - with/without Pressure Support

o Pressure Controlled - PC-BIPAP – Biphasic (and not Bi-Level) with/without Pressure Support with spontaneous

breathing at two pressure levels. Should be one pressure mode from intubation to extubation; PC-AC

o PC-APRV - Airway pressure release ventilation

o NIV Mode ( NIV mask of 2,3 and 4 number size should be supplied with each ventilator)

o AutoFlow / PRVC or equivalent for delivering tidal volume within a set PIP ; should be possible to combine in all

volume control modes and should allow spontaneous breathing in all volume controlled modes

o ILV (Independent Lung Ventilation) for independent ventilation of lungs of different morphologies

o Apnoea backup ventilation mode

o Automatic change of modes from volume control to volume support & vice versa.

o Automatic change of modes from pressure control to pressure support & vice versa.

o Lung tools for real time monitoring of lungs.

o Ventilator should have inbuilt capnography as under :-

Should have integrated mainstream based capnography with mainstream ETCO2 sensor at patient end

Cuvettes suitable for adult and pediatric patients should be supplied

The monitored data should include capnography waveform, ETCO2, dead space (Vds), pulmonary dead

space fraction (Vds/Vte)

Should have settings for :

Tidal Volume in Volume Controlled modes 3 ml to 2500 ml

CMV frequency---------------------------------- Infants 4 - 150 bpm

Adults 4-100bpm

Inspiratory time 10% - 80% of breath cycle time.

Inspiratory flow 6 - 120 lpm

Peak Inspiratory Pressure 0 - 95 cmH2O

CPAP/PEEP 0 – 80 cmH2O

Slope control 0 - 2 sec.

Trigger Multi Sense trigger with automatic pressure and volume

trigger and flow trigger manually adjustable from 0.3 - 15

lpm

FiO2 21 - 100%

Pressure support 0 – 80 cmH2O

Manual Inspiratory hold 0 – 15 sec (Adult), 0 – 5 sec (ped)

Manual Expiratory hold 0 – 15 sec (Adult), 0 – 5 sec (ped)

Sigh (Pressure oriented preferred) 0 – 15 cmH2O every 3 minutes , 2 breaths

Quick Set Direct change of PEEP and / or Pinsp for easy recruitment

maneuvers , instead of select-adjust-confirm step

Pressure Link Coupling and simultaneous change of PEEP and P-insp

knobs for simultaneous increase /decrease of set value to

achieve Lung Recruitment

Inspiratory termination criteria 5 - 70% of PIF (Peak Inspiratory Flow)

Page 1 of 3

Page 15: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Should have BTPS Compensated real time monitoring of:

o Pressure - Peak, Plateau, Mean, CPAP/PEEP, end expiratory

o Tidal Volume - Set (Inspired) , Monitored (expired)

o Minute Volume - expired, spontaneous, leakage, Tidal volume in Pr. Support breaths

o Frequency/ Rate - Set (Inspiratory), Spontaneous, total ,

o I:E Ratio set & measured

o FiO2 set & measured

o Airway Temperature (if active humidifier is used)

o Lung Mechanics - Resistance, Static & dynamic Compliance , Inspiratory/expiratory resistance.

o Lung mechanics indicators - NIF, RSB,

o Special Manoeuvres - P0.1 (Occlusion pressure) and Intrinsic (Auto) PEEP

o On screen EtCO2 ( DIGITAL & WAVEFORM)

o On screen metabolic parameters viz. VO2, VCO2,alveolar to arterial oxygen gradient/ Pa/FiO2 ratio, alveolar

partial pressure of oxygen and cardiac output.

o Leakage fraction in NIV mode

o Trend of values measured for 24 hours.

Should have audio visual color coded alarms, on the screen for :-

o High/low airway pressure Pressure

o High/low Minute Volume

o High Rate

o High Tidal Volume

o Apnoea / apnoea alarm time

o High/low O2 % (automatic settings)

o Low oxygen pressure & Oxygen line failure

o Low Compressed/ Failed compressed air

o Electronic failure (with error code)

o Event and alarm log of upto 1000 events

o Low battery

The unit should have Context dependant Online Help Manual with explanation of any function

Scope of supply should include

o Basic Unit ( 220 - 240 V)

o Modular corrosion free Trolley - should be imported, of same make as the quoted brand and no local

substitute will be accepted/ should be offered.

o Reusable Flow sensor - heated flow sensor should be given for higher accuracy – in adult, paediatric and

Infant patients – 25 Nos.

o Reusable autoclavable expiratory valve - 2 Nos.

o Disposables :

Disposable Adult hose set – 100 Nos.

Disposable Pediatric hose set – 100 Nos.

Disposable Adult HMEs for use from 200 – 1500 ml – 100 each

Disposable pediatric HME for use from 50 – 200 ml – 100 each

Disposable expiratory valves / reusable valves for use with the machine – 10 Nos for use with serious

infectious patients such as H1N1 should also be included

o O2 cell

o Temperature sensor

o Oxygen connecting Hose - 3 meters

o Air connecting Hose - 3 meters

o Reusable and Auto cleavable Nebuliser – pneumatically driven inspiration synchronised and volume

compensated.

o Hinged arm Support for patient circuit – should be imported , of same make as the quoted brand and no local

substitute will be accepted/ should be offered

o Integrated RS232C Interface

o Output for ILV

o Test Lung

o Instruction Manual

Quality Standards and Support requirements

o The ventilator offered unit should have US FDA certificate.

The ventilator should have following options, which should be quoted, indicating separate price which may be

considered for purchase :-

Page 2 of 3

Page 16: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

o Automatic Tube Compensation

Suitable for all types of patients (adult, pediatric , neonatal)

Compensates for WOB due to Endotracheal / Tracheostomy tube from 2.5 mm – 11 mm diameters

The compensation should be for both Inspiratory and expiratory resistance with facility for switching the

same on/off.

Should be available in all modes - from control to spontaneous

Automated weaning protocol built into the ventilator – based on combination of Capnography and Pressure

support

Page 3 of 3

Page 17: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

Transport Ventilators

Page 18: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR TRANSPORT VENTILATOR

Should be time-cycled volume constant ventilator operating on mains, battery or ambulance/car battery.

Battery backup should be for minimum of 4 hours

Ventilator should be of low weight (not more than 5.5 kg) and tropicalised with operation range from – 20

to + 50 degrees centigrade.

Should have integrated EL display for display of set and expired data as below :

o Tidal volume : 100ml - 2 litres – setting to be color coded for patient ranges

o Rate : 2 - 50 breaths/min.

o PEEP (integrated in main unit) : 0 to 20 mbar/cmH2O

o Inspiratory Pressure – 20 – 60 cmH2O

o Flow trigger : 3 – 15 lpm

o Pressure Support : 0 – 35 cmH2O

o FiO2 : 40% or 100%

Should have following ventilation modes :

o IPPV(CMV)

o Assist Control

o SIMV

o CPAP

Should have both audio & visual alarms for:

o High & Low Pressure

o High pressure

o Apnea

o Setting errors

o Low battery

o Low pressure supply

Standard Scope of supply to include the following :

o Main unit with inbuilt battery

o Breathing hose set with expiratory valve and flow sensor

o Disposable Hose Set with disposable expiratory valve and flow sensor should also be offered for use

with extremely infectious patients – 10 no.s

o Bracket for fixing on trolley / bed rail

o AC-DC adaptor

o Oxygen high pressure hose

o Test Lung

o Additional accessories such as a compact caddy/cart, carrying system with cylinder and ventilator , etc

may be offered as options to make a fully self contained system of carrying the transport ventilator

o Instruction Manual

Quality Standards and Support requirements

o The offered unit should have US FDA certificate

o The unit should comply with relevant IEC Certification

o Vibration standard MIL STD 810F, method 514.5

o Airworthiness RTCA DO-160 D, section 7,8,21

o EC Directive 93/42/EEC Class IIb

o UMDNS Code 18-098

o Electromagnetic compatibility ICE/EN 60601-1-2:2001 and ISO 10651-3

Optional features/ requirements:

o NIV

o Pressure support

o Cable for connection with ambulance/ car battery.

