Tender Items

download Tender Items

of 26

Transcript of Tender Items

  • 8/13/2019 Tender Items

    1/26

    List of Purchasing Items for the Year 2013-14.

    Sl. No Tender No. Description of Items / Services Bid SecurityAmount

    1. CCN/01/13-14/M&E. EEG / ERP recording and Acquisition and Analysis Softwarefor the EEG / ERP recording and Stimulus delivery system

    Rs.1,60,000/-

    2. CCN/02/13-14/M&E. ENDNOTE Version X6 or latest Rs.20,000/-3. CCN/03/12-13/M&E. Matlab 8.0 Rs.20,000/-4. CCN/04/12-13/M&E. 32 Channel EEG Machine Rs. 30,000/-5. CCN/04/12-13/M&E. Trans cranial Direct Current stimulator(TDCS) Rs. 50,000/-6. Comp/01/13-14/M&E. High Speed Optical Mark Reader / Scanner Machine Rs.25,000/-7. Comp/02/13-14/M&E. SPSS Version 19 (Window) Up gradation to Ver. 21 or

    latest in Linux Platform

    Rs. 15000/-

    8. Comp/03/13-14/M&E. Unified threat Management(UTM) for Digisol MustangHeavy Duty Switch

    Rs. 8000/-

    9. Gen/01/13-14/Misc. Microfilming and Digitization of OPD Case Records Rs.20,000/-10. Gen/01/13-14/M&E (i) Film Lamination Machine, (ii) Book Binding and PastingMachine Rs.15,000/-11. Gen/02/13-14/ M&E FURNACE Rs. 6000/-12. Gen/03/13-14/M&E Mechanized Laundry Equipments (i) WASHER EXTRACTOR

    25 kg.(ii) Dryer 50 Kg. (iii) Dry Cleaning machine 20 Kg. (iv)

    Flat Work Ironer

    Rs. 1,00,000/-

    13. Gen/04/13-14/M&E Water Cooler-cum-purifier Rs. 30,000/-14. Gen/05/13-14/ M&E Chapatti Making Machine Rs. 15000/-15. Path Lab/1/13-14/ M&E -- 86 C Deep freezer(Ultra Low Freezer) Rs.10000/-16. Solar/CAMC/13-14/Misc CAMC of Entire Solar package installed at CIP. Rs. 12000/-

    (Dr. D .Ram)

    Director

  • 8/13/2019 Tender Items

    2/26

    Section V

    Technical Specifications for 256 Channel EEG / ERP recording and Acquisition and Analysis Software for theEEG / ERP recording and Stimulus delivery system.

    Tender No. CCN/01/13-14/M&E.

    Essential Features:

    1. Electrode inputs:

    2 Amplifiers with 128 channel each which can be cascaded Input dynamics: 250 mV pp Input range: 0.3V (24 bit)2. Sampling: Sampling resolution: min 24 bits ADC Sampling Rate: up to 32 KHz Resolution: 1/64 V/bit3. Amplifier: Noise approx. 0.3 V RMS CMRR > 120 dB IMRR > 130dB Connection through TCP/IP protocol Battery backup option for amplifier4. Frequency filter: HF: 20 Hz -20KHz different steps LF: 0.1Hz - 500Hz different steps Notch filter : 50Hz, 60 Hz on or off5. Impedance Check: Input impedance expected to be > 1012Ohm Built in impedance scale by LED Individual measure of electrode resistance6. Standards and Directive applied: Should have CE approval 93/42/EEC Directive IEC 60601-1 IEC 60601-1-1 IEC 60601-1-2 IEC 60601-1-4 IEC 60601-2-407. Compatibility: Compatible with the existing rTMS systems including Magstim Super-rapid and Magstim Rapid2 Facilities to become compatible with softwares like ASA, EEProbe, EEmagine and BESA Compatibility with Neuro BCI software which allows development of neurofeedback application for

    use in C++ or MATLAB

    Can be integrated with existing softwares which have facilities for:o Windows based recording of EEG ERP Data in compressed 32 bit data formato Display and recording of triggers, responses and annotationso Custom made montage and channel configurationo Online filteringo Trigger statisticso Online averaging, artifact rejection and baseline correction

    Contd. on P/2.

    (1)

  • 8/13/2019 Tender Items

    3/26

    8. PC DESKTOP: Desktop Computer with latest generation processor Intel Family Processor (i7 or more) Minimum 4 GB RAM CD/DVD/BLURAY Drive for data archival. 20.1 Square TFT color monitor with 1600 X 1200 pixels resolution Minimum 1 TB HDD 100/1000 LAN CARD Licensed Software: WINDOWS 7 PROFESSIONAL, MS Office Color Laser printer High Fidelity Speakers9.TROLLEY: Custom made Trolley produced by the system manufacturer completely wired Isolation transformer Retractile Keyboard Support10.Software database: Browser application allowing to backup one or more trace in CD/DVD/BLURAY/ZIP folder that can

    be reviewed in any other PC without installing the software

    Data Export in ASCII, EDF and EDF+ format11.Accessories: Wave guard caps/mesh, 256 shielded electrode plus, HD connector cable, sintered Ag/AgCl

    electrode Custom Keyboard with small joysticks to manage amplitude, time base and filters Foot switches Hand-held stimulator including buttons with customizable function keys and 4 different types of

    interchangeable electrodes

    Effort Hand Grips (6 Kg &18 Kg) for registering patient efforts 3 alligators lead for surface EMG Kit of 100 disposable self-adhesive electrodes Adjustable ring electrodes Bipolar stimulating bar Disposable concentric needles Reflex Hammer Cable for needles Ground electrodes Snap cable Electro conductive gel Tape ruler

    Contd. on P/3.

    (2)

  • 8/13/2019 Tender Items

    4/26

    12.EP accessories: Bar stimulator Acoustic head Phone Insert earphone for Pediatric use Led flash stimulator (goggles) Ag/Ag CL cup electrodes Conductive paste Abrasive cream Tape ruler The unit must be supplied complete with all accessories of software and necessary operational

    manual and latest update should be provided on the date of purchase.

    Distributor and maintenance should be stationedNote: - The price of accessories & EP accessories at Sl. No. 11 & 12 must be quoted separately

    otherwise it will be considered that you have not quoted for the accessories & EP accessories at

    Sl. No. 11 & 12

  • 8/13/2019 Tender Items

    5/26

    Section V

    Technical Specifications for ENDNOTE VERSION X6 or latest

    Tender No. CCN/02/13-14/M&E.

    Essential Features:

    Search bibliographic databases on the Internet:

    Using EndNote's Connect...and Search...commands, to search Internet Access hundreds of remote bibliographic databases, including Web of Science, Ovid, PubMed, the

    Library of Congress, and university card catalogs from EndNote.

    EndNote provides MARC formats that support native language libraries around the world. Search remote bibliographic databases using EndNote's simple search window Export references directly from Web of Science, Highwire Press, Ovid, OCLC, ProQuest and more. Create an unlimited number of libraries of any size Preview and edit references Link EndNote records to the Web Global Editing The unit must be supplied complete with all accessories of software and necessary operational

    manual and latest version should be provided on the date of purchase

    Terms & Condition

    Warranty must be 1 year. ISO / CE certified. Should also quote for CMC / AMC for the next five years. Installation on turnkey basis. A firm assurance of manufacturer to be given regarding the supply of spares / accessories for 5 years

    after the warranty period

    (3)

  • 8/13/2019 Tender Items

    6/26

    Section V

    Technical Specifications for MATLAB 8.0

    Tender No. CCN/03/12-13/M&E.

    MATLAB VERSION AT CIP-7.0 Upgradation of the above existing software is required with following specifications.

    Toolboxes sought are:

    1. Simulink2. Curve Fitting Toolbox3.

    Design and simulate signal processing systems (DSP) System Toolbox

    4. Fuzzy Logic Toolbox5. Neural Network Toolbox6. Phased Array System Toolbox7. Matlab Compiler8. Signal Processing Toolbox9. Spreadsheet Link Toolbox10.Wavelet Toolbox11.Statistics Toolbox

    Platforms required for:

    Linux (64 bit) System Requirements

    Operating Systems:

    Ubuntu 10.04 LTS, 10.10, and 11.04 Red Hat Enterprise Linux 5.x and 6.x

    Processors

    Any Intel or AMD x86 processor supporting SSE2 instruction setDisk Space

    1 GB for MATLAB only, 34 GB for a typical installationRAM

    At least 2048 MB recommendedFor WindowsOperating Systems:

    Windows 7 or Service Pack 1 Windows Vista Service Pack 2 Windows XP Service Pack 3 Windows XP x64 Edition Service Pack 2 Windows Server 2008 Service Pack 2 or R2 Windows Server 2003 R2 Service Pack 2

    Processors

    Intel or AMD x86 processor supporting SSE2 instruction setNote:-1. Warranty must be 1 year.2. ISO / CE certified.3. Should also quote for CMC / AMC for the next five years.4. Installation on turnkey basis.5. A firm assurance of manufacturer to be given regarding the supply of spares / accessories for 5

    years after the warranty period.

  • 8/13/2019 Tender Items

    7/26

    Section V

    TECHNICAL SPECIFICATION OF 32 Channel EEG Machine

    Tender No. CCN/04/12-13/M&E.

    1. 40 channels amplifier including 32 EEG channels, 4 polygraphy channels, 2 DC Channels, 1 ECG channel &1Respiratory Channel.

    2. The amplifier should have USB powered and enabling the amplifier to be connected to any PC/Laptop.3. Should have Input impedance not less than 200 Mega Ohms.4. CMRR of amplifiers should be not less than 110 dB5. ADC resolution should be 16bits for best quality digital signal.6. EEG Channels should have Band Pass filter 0.01 200 Hz and Polygraphic channels should be sampled at 0.01 5

    KHz

    7. Should have .NET based software for comprehensive database search & storage.8. Any electrode can be used as a reference one, and the bipolar derivations can be recoded without placing any

    other additional reference electrodes, for example ear ones.

    9. Provision for marking events along with EEG recordings using Keyboard/mouse10.Complete programmable control of montage selection, acquisition Sensitivity, filter settings, photic stimulator

    sequences etc.

    11.Preferably, should have inbuilt facility in the same software of automatic spike and seizure detection software.12.Software should have facilities of Amplitude analysis, Spectral analysis, Coherence analysis and many more in 2D

    & 3D view. And also should have multiple EEG trends windows option simultaneously with live EEG recording.

    13.Photic stimulator with LEDs.14.Provision for hard copy output of recordings on a laser printer of 600 dpi resolution.15.Should have facility for User definable events and preferred recording and review settings such as amplifier set-

    ups, event palettes and views to be saved as specific user protocols.

    16.Should have provision for notch filter.17.Must be operating on Windows 7 and Windows 8.18.Should have option to save EEG as a video clip (*.avi), ASCII-text file (*.txt), XML file (*.xml),set of graphical files

    (*.bmp or *.emf) or in EDF+ format (*.edf).

    19.Should have facility to check electrode impedance from the head box through LED indicator (Red, Green &Yellow) of corresponding electrode impedance.

    20.DVD writer for recording the EEG data.21.Facility for exporting data using the software for review on any PC without any additional software.22.Should have facility to prune recordings to store only sections of interesting records23.The equipment shall incorporate features like full optical isolation, anti-cautery devices and shall confirm to

    international standards with certification authorities.

    24.There should be provision of event markers ideally for marking the recording either by patient or Attendant.25.Report generation to be customizable and in MS word format.26.The Test information database software which should include Information of patient database, resource

    scheduler and it should be customizable according to the end user.

    27.Should be upgradable to 4 channels EMG/NCV/EP system without the need of any extra amplifier (OnlyEMG/NCV/EP accessories and software will require) and Price must be quoted as optional item.

    28.Should be upgradable to Polysomnograph (PSG) system without the need of any extra amplifier and Price mustbe quoted as optional item.

    The system should be supplied with:

    (Desktop) Intel Core i7 processor with 4GB RAM, network card, multimedia speakers, mouse, minimum 2TBhard disk for storing

    Trolley Operating Manuals and user manual.

    Continued to next Page No..

    (1)

  • 8/13/2019 Tender Items

    8/26

    ACCESSORIES SHOULD BE SUPPLIED WITH:-

    1. Gold Plated Cup EEG Electrodes 50 Nos.2. Ten-20 Conductive paste 25 Nos.3. Neu-Prep skin preparation gel 12 Nos.4. Photic stimulator 1 No.5. Stand for LED photic stimulator 1 No.6. User manual & Technical Manual

    Note:-

    6. Warranty must be 1 year.7. ISO / CE certified.8. Should also quote for CMC / AMC for the next five years.9. Installation on turnkey basis.10. A firm assurance of manufacturer to be given regarding the supply of spares / accessories for 5

    years after the warranty period.