Page 1 of 1

Page 19: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

CPR Mechanical

Page 20: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR CPR MECHANICAL

Technical specificatios for Mechanical CPR Machine ( Non-Invasive Cardiac

Support Pump with defibrillation )

1. Should have Non-Invasive Cardiac Support Pump with consistent compressions .

2. Should be easy to use and battery operated.

3. Should be able to squeeze the entire chest.

4. Should have minimal no-flow time.

5. Should be able to automatically calculate the size, shape, and resistance of each patient's chest.

6. Should have emergency defibrillation and monitoring devices.

7. Should have a software to analyze the CPR data & record CPR data which can be reviewed later on.

8. Should be able to filtetr CPR artifacts.

9. Should have integrated SpCO, for carbon monoxide measurement. 10. Should have Plug-and-play EtCO2.

Page 1 of 1

Page 21: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

Cold Blanket

Page 22: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR COLD BLANKET

1. It should have facility of cooling and heating of patients the hypo-/hyperthermia.

2. It should have optimum heat transfer or discharge by water.

3. it should be compact and robust construction,

4. It should be simple handling and low noise.

5. Temperature range should be between 15-39 ° C.

6. Should be compatible with all water reusable mats.

7. Should be very precise temperature control.

8. Should be provided with new safety system.

9. It must bear CE marks.

10. It should be ISO 9001 and IEC 601-1.

Page 1 of 1

Page 23: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

Cardiac Output Monitor

Page 24: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR CARDIAC OUTPUT MONITOR

Product Specifications

Power/Electrical

AC Mains: 100-240 VAC, 50/60 Hz, 1 A maximum consumption

Color Display

5.2 in. (132.5 mm) x 3.9 in. (99.4 mm)TFT

640 x 480 pixels

Measuring Time

CCO: display updated every 20 seconds or 5 minutes

ScvO2/SvO2: display updated every 2 seconds

Startup Time

Initial display in 60 seconds

Trend Range

0.1-72 hours

Display Capacity

2 trend lines, 2 numerical displays

Size

Height: 7.8 in.

Width: 10.11 in.

Depth: 8.9 in.

Weight

6.7 lbs. (2.76 kg)

IV pole mount capability

Bi-directional Patient Monitor Communications

Analog Input/Output (Selectable Voltage)

Input: 0 to 1 V, 0 to 5 V, 0 to 10 V

Page 1 of 2

Page 25: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Output: 0 to 1 V, 0 to 10 V

Digital I/O, Serial Communication Interface (RS232)

Maximum data rate = 57.6 kilo baud

CVP Slave Compatible for Continuous SVR

Pressure slave cables available for select physiologic bedside monitors

Printer Communications

USB Port: V1.1-compatible type A connector

Label Parameter Range/Units

CO Arterial Pressure Cardiac Output 1.0 – 20.0 L/min

CI Cardiac Index 1.0-20.0 L/min/m2

ScvO2 Central Venous Oxygen Saturation 0-99%

SvO2 Mixed Venous Oxygen Saturation 0-99%

DO2 Oxygen Delivery Derived Value mL/min

DO2I Oxygen Delivery Index Derived Value mL/min/m2

SV Stroke Volume 0-300 mL/beat

SVI Stoke Volume Index 0-200m L/beat/m2

SVV Stroke Volume Variation 0-99%

SVR Systemic Vascular Resistance 0-3,000 dynes-sec/cm5

(0-300.0 kPa-sec/I)

SVRI Systemic Vascular Resistance Index 0-6,000 dynes-sec-m2/cm

5

(0-600.0 kPa-sec-m2/I

)

Page 2 of 2

Page 26: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

Electromyography

Page 27: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR ELECTROMYOGRAPHY

A. Minimum 06 channel system with optical isolation computer system with intranet

connection for connecting to either to desktop system or laptop system for

portable use

The System should have USB portable control panel to provide the user

with easy access.

The system should have powerful USB 2.0 interface with computer.

MCS, SCS, Repetitive Stimulator (Low rate & High Rate), F wave, H

reflex & Blink Reflex automatic marking.

The system must have separate superimpose window for comparing

recorded data.

Insertional/Spontaneous EMG recording for minimum 600 secs on hard

disk. EMG free run, raster & capture modes 10 min buffer, sympathetic

skin response, R-R interval, single motor unit analysis, P300, collision

studies, store EMG snap shot, EMG gain control, playback of EMG buffer

etc.

Probes should have the facility to be removed and to connect bar and ring

electrodes.

Probe angel and width should be adjustable.

Constant current stimulator with repetition rate adjustment form 0.1-89pps

and pulse duration to be varied from 55µs-999µs with 50µs increments.

System should have option of performing up to 42 NCS exams.

Somato sensory evoked potentials (upper, lower, Dermatomes)

Auditory evoked potentials: ABR, MLR, SVR, EcochG.

Visual Evoked potentials: VEP, ERG, EOG

Should have option of opening up to 8 test protocols simultaneously.

Should have the option entering patient information, EMG findings or

diagnosis during examination.

The amplifier should be having head montage electrode input‟s for easy

application.

The system should have software controlled referencing for easy operation.

The stimulator should be very compact & light weight to b easily used &

should provide remote control operation.

Auditory headphones with clicks, pips and tones.

Visual evoked potentials: Pattern reversal VEP & LE flash

The system should have P-300 & CNV configurable according to user.

Page 1 of 5

Page 28: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

The electrical stimulator should have controls for stimulus delivery,

intensity.

The base unit of the system should provide all the controls for performing

the test, switching to other test protocols and reviews of the test with

control knobs for sensitivity, gain, marking cursors, pulse width etc.

In Built help file examination guide that shows examination information,

and electrodes and stimulation positions for NCS and other examinations

with automatic marking.

Report generator with option of selecting data to be included in report.

Should be supplied with data management software with scheduler.

Should be able to support multiple users, with individualized operational

settings.

The software should have option of having normative data for computation

and online comparison with test values.

The software to have facility to quickly review the complete summary of

the all the acquired traces and tabulate the results without need to go in

each and every test protocol.

The system should be supplied with 22” VEP monitor.

The system should be supplied with SFEMG, QEMG & MACRO MG,

MUNE (motor unit number estimation), SSR, R-R internal, collision

studies.

B. Technical specifications

The amplifier should have active electrode amplification for better signal quality.

Common mode input impedance > 1000Mohm

The electrical stimulator should have single, Double, Train Stimulation modes.

Stimulator should have option of voltage or current stimulation & should have-

Current stimulation range of 0-100mA

Voltage stimulation range of 0-1000Volts

Stimulation frequency

From the stimulator condition dialog box: 0.1 to 0.9Hz in 0.1 Hz steps

01 to 10 in 01 Hz steps, 13, 15, 17 Hz, 20 to 100 Hz in 10 Hz steps (within±5%)

From the key board : 0.1 to 100 Hz in 0.1 Hz steps (within±5%)

Stimulation delay

0 to 60 ms in 0.01 ms steps, 60 to 99 ms in 1 ms steps.

100 to 990ms in 10ms steps, 1 ot 10ms in 100ms steps.

CMRR:> 106dB (Balanced mode) ,>112 dB (Isolation mode)

System should have 18 bit A/D converter.

Low cut filter to be varied from 0.01 Hz-500Hz

Page 2 of 5

Page 29: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

High cut filter to be varied form 10Hz-20KHz

Noise:<0.6 µVrms at 01 Hz to 10 KHz

Sensitivity: 1,2,5,10,20,50,100,200,500µV/div

Should have artefact rejection inhibit range of ±1, ±2, ±3, ±4, ±5 div o screen or

off (no artefact rejection)

Should have individual time base for each test protocol.

Should have number of averaging between 1 to 10,000.

Sweep speed 01 to 1000 ms/div in 24 steps.