    (2)

  • 8/13/2019 Tender Items

    9/26

    Section V

    TECHNICAL SPECIFICATION OF Trans cranial Direct Current stimulator (TDCS)

    Tender No. CCN/05/12-13/M&E.

    1. 2 channel, DC and AC capable.2. Should have following modes of stimulation:

    Single- continuous DC stimulation Pulse- cyclic DC stimulation Sine- continuous sinusoidal AC stimulation Sine (w) single sinusoidal period Sine(hw) - half sinusoidal period Noise random noise stimulation Customer specific programs(optional)

    3. Study mode for blinded operation of real and pseudo stimulation.4. Simple Mode for easy stimulation away from a laboratory environment.5. Facility of MR capability for the investigation of tDCS,tACS and tRNS for the duration of fMRI .6. Adjustable current, duration, fade in\out time and number of cycle in DC modes7. Adjustable current, offset, frequency, phase angle, fade in\out time and number of period in AC modes8. Facility for Trigger module for external trigger input.9. Facility for Trigger output at predefined phase angles during sinusoidal stimulation.10.Facility of Full remote control of stimulation parameters.11.Current range of 5000A12.Maximum stimulation duration single mode 30 min.13.Minimum pulse width pulse mode 50 ms14.Minimum pulse interval pulse mode: 50ms15.Maximum frequency sine mode 250 Hz16.Maximum voltage: 26 v17.Current variance during stimulation:

  • 8/13/2019 Tender Items

    10/26

    Section V

    Technical Specifications for High speed Optical Mark Reader / Scanner Machine (OMR)

    Tender No. : Comp/01/13-14/Misc.

    Essential Features : High speed optical mark reader with a large input tray and a fast paper transport totransfer automatically data into computer.

    1. Paper Transport Input tray for approx. 120 forms Two output trays for approx. 120 forms each Automatic alignment of the document Minimum format 160x60 mm/6.3x2.4 Maximum format 305x229 mm/12x9 Paper quality 80 160g/m2, non-chemical Automatic detection of double feeds2. Speed Transport speed 0.8 m/s /32/sec Rated throughput up to 3,600 forms/h (DIN/A4)3. Reading Heads 40Tracks (1/5) or 48 tracks (1/6) 15 levels of grey, mark discrimination Automatic adjustment to background colour And paper quality Red head for ballpoint and pencil marking, or Infrared for pencil marking, self-cleaning4. Communication USB interface5. Software Interpreters: delivered with MAX Supports the form definition and Application Software HOD Atolls After scanning data will be in several format like TXT , EXL, MDB, DBASE , SQL Software has option to reduce or increase the scanning resolution. It will use full on old answer sheet which have pencil marked dots are faded after six months. Software and scanner machine demonstration should be given before ordering. OEM Service station should be present in India.

    Note:-

    16. Warranty must be 1 year.17. ISO / CE certified.18. Should also quote for CMC / AMC for the next five years.19. Should also quote rate for High speed optical mark reader machine(Model: AXM 950, Make:

    AXIOME) under buy back scheme.

    20. Installation on turnkey basis.21. A firm assurance of manufacturer to be given regarding the supply of spares / accessories for 5

    years after the warranty period.

  • 8/13/2019 Tender Items

    11/26

    Section V

    Technical Specification SPSS Version 19 (Window) Up gradation

    to Ver. 21 or latest in Window stand aloneTender No. : Comp/02/13-14/Misc.

    Specification:-

    PASW Statistics Base PASW Advanced Statistics PASW Custom Tables PASW Missing Values PASW Regression PASW Categories PASW Complex Samples PASW Decision Trees PASW Forecasting PASW Neural Networks PASW Conjoint PASW Data Preparation PASW Exact Tests PASW EZ RFM PASW Bootstrapping

    Note:-

    1. Should provide Proprietary Certificate from Principle and Authorization Certificate of your supplier.

    2. Should provide minimum one year update support. Install Platform is in Window stand alone.

  • 8/13/2019 Tender Items

    12/26

    Section V

    Technical Specification Unified threat Management(UTM) for Digisol Mustang Heavy Duty Switch

    Tender No. : Comp/03/13-14/M&E.

    Specification:-Sr.

    No.

    Description

    1. Hardware Features (Should be available from day-1)

    Hardware based Unified Threat Management System device having at least 10nos. Of 10/100/1000BaseT

    interfaces

    All the above interfaces should be user configurable for LAN or WAN or DMZThe device should have multi core processor with sufficient system memory

    The device should have inbuilt VPN accelerator

    The device should have console port for out of band management

    2. Performance Features (Should be available from day-1)

    The device should have firewall throughput of at least 2Gbps, VPN throughput at least 1Gbps, IPS throughput at

    least 500Mbps, Antivirus throughput at least 400Mbps.

    The device should have support of at least 1500000 concurrent sessions & atleast 15000 new sessions per

    second.

    The device should have support for at least 5000 dedicated VPN tunnels

    3. Network Features (Should be available from day-1)

    The device should support static IP address, static ARP entries, PPPoE fo xDSL, PPTP client for xDSL, DHCP clientfor WAN interface.

    The device should support routing protocols like static routes, OSPFv2 & policy based routing

    The device should support Spanning Tree Protocol, Rapid Spanning Tree Protocol & Multiple Spanning Tree

    Protocol, 802.1q VLAN with atleast 2K VLAN support, IGMPv3, DDNS client, H.323 NAT traversal, H.323 ALG &

    SIP ALG

    4. Firewall Features (Should be available from day-1)

    The device should have support for Routing mode & NAT mode in layer-3 & transparent mode in layer-2

    The device should support port address translation (PAT), port forwarding, time based scheduling for policy

    configuration, application layer gateway (ALG)

    The device should support proactive end point security for malicious traffic detection & prevention triggered by

    network threshold detection, IPS/IDP signature detection & anti-virus signature detection.

    5. Intrusion Detection & Prevention Features (Should be available from day-1)The device should support advanced IPS & IDP update services with at least 15000+ signature databases

    The device should support NIDS pattern auto update, DoS & DDoS attack protection, nimda & CodeRed attack

    detection, IP black listing

    The device should support email notification during attack as an alarm

    6. Anti-virus Protection Features (Should be available from day-1)

    The device should support anti-virus feature with at least 10000 signature database

    The device should support antivirus pattern auto update, AV scanning over VPN, scanning of all MIME types

    The device should support stream based technology without file size scanning limitation

    The device should support email securities like anti-spam feature

    7. Dynamic Web Content Filtering Features (Should be available from day-1)

    The device should support web URL filter, Script type filter, maximum file size protection, local database URL

    cache

    The device should support instant messenger & peer-to-peer application access control for Bit-torrent, emule,

    Google talk, kazaa, MSN messenger, Yahoo messenger etc.