The system should be supplied. The system shall have intel i3 or better processor

with ≥4GB RAM, multimedia speaker, 02 optical mouse, 500GB hard disk for

storing EEG and shall operate under windows8, DVD writer, Laser printer, UPS-

1KVA

Separate earthing should be provided by the vendor, cost should be include in

tender.

100nos EMG needle (disposable) adult type should be supplied with the system.

The system should be IEC & FDA approved for medical & Electrical safety.

Laser colour printer with two cartridges.

Trolley original-01

The appropriate electrical cable stimulate skin perspective gelly & paste should

be appropriate

For next 3 years rate for above consumable fixed cost.

CMC for next 5 years after completion of warranty period.

Amplifier should have-

Common mode input impedance > 1000Mohm

Low filter to be varied form 0.05Hz-500Hz or higher

High filter to be varied form 30Hz-5KHz or higher

Gain to be varied for 0.5ms/div to 1000ms/div

Common recording reference input (4 channel only)

Temperature probe input 22deg to 44deg +/-0.5 deg C

Software should have:

The software should have also facility for left vs right comparison in NCV, F, H

and Evoked potential tests.

The software should have Live monitor window to view the raw signal of the data

before acquiring or storing on the system

In built comprehensive nerve/muscle directory.

NCV should have:

Motor NCV with automatic marking.

Page 3 of 5

Page 30: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Sensory NC with automatic marking

F wave with split screen display with automatic marking of F responses showing

the Max F, Min F & % F values.

H reflex & Blink reflex.

EMG Should have:

Online quantitative analysis of single or multiple MUP‟s

Single motor unit Analysis

System must be supplied with software for quantitative EMG with Multi MUP,

interference pattern with online cloud plot.

EP Should have:

Two decimal repetition rate for better precision in EP‟s

Auditory evoked potentials: BAER, AEP programs

Auditory headphones with clicks, pips and tones

The software should have facility to measure the patient Hearing Threshold

before running the BERA test

The software should be capable of grand averaging of the responses for better

signal quality for BERA recordings.

22 VEP monitor with checker board patterns, half, quanta size.

Visual evoked potentials: pattern reversal VEP

Should have:

Repetitive nerve stimulation

Sympathetic skin response

RR interval program with programs for stand/sit/supine position & Heart rate

variability calculations

Macro EMG

Motor unit number estimation

P300 & collision study.

Should be supplied with:

Ten 20 conducting paste for EP studies (08 OZ each) : 03 No.

Skin preparation electrode gel : 03 No.

Bar Stimulating Electrodes : 02 No.

EMG concentric disposable Needle (38mm) : 100 No.

EMG concentric disposable Needle (25mm) : 100 No.

EMG needle holder for disposable concentric needle : 04 No.

Sensory rings stimulating electrodes : 02 No.

Sensory rings stimulating electrodes : 25 No.

Disposable surface recording electrodes : 01 No.

22” VEP monitor : 02 No.

Page 4 of 5

Page 31: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Auditory headphones : 01 No.

LED Goggle : 01 No.

Trolley : 01 No.

Ground Electrode : 04 set

Single fibre needle : 10 No.

Ring & Surface electrodes : 6 pair.

These accessories are other than the standard no. Of accessories supplied with

machine.

Page 5 of 5

Page 32: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

Endoscopic ultrasound with Radial Endoscope & Linear Endoscope

Page 33: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR ENDOSCOPIC ULTRASOUND WITH RADIAL

ENDOSCOPE & LINEAR ENDOSCOPE

System Includes:

i) Ultrasonic Gastrovideoscope (Radial)

ii) Ultrasonic Gastrovideoscope (Linear)

iii) Ultrasound Processor with color Doppler function.

iv) Video Processor Module

v) 300 Watt Xenon Light source

vi) High resolution Flat Monitor

vii) Video Cart

viii) Endoscopy Computer System

ix) Endoscopy Report Generation Software

Specifications:

Ultrasonic Gastrovideoscope (Radial) : One In number

Should have following technical specifications/ features :

a) Ultrasonic features

1. Scan mode should have B Mode/Color Doppler

2. Electronic radial scanning angle of 360 and facility for image rotation

3. Scanning Direction should be Latitudinal with Scanning System (i.e. perpendicular to insertion direction)

4. EUS images with multiple selectable frequencies between 5 to 10 MHz

b) Endoscopic features

1. Field of view should be around ≥100 degree

2. Direction of view should be Forward

3. Depth of field should be 5 to 100 mm or less

4. Distal end outer diameter < 13mm

5. Distal should have short rigid portion for less trauma to the patient

6. Insertion tube outer diameter of <12.5 mm

7. Instrument channel diameter of 2-3 mm

8. Lens cleaning function for keeping the endoscopic field of view clear at all times

9. EUS Scope should be fully immersible for thorough cleaning

Ultrasonic Gastrovideoscope (Linear) : One In number

Should have following technical specifications/ features :

a) Ultrasonic features

1. Scan mode should have B Mode/Color Doppler

2. Electronic curved linear scanning angle of ≥120.

3. Scanning Direction should be Longitudinal with Scanning System (i.e. parallel to insertion direction)

4. EUS images with multiple selectable frequencies between 5 to 10 MHz

Page 1 of 3

Page 34: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

b) Endoscopic features

1. Field of view should be around ≥100 degree

2. Direction of view should be 50-60 degree Forward-oblique

3. Depth of field should be 5 to 100 mm or less

4. Distal end outer diameter ≤ 12 mm

5. Distal should have short rigid portion for less trauma to the patient

6. Insertion tube outer diameter of ≤11 mm

7. Instrument channel diameter of ≥ 2.8 mm

8. Lens cleaning function for keeping the endoscopic field of view clear at all times

9. EUS Scope should be fully immersible for thorough cleaning

10. Videoscope should have FNA (therapeutic) capability

11. Better to have compatibility of special light function such as NBI, FICE and i-scan

Ultrasonic cable : One In number

- Should have compatibility with the linear scope quoted here

Ultrasound Processor with Color Doppler Function : One In number

- Compact & easily transportable unit with Ultrasound & color Doppler function

- Compatible with above mentioned EUS scopes

- Compatible with trans-abdominal USG probes (one wideband convex and one linear trans-abdominal probe should be

supplied with the system)

- 3D imaging options should be available

- 4D imaging options should be available (one 4D probe should be supplied with the system)

- Real Time Spatial Compound imaging technology should be available

- High Definition dynamic tissue Harmonic Imaging should be available

- Multiple selectable frequencies between 5 to 10 MHz

- Touch screen, dedicated and user friendly key board.

- Possibility to retrieve images through USB port and DVD-RW to record.

- Picture in picture for both ultrasound and endoscopic image simultaneously

- Elastography facility would be preferred

Video Processor : One in Number

- Compact, lightweight and digital color video processor

- Should be compatible with above mentioned EUS scopes, suitable light source and high definition monitor

- Equipped with high resolution HDTV Imaging and processing capacity.

- Should have different input and output ports including RGB

- Should have optical chromoendoscopy capacity (NBI, Fice or i-scan)

- Recording of both still & moving images

- Portable Memory & USB Slot for image recording

- Automatic IRIS control & automatic white balance

- Should preferably have an electronic zoom facility

Page 2 of 3

Page 35: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Light Source (Xenon short arc Ozone free 300 Watt lamp) : One in Number

- Equipped with high intensity Xenon Light source (300W) with atleast 500 hours life.

Flat Screen Monitor- One in number

≥26”Flat screen full HD LCD Medical grade Monitor: should have following features & Specifications:

Color system: PAL/NTSC/BNC

Resolution max: 1920×1200,

Multimodality display capability (Picture in picture, picture out picture)

Outputs: SDI/HD-SDI, Composite, S-Video, RGB, DVI-D

Brightness: at least 300 cd/m2

Contrast: 1000:1

Video Cart- One in number

BASIC VIDEOCART: The system should be supplied with an original suitable cart (trolley) to move the system from

one place to another.

Endoscopy Computer System- One in number

3rd

generation Intel dual core processor with ≥4 GB RAM, Windows 7 professional and 1TB hard disk

23‟‟ Color LCD monitor

CD writer

High resolution color printer

Optical wireless mouse

Wireless Keyboard

Computer trolley

Endoscopy Report Generation Software- One in number

Compatible with Windows XP/Vista/7/8

Image and video recording facility

Image and video editing facility

User friendly

Terms and conditions for supply of endoscope systems:

The system must have a standard comprehensive warranty of 5 years with spares and should quote CMC for next

5 years.

A certificate should be given by the supplier that the instrument has not been supplied at a rate lower than the rate

quoted in the tender of RMLIMS. If it is found to be so then the difference will be recovered from the supplier

along with penal interest.

It should be certified that if the instrument becomes non functional, it will be repaired within the shortest possible

time period with supply of loaner scope within 48hrs for the transit period otherwise a penal charge will be levied

on the company.

There will be a two-bid system that is technical bid and financial bid. The technical bid will be opened first.

Page 3 of 3

Page 36: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

C-Arm

Page 37: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR C-ARM

Technical Specification for Digital Mobile C-Arm with Image

Intensifier One fully digital mobile C-arm for all routine and advanced Neurosurgical applications including trauma,

vascular and reconstructive surgery. The unit should have the following essential features.

1. Generator and X-ray tube

A) Generator should be microprocessor controlled with the following modes

i) Continuous fluoroscopy

ii) Digital pulsed fluoroscopy

iii) Digital Radiography mode

The range of KV should be 40-110 KV for each mode.

Give details of

a) mA for each mode

b) pulse width

c) pulse rate

B) X-ray tube should have a

i) Focal spot of nominal value suitable for fluoroscopy and radiography.

ii) Nominal X-ray tube voltage 110 KV

iii) Inherent filtration 3.0 Al equivalents

iv) Automatic dose control

C) Collimator Unit

i) Iris diaphragm for radiation fee collimation

ii) Shutters / diaphragm for symmetric radiation free collimation and 360o rotation.

iii) Indication for LIH.

2. C-arm

Fully counterbalanced isocentric C-arm movement with integrated cables and

electromagnetic brakes.

Give details of –

(i) Angulation and orbital movement

(ii) Horizontal movement

(iii) Longitudinal movement

(iv) Swivel range

(v) Source to II distance

(vi) Depth of immersion

(vii) Extension for 3D mode.

3. A Image intensifier and X-ray TV system.

i) Image intensifier should be at least 9” with zoom facility.

ii) Input screen should be cesium iodide for excellent resolution and minimum

noise.

iii) Electron optics should allow consistent high resolution across the entire

image field. Give details.

iv) Grid : Give details

B. The X-ray TV System

It should be maintenance free with CCD technology.

i) TV matrix at least 1K X 1K

ii) Digital image rotation + 360o

Page 1 of 2

Page 38: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

4. Image Display

i) 2 Nos. LCD monitors at least 18” in size.

ii) Image matrix at least 1024 x 1024

5. Image acquisition storage and processing

Must be a fully digital continuous imaging chain for acquisition, processing, storage,

archiving and documentation.

(i) Alphanumeric keyboard for entering patient data and for image annotation etc.

(ii) Disk storage of minimum of 10,000 2D images in at least 1K X 1K matrix

(iii) Give details of no. of 3D images stored.

(iv) Split screen. Give details

(v) Last image hold

(vi) Interactive zoom, image rotation, roam etc.

(vii) Image reversal, remask, invert etc.

(viii) Annotation, measurement of angles and distances.

6. 3D image Acquisition and Processing

(i) Motorised orbital movements for acquisition of data for 3D reconstruction.

(ii) Electronic shutters

(iii) Multiplanar reconstruction

(iv) Surface shaded display for bone surfaces

(v) Interactive real time 3D image visualization

(vi) Metal free table and accessories required for all 3D applications must be

provided.

7. Image Documentation

(i) The unit should be DICOM ready for networking to the hospital network and any PC.

(ii) Should be possible to archive images on CD R/W DICOM 3 format.

(iii) Print images on paper / film

8. Essential Accessories

(i) Online UPS of 20 KVA with at least 30 minutes back up for the C-arm.

(ii) Light weight Lead aprons 8 nos.

(iii) Thyroid shield 8 nos.

(iv) Sterile covers for C-arm, X-ray tube and image intensifier

(v) Integrated dose measuring chamber

(vi) Laser printer for films for different sizes. Give details.

The system should be compatible and activated for navigation (Software for navigation should be quoted

along with tender)

Page 2 of 2

Page 39: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure-A

Tender Document

Specifications, Terms and Conditions

RFA (Radio Frequency Ablator)

Page 40: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR RADIO FREQUENCY ABLATOR

The ablation system should be state of the art lates equipment, with established

installations for more than one year in India.

It should be light weight and protable.

It should be CE/FDA approved.

The systm should have a facility for ablation of Primary and secondary Liver

tumours, Liver surgry, lung tumours, etc.

Power- the systm should have at least power setting up to 250W.

FREQUENCY- Generator frequency should be at least 400-500KHz.

The sysem should have an empedance range of 10-999 OHMS.

The system should ablate required tissue up to 5 cm in one sitting in spherical

manner with facility of up gradation up to 7 cm in a single sitting.

The system should have a Ral time display of Power, Energy depsited, Tie and

Impedance and Temperature.

Auto cut off for impedance should be given.

Generator should be able to monitor the output temperature of the ablated tissue

at least at 5 points. System monitoring temperature in more than 3 points will be

preferred.

Lenght of electrodes should be between 10-15cm.

The system should have a Needle Track ablation facility.

Internal colling of electrodes is a must. Peristaltic pump for ineternal colling is of

electrodes is required.

The system should have a compatible Monopolaar and Bipolar resection device

for solid organs.

Software for monitoring all applications such as patient documentation, Graphic

display of the procedure.

Trolley having a weight bearing capacity of 60 kgs per shelf, for ambulation

within CT, Ultrasound and MR rooms

ELECTRICAL SUPPLY:- the uni should be robust to sustain the power

conditions in local area, i.e 110-240 V an 50-60 Hz universal power supply. The

machine should be in operable conition in generator supply. UPS must be

provided with hte system.

The unit should operate at local temperatures, humidity, and environmental

conditions throughout the year.

Page 1 of 2

Page 41: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

COPULSORY ACCESORIES

Single needle electrodes of different lengths (sets of 10-15 cm long and 13-18G

diameter) for different applications, capabl of ablating between 2 and 5 cm of

tumor tissue should be provided in 5 no.

Single needle electrodes of differenct lenths (set of 10-15 cm long and 13-18G

diameter) for different applications, capable of ablating between 2 and 7 cm of

tumor tissue should be provided in 5 no.

Multiple electrodes or electroe tines for teating bigger tumours 5no.

Liver resection device for open surgey 5 no.

Liver resction device fo laparoscopic surgey 5 no.

Multipornged electrode that shoud be capabl of ablating between 5cm of tumor

tissue in one sitting, upgradable to 7 cm.

Cathetr like electrode for endoluminal surgey ablation 2 no.

Facility to treat more than one tumor at a time.

Facility to treat small tumours without touching.

DEMONSTATION should be done.

Page 2 of 2

Page 42: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

Choledochoscope

Page 43: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR CHOLEDOCHOSCOPE

1. XENON LIGHT SOURCE

POWER SUPPLY-

VOLTAGE- should be between 100-240 V AC and within +/- 10%

FREQUENCY – should be 50/60 Hz; within +/- 3 Hz

CONSUMPTION OF POWER- should be 600VA

SIZE-

DIMENSIONS (W*H*D)- should be standard i.e 370*150*476 mm and maximum upto

390*162*551mm.

WEIGHT- should be 19 kg

ILLUMINATION-

EXAMINATION LAMP- should be Xenon short arc lamp (Ozone free) of 300W

IGNITION METHOD- should be by switching regulator

AVERAGE LAMP LIFE- should be at least 500 hours of continuous use.