    8. Virtual Private Network Features (Should be available from day-1)

    The device should support PPTP, L2TP, IPSec VPN Server

    The device should support following encryption methods: DES, 3DES, AES, Twofish, Blowfish

    The device should support site to site VPN & remote access VPN for IPSec, IPSec NAT-T, redundant VPN

    gateway, VPN Hub & spoke, SSL VPN

    9. High Availability & Bandwidth Management Features (Should be available from day-1)

    The device should support WAN failover, route failover with ICMP monitoring, active-passive HA mode,

    Outbound traffic load balancing, server load balancingThe device should support policy based traffic shaping, time scheduled traffic shaping, bandwidth management

    in VPN tunnel, dynamic bandwidth balancing, IP based connection limit

    Continued to next page..

    (1)

  • 8/13/2019 Tender Items

    13/26

    10. Management Features (Should be available from day-1)

    The device should support console interface, Web user interface, CLI, SSH, SNTP, internal log capacity of at least

    6000 records, external syslog server, real time performance monitor, event log & alarm, SNMPv1 & v2c, SNMP

    trap

    The device should environmental friendly green features like low power consumption (maximum 110 Watt), low

    heat dissipation

    11. Certifications (Should be available from day-1)

    ICSA Labs certified for corporate firewall, ICSA Labs certified for IPSEC Enhanced, VPNC Certified for basic

    interop, VPNC certified for AES interop, FCC Class-A, CE Class A, C-Tick, VCCI, cUL & CB

    Scope of work:

    1. Implementation of Internet gateway security system in Central Server room in Technical Block CIP Ranchi. This Sowincludes installation of a newly purchased UTM (Unified Threat Management System) device which will serve internet

    to users, Automatic load balancing in peak hours1(Internet), Failover, Aggregated link throughput, and Internet serving

    policy for different departments and reporting.

    2. A UTM device is capable of providing gateway securities like IPS (Intrusion Prevention System), AV (AntivirusProtection), WCF (Web content filtering) unlike a traditional firewall or proxy firewall do. These features will help to

    maintain a smooth network from application exploits, network worms and malicious code attacks.

    3. The Installation includes configuration of following task to be done before the UTM is provisioned for serving LAN users.(i) Registration Part:-The device should be registered in OEM website to ensure it gets latest updates for all its inbuilt

    components (AV, IPS, WCF)

    (ii) Subscription Part:- UTM are shipped with a 12 month Intrusion Prevention System (IPS) subscription, a 12 monthAntivirus (AV) subscription(Kaspersky), and a 12 months Web Content Filtering (WCF) subscription included in this

    offer. Upon expiration of these free subscription services, Extension of above subscriptions can be done by purchasing

    Net Defend UTM subscriptions for specific services.

    (iii) Creating policy: -Discussion with HODs of different Departments for how they want their staffs, students, etc. toaccess internet from already defined 6,000 Policies in it.

    (iv) Configuration of Network Interfaces2:

    a) The two lease line link to be configured in UTMs WAN port and configuring its LAN ports to make it

    available in Local area network.

    b) Load balancing and failover configuration for Peak hours and during link failure

    c) DMZ SFP ports: Configuring De-militarized zone ports to Specific servers in CIP and other Vlan if required.

    (v) Configuring and creating users3to ensure and control the Internet Access.

    (vi) Quota: -To prevent from unwanted download every group of users will be having a per day basis quota, keeping theirway of uses in mind.

    (vii) Streaming web content configuration: Configuration of Streaming web contents to be available only to allowed users

    to prevent from bandwidth Chocking.

    All above mentioned scope is based on provisioning the UTM link to Stack Switch after the entire configuration gets done.

    1 = Available when more than one link is provisioned

    Continued to next page..

    (2)

  • 8/13/2019 Tender Items

    14/26

    2 = Please see figure.

    Internet 1 Internet - 2

    FTP Server Local Lan

    Domain Controller Server

    Mail Server Stack Switch (for better throughput)

    3 = Figure below for User management

    Terms & Condition:

    1. One Year Warranty from the date of Installation.2. Rate should be quote with One year subscription charges for Intrusion Prevention System (IPS) subscription , AntiVirus (AV)

    subscription(Kaspersky), and Web Content Filtering (WCF) .

    3. Rate quoted also for further 2ndyear & 3rdyear subscription for IPS,AV,WCF services.4. Authorization certificate from OEM should be attached.5. Installation & Configuration Deliverable: Within 7-10 working days.

    (3)

  • 8/13/2019 Tender Items

    15/26

    Section V

    Technical Specification for Microfilming and Digitization of O.P.D. Case Records

    Tender No. : Gen/01/2013-14/Misc.

    (A) Microfilming :1. Microfilming of Archival quality of Case Record File (written in print, pen or pencil) or drawings of size A3, A4

    (generally) in 16 mm, film roll. There may be some microfilming documents ranging from A0 to A5 also.2. These microfilm should be assigned code No./Batch No. which will be same as individual Case Record File No.3. The image should be clear, should not include any distortion or curvature, with adjusted brightness and

    contrast.

    4. The microfilm can be read and printed in a microfilm reader and printer.5. The retrieval of one record and printing thereof may be shown to take less than 10 minutes.6. The images should be capable of being embedded in any word processing documents and the job should be

    carried in the institute itself. You may be allowed to bring and use machines / personnel and do the job only

    during working hours of the hospital.

    7. Tenderers have to use their own equipment for the required works.8. Rate should be quoted per frame of A3 size.9. The pages of one case record will be electronically bound, and each case record will be indexed in the following

    fields: CRF No. / Name / Father or Husbands name / Age / Sex / District / State / Diagnosis /Religion/Caste and a

    database has to be created compatible with both windows & Linux platform.

    (B) Digitization :1. Digitization of 16 mm Microfilm in digital format from A3 size microfilm (one frame containing 2 pages).2. The Digital material will be in PDF format and Software for reading these images to be supplied by you.3. The pages of one case record will be electronically bound, and each case record will be indexed in the following

    fields: CRF No. / Name / Father or Husbands name / Age / Sex / District / State / Diagnosis /Religion/Caste.

    4. One PDF File will contain all the pages in one case Record File. The naming convention of the file will be done as(CRF No) pdg.

    5. The digital images have to be supplied in duplicate DVD and this will be also stored in the OPD Computer hardDisc and in the Server of this institute.