BRIGHTNESS ADJUSTMENT- should be by Light-Path diaphragm control

COOLING- should be by Forced-air cooling method

INTENSITY MODE- should have at least two modes Normal and High intensity

NBI observation should be available.

Should have a colour conversion system by using special purpose filter.

Should have a Emergency Halogen Lamp (within mirror) 12V 35W

Life expectancy of emergency lamp should be at least 500 hours

AUTOMATIC BRIGHTNESS ADJUSTMENT-

Should be by Servo diaphragm method

Automatic exposure should be in 17 steps.

AIR FEEDING-

Should be Diaphragm type pump

4 levels of pressure switching should be made available i.e off, low, medium, high.

WATER FEEDING-

Water feeding shuld be by pressurizing the detachable water container with air.

INDICATORS ON FRONT PANEL-

EMERGENCY LAMP- should indicate absence, disconnection and use of emergency lamp.

NBI- when NBI observations are enabled the indicator lights should be up.

OP- it should light up if a special purpose filter is installed into the light source.

SETTING MEMORY-

All settings (except filter setting) must be stored even when light source is OFF.

MEDICAL ELECTRICAL EQUIPMENT CLASSIFICATION-

It should have Class I protection against electric shock

DEGREE OF PROTECTION AGAINST ELECTRIC SHOCK- it should depend on applied

part (camera head or videoscope)

DEGREE OF PROTECTION AGAINST EXPLOSION- should be present

Page 1 of 3

Page 44: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

2. TRANSDUODENAL VIDEO CHOLEDOCHOSCOPE

OPTICAL SYSTEM-

Field of view should be 120 degree

Direction of view should be forward viewing

Depth of field should be 3-50mm

DISTAL END-

Outer diameter should be 4.9mm

BENDING SECTION-

Angulation Range should be Up 160 and Down 130.

INSERTION TUBE-

Outer diameter should be 5.2mm.

LENGTH-

It should have a working length of 380mm and total length of 360mm

BIOPSY FORCEPS-

It should have a minimal visible distance of 3 mm from distal end.

INSTRUMENT CHANNEL-

Inner diameter should be of 2 mm.

3. Video system center Power supply

VOLTAGE- should be between 100-240 V AC (NTSC) / 220-240 V AC (PAL) and within +/-

10%

FREQUENCY – should be 50/60 Hz; within +/- 1 Hz

CONSUMPTION OF POWER- should be 150 VA

Size

Dimensions WxHxD 370,85,455 mm (max)

Classification

Should have medical electrical equipment classification with class 1 type of protection against

electrical shock

Degree of protection of electrical shock and electrical explosion should be applicable to the

equipment

Should have analog HDTV signal output either RGB (1080/601: NTSC)/(1080/501:PAL) or YphPr

(10180/501 PAL)

Should have analog SDTV signal output vas composite (480/601: NTSC)(576150: PAL ), Y/C

(480/601: NTSC)(5761501:PAL)and RGB (480/601: NTSC)(576150: PAL ) with simultaneous

outputs

Digital signal output HD-SDI (SMTPE 292 M), SD-SDI (SMPTE259 M), DV (IEEE1394) and

DVI (WUXGA, 1080p or SXGA) should be selected

White balance should be possible with a button

Should display the colour bar or the 50% wtlite screen in the standard colour chart output

Should have the colour tone adjustment of red +/- 8 steps with chroma adjustment +/- 8 steps

The image should be amplified with gain control when the light is suboptimal if the scope is far

from the object

Should have contrast enhancement for making the dark areas darker and bright areas brighter

Should have L mode (law) for making dark areas brighter and bright areas dark if desired

Should have auto adjustable modes for adjustment of brightness from auto to peak to average as

image is desired

Should have Narrow Band Imaging capacity for compatibility with NBI Videoscopes.

Page 2 of 3

Page 45: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Observation

Should have the capability to enhance the sharpness of image of edges either structurally or on the

edge

Image should be enhanced from 0 to 3 using this mode

Size of image should be selected should be selected as per users choice

The image should be freezed / paused for evaluation or recording purposes

Should have the capability to select the image with least blurr from the images captured in the set

time

Should have fog free function once endoscope is connected

Reset

Should have a reset mode for various functions

Remote

Should have a remote for monitor/DVD etc.

Data

Patient particulars and other relevant data should be displayed on the monitor and storage provided

Should have compatible recording formats with TIFF/JPEG etc.

Should have memory for backup incase the system is turned off

Warranty / AMC/CMC rates

Complete system to be covered under 5 yrs warranty

AMC/CMA rates to be offered for next five years after expiry of warranty

Supplier must ensure availability of expertise service and maintenance at Lucknow

Machine should be FDA approved

Training

The supplier will arrange for training of 2 doctors of the department at their cost

Note

All specifications should be supported with product data sheet

Page 3 of 3

Page 46: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

Pediatric Resectoscope

Page 47: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR PEDIATRIC RESECTOSCOPE

Telescope (1.9mm)- It should have dia of 1.9 mm and 0 degree. - 01

Sheath (compatible with above scope) - it should be with fixed irrigation tap, including obturator -01

Adaptor - It should have one instrument port. -01

Working Element -01

Stricture Scalpels a) Half moon shape and it should made of Ceramic b) Hook shaped - 10 each

Electrodes - a) Cutting electrodes b) Coagulation electrode c) Hook electrode- 10 each

Telescope ( 2.7mm ) - It should have dia of 2.7 mm and zero degree. -01

Sheath (compatible with above scope) -It should be with fixed irrigation tap, including obturator, distal

insulator. -01

Compatible adaptor -01

Working element- it should have passive cutting action.-01

Electrodes - a) cutting electrodes b)Coagulation electrode c)Hook electrode -10 each

Stricture Scalpels - a) Half moon shape b) Hook shaped c) sickle shape - 10each

Page 1 of 1

Page 48: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

Holter Monitor

Page 49: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR HOLTER MONITOR

Provide the Holter Analyzer with following features and software

1. Should be a PC based software capable of working with windows ( latest version)

2. 3- channel Arrhythmia analysis

3. Full disclosure of ECG with different color coding for VE, SVE & PAUSES

4. Hourly count menu, Page scan, Mega scan

5. Minimum of 20 Templates editing to analyse VE, SVE, V-RUN, SV-RUN, PAUSE, ST, etc.

6. Atrial fibrillation/Flutter analysis

7. Heart Rate Variability (HRV) (time Domain, 3D frequency Domain)

8. Pace Maker auto detection and analysis

9. QT analysis with validation

10. To print ECG strips from any part of Holter recording

11. Same software capable of analyzing data from 3 Channel digital recorders

12. TWA alterns analysis

13. Color Printing

Recorders with following Configuration

1. 3-Channel Digital recorder with removable storage media such CF Card- 1No

2. Minimum of 64 MB CF card – 1 No

3. 7-Lead cable -2 set (for each recorder)

4. Recorder should be compatible with alkaline batteries

5. Digital recorder should have a minimum of 512 samples/sec/channel for pacemaker spike detection and at

least 128 samples/sec/channel for recording and storage

PC- Configuration:-

Pentium-4 with 256 MB RAM, 40 GB Hard disk, 17” Monitor, Colour Ink Jet Printer & UPS

Page-1 of 1

Page 50: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

Operating Microscope

Page 51: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR OPERATING MICROSCOPE

1. Motorized zoom magnification of at least more than 1 : 5 ratio

2. Maximum magnification up to 15 x or more

3. Variable working distance range of from 200-500mm, motorize, Continuosly variable without

changing the objective lens.

4. Automatic focusing mechanism is desirable

5. Better if pair of push in magnetic wide-field eyepieces of 12.5 x with spectacle wearers dioptric

setting +5D to -8D

6. Ergonomic handles with buttons for motorized control of focus, zoom, axis movement, with

programmable keys

7. Facility for adjusting speed of the focusing motor to adapt for different magnifications.

8. 300w xenon illumination with 300w xenon back up in same illumination module through the fiber

optic cable with semiautomic lamp changeover facility

9. Inclinable binocular tube, inclinable over range of minimum 0-180° (f=170 mm)

10. Floor stand with electromagnetic breaks with freedom of movement in all 6 axes.

11. Complete auto balance of whole system by single push of a button or automatic fully

12. Should have interface for integrated heads up display for monocular image injection from endoscope,

should have binocular data display on eye pieces.