    6. Retrieval Software, Scanned material and indexing will be compatible with our Lotus Domino / Cluster Serverand RDBMS and any other Server with the same configuration and operating system that CIP may install in

    future.

    7. Data base of indexing will be MS Access.8. Search engine for retrieval will be MS Access.9. Indexing will be upgradable to any other Digital Format.10.PDF Format will be convertible to any other format such as ZIP.11.The work has to be performed using your own equipments at your own cost. Thereafter, the digitized materials

    along with Microfilms will be handed over to this institute.

    12.All Scanning will be done on only the working days in OPD.13.A software utility for retrieving the pdf files based on the parameters mentioned in Sl. No. 3 should be suppliedto enable searching of the files. The utility shall be based on search using user defined queries based on above

    parameters.

    Vendor must have past experience in Microfilming & digitization of Microfilming.

  • 8/13/2019 Tender Items

    16/26

    Section V

    Technical Specification of Book Binding and Pasting machine & Film Lamination Machine for sheltered

    workshop of this institute

    Tender No. Gen/01/13-14/M&E.

    1. Book Binding Machine Specification:-

    Single clamp, spine thickness 2-70 mm spine length 50-430 mm fitted with suitable motors. Thermostat controlled heater separate Side gluing station with tank and rollers. Blower for efficient extraction of waste. Timer should be provided at nipping and delivery station.

    o Film Lamination machine complete set with electric motor. Specification Size 24 ( width ) Motor 01 H.P

    NOTE:

    Preference will be given to ISO 9001 : 2008 Certified company Please provide CATALOGUE and CD of the machine with your Tender. Warranty must be 1 year. ISO / CE certified. Should also quote for CMC / AMC for the next five years. Installation on turnkey basis. A firm assurance of manufacturer to be given regarding the supply of spares / accessories for 5

    years after the warranty period

  • 8/13/2019 Tender Items

    17/26

    Section V

    Technical Specification FURNACE

    Tender No. Gen/02/13-14/M&E

    1. INDUSTRIAL FURNACE: SIZE: 18 x 18 x 182. OVER ALL SIZE: 34 w X 39 d X 36 h3. Rating -15KW/415V4. TEMP: 1150 Degree approx. With digital Indicator.

    NOTE :

    Preference will be given to ISO 9001 : 2008 Certified company Please provide CATALOGUE and CD of the machine with your Tender.. Warranty must be 1 year. ISO / CE certified.

    Should also quote for CMC / AMC for the next five years. Installation on turnkey basis and provide all necessary electrical requirement. A firm assurance of manufacturer to be given regarding the supply of spares / accessories for 5

    years after the warranty period

  • 8/13/2019 Tender Items

    18/26

    1

    Section V

    Technical Specification Mechanized laundry Equipment

    Tender No. Gen/03/13-14/M&E

    1. Dryer 50 kgs. specification(Drying Tumbler with AUTO-STOP TIMER CAPACITY)

    Type : Front loading, open pocket, electrically heated

    Capacity : 50 Kg. Dry weight filling per charge.

    Inner basket : (Open pocket)

    Diameter : 1200 mmDepth : 970 mm

    Volume : 1100 liters

    Loading factor : 1:22

    Speed : 40 R.P.M.

    Electric supply Requirement : 415 V, 3 phase & neutral, 50 c/s, A.C.

    Rated power

    Drive motor : 3 H.P. (2.2 KW)

    Exhaust motor : 1.5 H.P. (1.1 KW)

    Electrical heaters : 36 KW (18KWx2 banks)

    Connected load : 39.3 KW

    MCBDrive & Exhaust : 415 V, 16 A, 3 pole (TP)

    Electrical heaters : 415 V, 32 A, 3 pole & switched Neutral (TPN)-2 Nos.

    Dimensions (LxBxH)

    Width L : 1430 mm

    Depth B : 1625 mm

    Height H : 2150 mm

    MAIN FEATURES

    Auto-timed by digital timer with illuminated display of lapse time. Auto-reverse prevents entanglement of linen and also ensures faster drying.2. WASHER EXTRACTOR Specification :-Type : End loading type, electric heated, open pocket.

    Inner basket

    Diameter : 800mm

    Length : 500mm

    Volume : 250 ltrs.

    Capacity : 25 kg/charge dry weight

    Loading factor : 1:10

    Speed

    Wash : 40-45 R.P.M

    Distribution : 100/125 R.P.MExtraction : 430 R.P.M

    Electric supply : 415v.3 phase & N.50/60 c/s A.C.

    Electric Motor 5.0 H.P.(3.7KW) 415V,3phase,50c/s,A/C.

    Electric heaters : 18KW

    Electric connected load : 21.7 KW

    Water inlet : 1 B.S.P.(&mm)

    Drain : 2 B.S.P.(50mm)

    Overflow : 1 B.S.P(30mm)

    Water consumption : 320 liters/hr.

    Continued to next page No 2..

  • 8/13/2019 Tender Items

    19/26

    2

    Air connection

    (Only for Automatic)

    Inlet : 1/4 B.S.P(8mm)

    Pressure : 6kg/cm2

    Consumption : 1 CFM

    Overall Dimensions (LXBXH)Width (L) : 1030mm

    Depth (B) : 1420mm

    Height (H) : 1800mm

    3. Flat Work Ironer Specification:

    Size of Roll : 375 mm dia, padded X 2500mm lg.

    (14-3/4 Dia, Padded X98 lg)

    No. of rolls : Two

    No. of gap piece : One

    Speed of roll : 6mtrs./min & 12 mtrs/min.(19 feet/min. & 38 Feet/min)

    Drive Motor (Two Speed) : 1.9/3.1 H.P.(1.4/2.3 KW) 415 V,3phase,50c/s,A.C.

    Exhaust Motor/Suction motor : 1.5 H.P.(1.1KW) 415V,3phase,50c/s,A.C.

    No. of Exhaust motor/Suction : Two Motor

    Air inlet :1/4 B.S.P.(8mm)

    Recommended air pressure : 8kg/cm2

    Air Consumption : 3CFM

    Heater Capacity : 41.6 KW(800 WX52 Nos)

    Connected Load : 46.1KW

    Overall Dimensions(LXBXH)

    Length (L) : 3920mm

    Width (B) : 2200mmHeight (H) : 1500mm

    4.DRY CLEANING MACHINE

    DRIVE UNIT

    The cylinder is driven by a special motor controlled by Variable Frequency Drive (VFD) through `V belts for low speed and

    extraction cycles. Low speed for WASH & DRYING is with Forward/Reverse action. The low extraction speed, make possible the

    efficiency of drying system, eliminates the possibility of creases and break marks in the garments,

    FILTER

    The filter has an unparalleled capacity for dirt, together with the lowest consumption of filter powder. It is also the simplest of

    all filters to operate. At the start of the day, it is pre-coated with sufficient filter powder and dirt is shaken off and filter powder

    is redeposit on the elements. When eventually the pressure rises, no complicated back washing procedure is required. The filteris simply emptied in to the still.

    The automatic bumping system produces a shelf-cleaning action for filter elements which is trouble free and thoroughly reliable.

    STILL

    An efficient still is fitted to the machine to distill the filter contents each day and maintain the solvent in perfect conditions.

    Distilled solvent passes through a water cooled condenser to a water separator and is then return to the distilled solvent tank

    (Tank2).AUTOMATIC CONTROL

    The electrical controls are fitted in the front of the machine. The machine is provided with controls for operating the sequences

    automatically. The automatic process is achieved by Microprocessor (PLC) and a special factory set MMI (Man to Machine

    Interface) with variable parameters which can be set as per customers requirement. The machine automatically carries out

    wash, extraction, drying / recovery and deodorizing cycles.

    Continued to next page No.- 3..

  • 8/13/2019 Tender Items

    20/26

    3

    SAFETY DEVICES

    Necessary safety devices are provided for prevention of any possible damage to the load, operator and solvent wastage.

    PNEUMATIC CONTROLS

    The machine is designed for easy of operation and maintenance as all the final functions are governed with pneumatic operated

    valves. The machine should be supplied with air from an external compressor / central air supply.

    HEATING

    The machine can be supplied suitable for either steam heating, or electrical heating of the still (Distillation unit) and air heater

    battery (Recovery unit).

    ELECTRICAL CONTROL PANEL

    A separate floor mounted electrical control panel consisting of main programmer, contactors, overload relays, miniature circuit

    breaker (MCB) / fuses etc., is supplied along with the machine. The machine will be suitable for operation on 415V, 3 phase & N,

    50 c/s, A. C. supply.

    Specification

    Type : End loading S.S. AISI 304 quality

    Capacity : 20 kg. Dry weight per charge

    Diameter : 920 mmDepth : 480mmVolume : 320 liters

    Wash speed : 33 R.P.M.

    Extraction speed : 370 R.P.M.Solvent capacities

    Main solvent tank : 300 liters

    Distilled solvent tank : 100 litersFilter

    Filteration area : 1.8 m2

    Flow rate : 5400 liters/hr.Filter aid : Hyflosupercal

    Still

    Distillation rate : 80 liters/hr.Electrical

    Supply requirement : 415V, 3 phase & N, 50 c/s, A.C.Low speed motor : 1.5 H.P. (1.1 KW)

    High speed motor

    Fan motor

    ::

    5.0 H.P. (3.7 KW)

    1.5 H.P. (1.1 kw)

    Filtered solvent pump motor

    (PUMP1)

    : 1.0 H.P. (0.75 KW)

    Distilled solvent pump motor

    (PUMP2)

    : 1.0 H.P. (0.75 KW)

    Capacity of recovery heater : 9 KWCapacity of still heater : 9 KW

    Total electrical connected load : 24.3 KW

    Continued to next page No.-4..

    Average electrical consumptionWithout Distillation : 5 KW/hr.

    With Distillation : 14 KW/hr.Services

    Water inlet : B.S.P. (20 mm)

    Water consumption : 800 Liters/hr.

    Compressed air inlet : B.S.P. (8 mm)

    Compressed air pressure : 6 kg/cm2

  • 8/13/2019 Tender Items

    21/26

    4

    Special Conditions.

    Warranty must be 1 year. Manufacturing experience of company more than 10years. Laundry equipment Manufacturer Company should have valid ISO (ISO 13485:2003 ISO 9001:2008) certificate CE

    certified.

    Should also quote for CMC / AMC for the next five years. Installation on turnkey basis. A firm assurance of manufacturer to be given regarding the supply of spares / accessories for 5 years after the warranty

    period

    YOU SHOULD ALSO QUOTE RATE FOR OLD MECHANIZED LAUNDRY EQUIPMENTS UNDER BUY BACK SCHEME

    I) DRY CLEANING MACHINE (MODEL:-DC/10/E, (II) DRYING TRUMBLER (MODEL:-EDT/50/E & (III) WASHING MACHINE

    (SWM/50/E (OLD ONE)

    Air consumption : 3 CFM (0.09 m3/min.)

    Overall dimensions

    Length : 2500 mmWidth : 2100 mm

    Height : 2400 mm

    Required ceiling height : 3000 mm

  • 8/13/2019 Tender Items

    22/26

    Section VTechnical Specification for Water Cooler-cum-Purifier

    Tender No. Gen/04/13-14/M&E

    1. Applicable TDS Range in input Water : Not above 500 mg/liter2. Applicable input water pressure range : 0.4 2.0kg/cm23. Max input water chlorine : 2ppm9Max)4. Input water turbidity : 15 NTU5. Input water Iron content (Max) : 0.3mg/ltr. (max)6. Input Voltage : 230V AC/50Hz:7. Input Water Temperature : 5 *C 45*C8. Water Flow Rate (*) : 720ml/minute9. Purifying Technology : Fire wall Ultra Violet10.Filtration/Purification Modules : I Filter, Granular Activated Carbon, Firewall UV11.Tank Capacity : Hot Tank 1.5 liters, Col Chilling spiral 0.5 liters, Cold

    Cold Tank Capacity 2 liters

    12. Dimension : 345 X 365 X 485 in mm (W X D X H)

    13. Net Weight : 26 Kg. (Countertop Unit)

    Note:- (*) Water Flow Rate depends on input water pressure and condition of the filters.

    NOTE :

    Please provide CATALOGUE and CD of the machine with your Tender.. Warranty must be 1 year. ISO / CE certified. Should also quote for CMC / AMC for the next five years. Installation on turnkey basis. A firm assurance of manufacturer to be given regarding the supply of spares / accessories for 5

    years after the warranty period

  • 8/13/2019 Tender Items

    23/26

    Section V

    Technical Specification SEMI AUTOMATIC AND COMPACT (CHAPATI MAKING) MACHINE Complete Set

    Tender No. Gen/05/13-14/M&E

    1. C A P A C I T Y : - 900 1000 Chapattis Per Hour.2. GAS CONSUMPTION : - 1.25 - 02 Kgs. per Hour.3. POWER REQUIRED : - 1.15 KW Single Phase 220 Volt.4. W E I G H T OF CHAPATI : - 25 Gms. - 45 Gms.5. T H I C K N E S S : - 1.5 - 2.5 MM.6. S I Z E : - 4.5 - 6.5

    NOTE :

    Preference will be given to ISO 9001 : 2008 Certified company Please provide CATALOGUE and CD of the machine with your Tender.. Warranty must be 1 year. ISO / CE certified. Should also quote for CMC / AMC for the next five years. Installation on turnkey basis. A firm assurance of manufacturer to be given regarding the supply of spares / accessories

    for 5 years after the warranty period

  • 8/13/2019 Tender Items

    24/26

    Section V

    Technical Specifications for --86C deep freezer (Ultra Low Freezer)

    Path Lab/1/13-14/Misc.