13. Stereoscopic two joint co-observation attachment for second observer

14. Integrated dual beam splitter

15. Integrated 3-chip CCD camera

16. Integrated digital video recording facility with appropriate video editing software is preferable

17. Full Multifunctional wireless footswitch

18. Should have additional integrated illumination beam path to brighten shadows.

19. Should have adjustable, ergonomic hand grips, symmetrical and attachment clearly above the bottom

edge of microscope, multifunctional key assignment with minimum 4 freely programmable keys and

a joystick for motorized XY fine adjustment/operation of navigation functions.

20. Auto drape vacuum system to remove air form the sterile drapes, clings closely to arm an

microscope, for fast and easy draping is desirable

21. Should have integrated LAN interface and integrated modem for data exchange with the hospital

network

22. Should be compatible to image guided surgeries

23. Should have floor stand with counter weight balancing system

24. Should have fully integrated UPS system inside the microscope

25. Minimum 15 inch video with touch screen operation. Fully integrated and detachable in the

microscope body.

26. Training on microscope for 2 technical staff and doctors plus microsurgery training for two persons

to be undertaken at a reputed centre

27. Consumable should be included in warranty

28. Micromanipulator for the quoted microscope with regards to that company should be present and

microscope should be compatible for laser microlaryngeal surgery.

Page 1 of 1

Page 52: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

Instrument for Microlaryngeal Surgery

Page 53: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR INSTRUMENT FOR MICROLARYNGEAL

SURGERY

Distending Operating Laryngoscope, Large, for adults length 16-20 cm

Distending Operating Laryngoscope for adolescents and adults length 16-20 cm

Distending Operating Laryngoscope for Children, length 12-15 Cm

Distending Diverticuloscope, length 20-25 cm with Proximal and distal opening

Fiber optic light carrier, for use with above laryngoscopes

Injection Cannula for positive pressure assisted ventilation for use with above laryngosocpes

Suction tube to remove vapors compatible with above laryngosocpes

Kleinsasser operating laryngoscope, large, length approx. 16-18cm

Operating laryngoscope, medium, length approx. 16-18cm (most commonly used)

Operating laryngoscope, small, length approx. 16-18cm (It should be suitable for difficult anatomical

circumstances)

Fiber optic light carrier, for above laryngoscopes

Laryngoscope holder and Chest Support, Gottingen model, rod with metal ring, diameter 9cm, length

approx. 30-35cm.

Teeth protector, One Metallic and one should be made up of silicon. It should be autoclavable

Needle Holder, it should be with ratchet, working length approx. 20-25cm

Laryngeal biopsy forceps, it should be heavy, approx. size 3X4 mm, working length should be 20-25 cm

Scissors, straight, working length approx. 20-25 cm

Alligator forceps, serrated, straight working length approx. 20-25 cm

Scissors, it should be angled 45 deg, curved to right, curved to left, working length approx. 20-25 cm

(One each)

Cutting forceps, straight, curved to upwards, curved to left, curved to right, with approx. 2mm cupped

jaws, working length approx. 20-25 cm (one each)

Hook, blunt and sharp, with probe button, working length approx. 20-25 cm (one each)

Knot tier, working length approx. 20-25 cm

Needle, curved to left and curved to right, working length approx. 23 cm (one each)

laryngeal knife, sickle- shaped, golf club- shaped, and oval straight working length approx. 23 cm

Handle for above instruments- 2 NUMBER

Suction Elevator, working length approx. 20-25 cm

Suction Tube, outer diameter should be around 2.5 mm

Injection Needle, Luer-Lock, Straight

Suction and Coagulation Tube, It should be insulted, outer diameter around 3mm

Unipolar High frequency cord, with 5 mm plug, length 250-300 cm

Grasping Forceps, serrated, sheath insulated, working length 20-23 Cm- Straight, curved to right and

curved to left

Distending forceps, for atraumatic retraction of true vocal cords and false vocal cords, distal end with

blunt curved blades, self retraining, with ratchet, working length 20-25 cm

Grasping Forceps, alligator jaws, with 1X2 teeth, double action jaws, shaft with suction channel, handle

with ratchet, working length 30-35 cm

Straight Malleable distal tip instruments one cupped jaws forceps, one serrated, one triangular serrated

and one scissor straight:

o It should be completely dismountable

o Working inserts lockable in three different positions

Page 1 of 2

Page 54: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

o Luer adaptor for quick and efficient cleaning

o Working length should be at least 20-25 cm for the instruments and to be supplied with two

metal handle compatible for above instruments

o Foreign Body Forceps 25cm for using with rigid bronchoscope

o Foreign Body Forceps 35cm – do -

INCLUSION OF TRAYS WITH SILICON SHEET, AUTOCLAVABLE WHICH CAN ACCOMMODATE

THE INSTRUMENT AND AVOID WEAR AND TEAR – 2 IN NUMBER

Malleable instrument available – should also be quoted

Any other instrument not asked for but is useful for MLS should be quoted as optional

IMPORTED , HIGH QUALITY , FDA APPROVED FOR USE .

TRAINING FOR MLS IN THE CENTRE OF INTERNATIONAL REPUTE OR AT THE BASE

ACADEMIC CENTRE FOR 2 PERSONS

Instruments should be laser compatible

Fiberoptic Cable of length 5 m should be quoted-2 in number

Full HD system for Monitor Relay if available should be quoted as optional.

Distended Video Operating Laryngoscope with compatible angled telescope-1.

Page 2 of 2

Page 55: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

CRRT Machine

Page 56: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR CRRT MACHINE

1. The system shall be an acute dialysis system for the treatment of acute renal failure and capable of

providing the following therapies:-

1.1. Slow Continuous Ultrafiltration (SCUF)

1.2. Continuous Venovenous Hemofiltration (CVVH)

1.3. High-volume Continuous Venovenous Hemofiltrtaion (HV-CVVH)

1.4. Continuous Venovenous Hemodiafiltration (CVVHDF)

1.5. Continuous Venovenous Hemodialysis (CVVHD)

1.6. Membrane Plasma Separation (MPS)

1.7. Hemoperfusion (HP)

2. The system should contain four pumps to control the flow rates of Blood, Filtrate, Substituate and

Dialysate.

3. The system should contain integrated syringe pump incorporated in the extracorporeal

blood circuit to permit continous heparinization of the blood.

4. The system should contain two intergrated ceramic heaters to prevent loss of patient body heat

after prolonged treatement.

5. The system should contain four precision and stable scales for the monitoring of the volumes of

the total filtrate, Substituate and dialysis. Each scale Maximum loading capacity: 12 kg.

6. The system should be allowing the customer to select post or pre dilution on CVVH & HV-CVVH

therapies.

7. The system should avoid EGC interference.

8. Graphical User Interface

8.1. Keyboard function keys are provided.

8.2. An enlarged and high resolution color screen for

dialysis data display:-

8.2.1. High resolution LCD color display.

8.2.2. Its brightness is adjustable adaptively to the illumination of the environment.

8.3. The keyboard function keys and LCD color display can provide an immediate overview of

the machine status for treatment supervision. A number of treatment parameters can be

shown upon different pop-up menus:-

8.3.1. Cumulative graphical display of treatment data and physiological trends including

Pressure graphics

8.3.2. There are 6 selectable programming masks for major treatment and maintenance

settings:-

8.3.2.1. Treatment modes Menu

8.3.2.2. Preparation Menu

8.3.2.3. Treatment parameter Menu

8.3.2.4. Treatment Menu

8.3.2.5. End of treatment Menu

8.3.2.6. System parameters Menu 8.3.3. Informative and context related operator guidance, warning messages

and alarm

reports.

9. The system must be user friendly. The system must with the following features:

9.1. On-screen user guidance with step-by-step screen instructions.

9.2. Integrated help function.

9.3. Auto-priming of the filter, extracorporeal blood and fluids are highly preferred so that

therapy performing by non-specialized nursing staff is possible.

9.4. Flexible disposable with cassette system and filter.

10. Safety Feature

10.1. High Degree of protection against electric shock.

The equipment shall have a ceramic heater system that the Degree of protection against

electric shock: Type CF (which is safe for cardiac application).

Page 1 of 4

Page 57: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

10.2. Startup test for every treatment

The equipment shall perform a self-test before every treatment to ensure all components are

working properly.

10.3. Battery Backup

The equipment shall be able to operate and monitor the extracorporeal circuit without

interruption for at least 15 minutes battery backup in case of AC power failure.

10.4. Self-test during treatment

The equipment shall perform a self-test during treatment automatically in a fix period not

less than one hour to ensure all the components are working properly.

II. Performance Requirements

1. Blood Circuit

1.1. Vascular Access

Double Needle or dual-lumen catheter

1.2. Blood Pump

1.2.1. Flow rate range: 10 – 500 ml/min for normal mode. (MPS and HP: 10 – 300

ml/min) (pediatric: 10-100 ml/min) in 10ml/min increment.

1.2.2. Control Accuracy: ± 10%

1.2.3. It shall be easy and safe to thread with blood line diameter 6.1 mm (optional also

3.1 mm).

1.2.4. Automatic set up and priming is preferred.

1.2.5. An emergency hand crank shall be provided for returning blood to patient when

electrical power is lost. Direction of rotation shall be limited or visually indicated.

1.3. Substituate Pump

1.3.1. Delivery range: 600 – 9600 ml/hr. in 50ml/hr. increment.

1.3.2. Accuracy: ± 10%

1.4. Dialysate flow Rate

1.4.1. Delivery range: 600 – 4200 ml/hr. in 50ml/hr. increment.

1.4.2. Accuracy: ± 10%

1.5. Ultrafiltration Rate

1.5.1. Delivery range: 0 – 1800 ml/hr. in 10ml/hr. increment.

1.5.2. Accuracy: ± 10%

1.6. Anticoagulant Flow Rate (Heparin Pump)

1.6.1. Infusion rate: 0 - 10 ml/hr in 0.1 ml/hr increment

1.6.2. Accuracy: ± 5%

1.6.3. Positive and negative extracorporeal circuit pressure shall not affect the infusion

rate.

1.6.4. Bolus injected: 0.1 to 5 ml in increment of 0.1 ml (the maximum bolus amount to

be injection is preset to 5 ml. This parameter can be set to smaller volumes in the

System parameters screen).

1.7. Pressure Monitoring and Alarms

1.7.1. Arterial pressure monitoring

1.7.1.1. Range: -280 to +300 mmHg.

1.7.1.2. Accuracy: ± 10 mmHg

1.7.2. Arterial pressure alarm

1.7.2.1. Alarm window width: 20 to 200 mmHg, size and position adjustable around

actual pressure

1.7.2.2. Alarm Limit can spread and be reset automatically on adjustment of blood

flow

1.7.3. Venous pressure monitoring

1.7.3.1. Range: -80 to +500 mmHg.

1.7.3.2. Accuracy: ± 10 mmHg

1.7.4. Venous pressure alarm

1.7.4.1. Alarm window width: 20 to 200 mmHg, size and position adjustable around

actual pressure

1.7.4.2. Alarm Limit can spread and be reset automatically on adjustment of blood

flow

Page 2 of 4

Page 58: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

1.7.5. Transmembrane pressure monitoring

1.7.5.1. Range: - 60 to +520 mmHg.

1.7.5.2. Accuracy: ± 10 mmHg

1.7.6. Transmembrane pressure alarm

1.7.6.1. Alarm window width: 20 to 200 mmHg, size and position adjustable around

actual pressure

1.7.6.2.In MPS the upper alarm limited to 100 mmHg M)

1.7.7. Pressure before filter monitoring

1.7.7.1.Measuring Range: 0 to +750 mmHg.

1.8. Air Detection

1.8.1. Alarm shall be activated for air bubbles and micro-bubbles over the entire blood

flow range.

1.8.2. On detection of excessive air on the venous line, the blood pump shall be stopped

and the venous return line shall be clamped at a point below the air detector.

1.8.3. Ultrasonic air sensor shall be used for preventing being affect by ambient light.

1.9. Substituate solution and dialysate temperature control and alarm limit of ceramic Heater

1.9.1. Control range: Off, 35.0 to 39.0 °C in 0.5 °C

increment.

1.9.2. Alarm limit: 33.5 °C to 40 °C 1.10. Blood Leak Detection

1.10.1. Alarm shall be activated for response threshold smaller than or equal 0.5 ml blood

loss per minute at a hematocrit of 32.

1.10.2. The response threshold is related to the maximum filtrate flow. The initiation of a

blood leak alarm also depends on the ultrafiltration rate and the size of the

membrane rupture in the filter

2. Fluid Balancing and Information Display

2.1.1. The system must be an automatic fluid balancing system that controls and monitors

patient weight loss, total filtrate volume, substituate solution and dialysate volume.

2.1.2. All the above mention volumes, filter life, anitcoagulation volume should be

continuously shown and updated in a display screen in orderly fashion for ease of

recording and patient safety.

2.1.3. When fluid bags are replaced, the system should automatically account for the new

bag weights.

2.1.4. Automated self-test for scales hourly shall be provided ensuring safety.

2.1.5. Machine will prompt the acknowledge message to enduser on last 5 minutes

when the substituate bag tend to empty.

3. Treatment Parameter Display

The equipment shall digitally display the parameters:-

3.1. Arterial pressure

3.2. Venous pressure

3.3. TMP

3.4. Substituate flow rate

3.5. Blood flow rate

3.6. Dialysate flow rate

3.7. Ultrafiltration rate

3.8. UF goal

3.9. Temperature

3.10. Continuous anticoagulation rate

3.11. Anticoagulation by bolus

3.12. Alarm information in text format

4. Alarm System

4.1. Both visual and audible alarms are required.

4.2. Instructions giving on the display for responding abnormal condition should be provided.

5. Other requirements

5.1. The equipment offered shall operate at a mains

supply of 220V ±6%, 50 Hz ±2%, single phase A.C.

6. Battery Backup

Page 3 of 4

Page 59: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

The equipment shall be able to operate and monitor the extracorporeal circuit without interruption

for at least 15 min. in case of AC power failure by backup battery.

7. Accessories

7.1 The offer shall be completed with all necessary accessories which are essential for the normal

operation of the equipment.

7.2 The successful tender shall be keep reasonable stock level for normal necessary consumable

items

8. Operation Training

The successful tender shall be providing the operation program to enduser.

9. Warranty Maintenance

The successful tender shall provide a comprehensive maintenance warranty for the equipment on

offer for period of at least 12 months commencing from the date of acceptance of the equipment.

10. Installation

The successful tenderer shall be responsible for the installation of the equipment.

Page 4 of 4

Page 60: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

PD Machine

Page 61: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR PD MACHINE

APD Cycler Specifications FEATURES AVAILABLE IN

EQUIPMENT

1. Therapy Options Available

a. CCPD/IPD

b. Hi-Dose CCPD

c. Tidal

d. Hi-Dose Tidal

YES

YES

YES

YES

2. Automatic Calculation of Number of Cycles and Dwell time YES

3. Use disposable cassette assembly for therapy YES

4. Built in fluid warmer: 35 to 37 Degree C YES

5. Standard and low fill modes YES

6. Self correcting, continuous and system error alarms for maximized patient

safety.