    The following are the technical specifications for ultra-low freezer:

    1. Temperature range - -86 C or low2. Chest type model with cascading racks3. Power supply: 230v at 50 Hz4. Capacity atleast 400 liters5. Compartments atleast 5 in no.6. Should come with automatic voltage stabilizer with high and low voltage cut offs and time delay7. Installation should be on turnkey basis8. Should have low battery and hot condenser indicators9. Should come with CFC free features and CFC free insulation10.LED digital display with touch sensitive control panel11.Should be mounted on wheeled castors to make movement easy12.PUF insulation of atleast 150 mm13.Should quote for AMC/CMC for atleast 5 years after warranty14.Spares and accessories should be quoted separately

    NOTE :

    Please provide CATALOGUE and CD of the machine with your Tender.. Warranty must be 1 year. ISO / CE certified. Should also quote for CMC / AMC for the next five years. Installation on turnkey basis. A firm assurance of manufacturer to be given regarding the supply of spares / accessories for 5

    years after the warranty period

  • 8/13/2019 Tender Items

    25/26

    Section V

    Specification for CAMC of Entire Solar packages installed at this institute.

    Tender No. Solar/CAMC/13-14/Misc.Instruction / Terms and Conditions :

    1. Bid Security of Rs. 12,000/- (Rupees Twelve thousand) only in the form of Demand Draft pledged in favour of Director, CIP, Kanke,Ranchi 834006, Jharkhand must be submitted along with tender papers without which tender will be rejected.

    2. The tenderer, to whom the tender is awarded, will have to submit 10% cost of the tender value as Security Deposit in form ofDeposit at Call, Bank Guarantee or in any other form as desired by Director / Administrative Officer, CIP, within 15 days from the

    date of issue of work order.

    3. Interested tenderer may inspect the solar package on any working day between 10.00 a.m. and 04.00 p.m. before the submissionof tender documents once after obtaining prior permission of Admn. Officer / any other officer of CIP authorized for this purpose.

    4. Recent Income Tax Clearance Certificate will have to be submitted.5. This comprehensive maintenance contract is for one year only and it would come into force from the date showing Solar packages

    in fully functional state by the tenderer to whom tender is awarded. A report to this effect must be submitted to ascertain

    effective date of CMC within two months from the award of tender which includes repair & replacement of missing parts. The CMC

    of the Solar packages may be extended for the additional period of 2 years and the rate for that may also be indicated.

    6. All repair / maintenance work will have to be attended within 48 hours after receiving complaints by telephone or otherwise forwhich a complaint book will have to be kept and maintained by the tenderer at C.I.P. to ascertain date of complaint and date of

    repair etc. sufficient stock of necessary spare parts / batteries has to be maintained. No extra payment whatsoever except the

    CMC amount will be made for any spare part / article supplied or repair / any work done in connection with CMC.

    7. If any complaint is not attended and Solar equipments concerned not made functional in a week, a default charge of Rs.100/-(Rupees One hundred) only per day per nonfunctional Solar equipment will be deducted from your bill and / or adjusted from your

    security deposit from the 8

    th

    day (Day of repair will be inclusive). However, this may be relaxed by the Director, C.I.P. in exceptionaland deserving case, which will be absolute discretion of the Director.

    8. Payment will be made on quarterly basis for which pre-receipted bill in triplicate will have to be submitted. C.M.C. amount for thefirst quarter will be released within one month from the date of submission of the bill and inspection by C.I.P. authority in respect

    of proper functioning of complete Solar Package. However, payment terms may be relaxed by the Director, C.I.P. and shall be

    binding. Payment for the last quarter, however, will be made only after completion of the CMC period.

    9. If the tenderer, to whom the tender is awarded, fails to provide service under CMC his bid Security / Security deposit, as the casemay be will be forfeited and deposited in Govt. account and he will have to return the amount received for CMC for the period for

    which service is not rendered.

    10. The CMC will include onetime fixing / refixing of any / all the items of Solar Package (if required) and painting of iron structures atleast once during the CMC period.

    11. Tenderer must have Service Station in Ranchi.12. An agreement shall have to be signed in prescribed form by the firm to whom C.M.C. will be awarded.13. T.D.S. as per rule of IT department will be deducted.14. The bidders shall must submit his PAN No.15. Confirm that you have read all the instructions / terms and conditions carefully and agree to the same.16. The bidders shall submit their bids in two parts and seal the original and each copy of the bid in an inner and an outer envelope,

    duly marking the envelopes as `original` and copy`.

    (i) Technical Bid -which consist of details of Manufacturer of Solar equipments proof thereof (Registration Certificate etc.) and iftender is submitted as an authorized dealer, (authorized for taking maintenance contract also) then the tenderer must enclose a

    valid certificate issued by the Manufacturer that they are authorized to take maintenance contract and repair work of the solar

    package of similar nature for which they are quoting rates. Copy of work order of similar maintenance work over the period of last

    three years, to be attached for Solar Packages.

    (ii) Price Bid :- Which Consist of year wise rate of CMC for entire solar package as mentioned below(a) in 1styear : In figure _______________ (In words _________________).(b) in 2ndtyear : In figure ______________ (In words _________________).(c) in 3rdyear : In figure ______________ (In words _________________).(d) in 4thyear : In figure ______________ (In words _________________).(e) in 5th year : In figure ______________ (In words _________________)

    Signature of Tenderer

    Full Name and Address of the person signing (in Block Letter)

    Whether signing as proprietor / Partner / Constitute Attorney duly authorized by the Company.

    Signature of Witness

    Full Name and Address of Witness (In Block letters)

    Contd. on P/2.

  • 8/13/2019 Tender Items

    26/26

    List of entire Solar Package installed at CIP, Kanbke, RanchiDescription of Solar Packages :

    Name of place where Solar Indoor Lightsinstt. with Qnty.

    Name of place where Solar StreetLights instt. with Qnty.

    Name of place where Solar Garden Light System instt. with Qnty. (Total =1Set)

    1. Boy`s Hostel No. 1 1 set (4 light

    Points)

    1. Infront of Male side hospital Gate

    1 Set

    (1) In front of Main Office (instt. at middle part of the garden) 1 Set

    2. Boy`s Hostel No. 2 1 Set (4 light

    Points)

    2. Infront of Female side hospital

    Gate 1 Set

    Name of place where Solar Security Kiosk System instt. with Qnty. (Total =2Sets)

    3. Ladies Hostel 3 + 5 + 16 = 24 Sets. (9 +

    20 + 64 = 93 light points)

    3. Maudsley Wd. 1 Set (1)Directors Bungalow 1 Set

    4. Guest House 1 set (through Inverter)

    (8 light Points)

    4. Near Female Section Gate (Male

    * Female side) 2 Sets.

    (2) Ladies Hostel 1 Set

    5.Emergency Wd. 1 + 1 = 2 Sets(3 + 4 = 7 light Points)

    5. Terrace of Psycho Social Unit 1Set

    Name of place where Solar Water Heating System instt. with Qnty. (Total =24Sets)

    6.Tuke Wd. 1 + 5 = 6 Sets

    (3 + 20 = 23 light points)

    6. Morgagni Wd. (in campus

    &infront of gate) 2 Sets

    (1) Guest House (Capacity : 200 LPD) 1 Set

    (2) Emergency Wd. (Capacity : 200 LPD) 01 Set

    7. Medical Library 04 Sets (16 light

    points)

    7. Fruit Garden (inside fencing near

    Morgagni Wd.) 1 Set

    (3) Maudsley, Conolly& Krepelin Wd. (Capacity : 1000 LPD) - 01 Set each i.e.

    Total = 3 Sets., (4) R.H.C., Tuke& Juan Wd. (Capacity : 750 LPD) 01 Set each i.e.

    Total = 03 Sets. , (5) L.P.Verma, Pinel, Cullen, Bleuler, S.S. Raju& Freud Wd.

    (Capacity : 500 LPD) 01 Set each i.e. Total = 06 Sets.(6) 100 Users Toilet near

    Conolly Wd. (Cap. : 2000 LPD) 1 Set.(7) Water Pump (Make : CRI, Capacity :

    0.5 HP, single phase with starter 6 to 10 Amp. Make Capital and Valve with G.I.

    Pipe from Sump to Motor installed at S.S. Raju Wd., L.P. Verma& Juan Wd. 03

    Nos.(8) Water Pump (Make : CRI, Capacity : 1 HP, single phase with starter 6 to

    10 Amp. Make Capital and Valve with G.I. Pipe from Sump to Motor instt. at

    Maudsley, Conolly, Kraepelin , Tuke, Cullen &Pinel Wd. 06 Nos.

    8. Morgagni Wd. 1 + 1 = 2 sets (8 light

    Points)

    8. In front of Morgue 1 Set Name of place where Solar Water Pumping System (Submersible) instt. with

    Qnty. (Total =6 Sets)9. Juan Wd. 2 Sets (8 light points) 9. In front of Cullen Wd. 1 Set (1) Guest House 1 Set

    10. Freud Wd. 1 Set (4 light Points) 10. In front of Tuke Wd. 1 Set (2) Ladies Hostel 1 Set

    11. Bleuler Wd. 2 sets (8 light Points) 11. In front of O.T. (Male) 1 Set (3) Emergency Wd. 1 Set

    12. Cullen Wd. 2 Sets (8 light points) 12. In front of Juan Wd. 1 Set (4) Kraepelin Wd. 1 Set.

    13. Pinel Wd. 2 Sets (8 light points) 13. Vegetable Garden 1 Set (5) Boy`s Hostel No. 1 1 Set

    14.L.P. Verma Wd. 2 Sets

    (8 light points)

    14. In front of Kitchen 1 Set (6) Bleuler Wd. 1 Set.

    15. Conolly Wd. 4 Sets (16 light points) 15. Behind of Kitchen 1 Set Name of place where Solar Water Pumping System (Surface) instt. with Qnty.(Total =2 Sets)

    16.Kraepelin Wd. 2 Sets

    (8 light points)

    16. In front of Teaching Bl. 1 Set (1) Vegetable Garden 1 Set

    17.C.C.A.P. 1 Set

    (4 light Points)17. Terrace of Berkley Hill Wd. 1

    Set

    (2) Fruit Garden 1 Set.

    18. Kitchen 1 Set (4 light Points) 18. In front of Dispensary 1 Set Name of place where Tata Deep Solar Lantern instt. with Qnty. (Total =6 Sets)

    19.R.H.C. Wd. 2 Sets(8 light points)

    19. Terrace of Matron Office 1 Set (1) C.C.A.P. 1 Set.

    20. M.R.D. / O.P.D. 1 + 2 = 3 Sets

    (3 + 8 = 11 light Points)

    20. Terrace of O.P.D. 1 Set (2) Maudsley Wd. 1 Set

    21. Main Office 2 Sets (8 light points) 21. R.H.C. Wd. 1 Set (3) Tuke Wd. 1 Set

    22. S.S. Raju Wd. 3 Sets

    (12 light points)

    22. Terrace and Campus of Ladies

    Hostel 2 Sets.

    (4) Kraepelin Wd. 1 Set

    23. Berkley Hill Wd. 4 Sets

    (16 light points)

    23. Terrace of Guest House 1 Set (5) Conolly Wd. 1 Set

    24. Maudsley Wd. 5 Sets

    20 light points)

    24. Campus of Director`s Bungalow

    1 Set

    (6) Morgagni Wd. 1 Set.

    25. Matron Office 01 set (4 light points at

    Matron office, Telephone Exchange & A.O.

    office)

    25. Terrace of Boy`s Hostel No. 1 2

    Sets.

    26. Directors Office 01 Set (4 light points

    at Directors office &Despatch)

    26. Terrace & Campus of Boy`s

    Hostel No.2 2 Sets.27. Psychosocial Unit 1 Set ( 4 light

    points)

    27. In front of Bleuler Wd. 1 Set

    Total = 82 Sets. 28. Behind of Cinema Hall 1 Set.

    29. In front of Cinema Hall 1 Set.

    30. In front of Pinel Wd. 1 Set

    31. In front of C.C.A.P. Wd. 1 Set

    32. In front of Freud Wd. 1 Set

    33. In front of S.S.Raju Wd. 1 Set.

    Total =38 Sets. Total =41sets.