YES

7. Built in event log & therapy log YES

8. Built in Nurses & service menu YES

9. Protective system preventing overfill YES

10. Programme lock YES

11. Auto dim YES

12. Last fill with same or different dextrose YES

13. Maximum total programmable volume : 80L YES

14. Mode of operation: Continuous YES

15. Volumetric accuracy reported : Greater of 1% or +\-10mL YES

16. Operating voltage : 220V YES

17. Maximum power consumption : 600VA (average 100VA) YES

18. Weight of equipment : 12kg YES

19. Air detection capability : Bubbles exceeding 3ml YES

20. Battery backup for program: Up to 2 hours. YES

Page 1 of 1

Page 62: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - A

Tender Document

Specifications, Terms and Conditions

Portable Ultrasound Machine

Page 63: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

TECHNICAL SPECIFICATIONS FOR PORTABLE ULTRASOUND MACHINE

A state of art fully digital, compact portable Colour Doppler Ultrasound machine (weight <5 kg) is required

with following technical features

1. Unit should be able to give very high image quality with advance technologies like compound imaging

with at least 5 sights of lines for better cardiac contrast resolution, tissue differentiation and edge

detection, equivalent to high end cart based systems. Please specify the technology.

2. System should be able to support speckle reduction imaging for better tissue differentiation and edge

enhancement please specify the technology.

3. The system shall have the ability to enhance tissue margins and improve contrast resolution by reducing

artifacts and improving visualization of texture patterns & needle tip within the image, please specify

the technology.

4. System should have both online (Read) as well as offline(Write) zoom facility

5. Imaging modes of Real time 2D, Colour Doppler, Pulsed wave Doppler, Continuous wave Doppler,

Power Doppler must be available on all cardiac transducers.

6. System must have fast start up to scanning in less than 30 seconds from off condition, for use in critical

and emergency situations.

7. System should support transducer technologies like phased array, convex, linear, TEE etc.

8. Cine memory on all modes.

9. The system shall process a dynamic range that is at least 165db. The system must display at a maximum

depth of 35 cm.

10. The system must have a dedicated cardiac calculation packages with PISA, TDI calculation packages,

vascular calculations package.

11. The unit must be compact, portable and lightweight, weighing less then 5 kg.

12. Unit must be sturdy, resistant to breakage & damage on fall/ hit against the wall or hard surface for out

of the hospital use.

13. Flat LCD/ TFT monitor of at least 10 inches with flicker free image.

14. Alphanumeric soft keys keyboard with easy access scans controls, facility to sanitize the system

keyboard to avoid cross contamination.

15. The system must have the ability to function by AC/DC or battery power with the same degree of

functionality, the battery life (run time) shall be al least 2 (Two) hours, this need to be demonstrated.

16. The system must have archive capability for storage and retrieval of images and clips.data.

17. Data Ttansfer facility should be available as standard , to transfer images etc. easily onto another

system/computer etc.

18. System should posses software for Enhanced Needle Visualization to track the needle clearly at steep

angles during the procedures while maintaining striking image quality of the target structures and the

surrounding anatomy with simple On/Off functionality. This Facility should be available on both High

frequency Linear and Curvilnear probes for superficial as well as deeper blocks.

Page 1 of 2

Page 64: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

19. Unit must be sturdy, resistant to breakage & damage on fall/ hit against the wall or hard surface.

20. The system shall support the all DICOM functionality, Storage, Print, and Work List, also ready to

connect to PACS.

21. The manufacture shall provide a loaner system in case of failure of system.

22. The equipment should be mountable on trolley & locking mechanism should be inbuilt into the trolley

for safety & security of the system.

23. System configured application specific educational video tutorials should be provided as standard with

the system.

Transducers to be supplied as standard

1. 6-13 MHz multi-frequency, broadband linear array transducer with Biopsy Guide for vascular,

nerve imaging with less then 40 mm size for vascular access, small parts, vascular applications.

Higher frequency will be preferred.

2. 2-5 MHz multi-frequency broadband curved array transducer with Biopsy Guide for general

purpose & abdominal applications

3. 1-5 MHz multi-frequency, broadband phased array transducer for adult cardiac, abdominal, FAST,

imaging

Optional items to be quoted

High Frequency Linear transducer 6-13 MHz for nerve blocks, vascular access, Vascular Imaging.

With small foot print of 25 mm for anaesthesia applications in paediatric patients.

High Frequency Linear transducer 6-13 MHz , 25 mm broadband Linear array hockey shaped

transducer for nerve, vascular access, small parts applications

B/W Thermal printer

Carry bag

Mobile cart with transducer holder and space for printer.

ESSENTIAL REQUIREMENT: The firm must have minimum number of 100 installations of the same model

in India, attach list of installations, and also provide performance certificates.

WARRANTY: The unit, transducers and all accessories should be covered with comprehensive onsite warranty

for five years commencing from the date of issue of installation certificate.

Page 2 of 2

Page 65: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure - B

LETTER OF SUBMISSION

Tender No. RMLIMS/Purchase/13-14/3629 Dated 31.12.2013

Full Name of the firm______________________________

Address ________________________________________

_________________________________________

Phone & Fax No.__________________________________

To,

The Director,

Dr. Ram Manohar Lohia Institute of Medical Sciences,

Vibhooti Khand, Gomti Nagar,

Lucknow.

Dear Sir,

I/We hereby offer to supply the stores detailed in the schedule hereafter or such portion there of as you

may specify for the acceptance of tender and the price given in the said schedule and agreement to hold this

offer open till ______________________________. I/We shall be bound by a communication of acceptance

dispatched within the prescribed time.

I/We have understood the instructions to tenderer and the conditions of contract and have thoroughly

examined the specifications/drawings and / or / pattern quoted in the schedule here to and am/ are fully aware of

the stores required and my/ our offer is to supply stores strictly in accordance with requirement

Yours faithfully,

(Signature of Tenderer)

Dated :

Page 66: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure-C

Price Bid Profarma for INR

Tender Adv. Ref No. RMLIMS/PUR/13-14/ Dated:

EQUIPMENT Name:

Make & Model No.

Quoted PRICE: INR ……………

Accessories in INR ……………

Total Price + Accessories …………..

VAT (4% VAT + 1% SAT Extra) ……………

Total Price + VAT …………….

CMC (From 6th to 10th Year) ………………….

6th …………………..

7th …………………..

8th …………………..

9th …………………..

10th ……………………

Total CMC …………………..

Service Tax on CMC 12.36% ………………….

Total CMC Price + Service Tax ………………….

Net Equipment + CMC(6th

to 10th

yrs) in INR …………………..

Page 67: DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES 3629 (1).pdf · dr. ram manohar lohia institute of medical sciences vibhuti khand, gomti nagar, lucknow phones: 0522-4918555, 4918504,

DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES

VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW PHONES: 0522-4918555, 4918504, FAX 0522-4918506

Annexure-D

Price Bid Profarma for Foreign Currency

Tender Adv. Ref No. RMLIMS/PUR/13-14/ Dated:

EQUIPMENT Name:

Make & Model No.

Quoted FOB PRICE: SGD/JPY/Euro/USD/YEN ……………….

* Accessories (if any) in Forigen Currency ……..………..

Total Price + Accessories ………………

Less Indian Agency Commission ………………

Net FOB Value ……………….

Add Freight & Insurance ……………….

Total CIP / CIF ………………

* Custom Duty ………………

* Clearence Charges ………………

* Add Indian Agency Commission ………………

Total Cost of Equipment + Custom & Clearance ………………

* Accessories (if any) in INR ………………

VAT (4% VAT + 1% SAT Extra) ………………………

Total Accessories Price + VAT ………………………

CMC (From 6th to 10th Year) ………………………

6th ………………………

7th ………………………

8th ………………………

9th ………………………

10th ………………………

Total CMC ……………………..

Service Tax on CMC 12.36% …………………….

Total CMC Price (6th

to 10th

yrs) + Service Tax ……………………

NOTE:- (*) Conditions applied.

* Custom Duty will be paid on actual or Quoted rate, whichever is less.

* Clearance Charges will be paid on actual or maximum @ 1% of FOB Price, whichever is less.

* Indian Agency Commission will be paid on basis of the conversion rate on date of Negotiation of

LC or of the date of Payment of IAC, whichever is less. No Taxes will be paid on IAC.

* Accessories Detail List with Price may be annexed with this format.