You are on page 1of 131

Page 1st Sher-i-Kashmir Institute of Medical Sciences, Soura, Srinagar (Fax No.

0194-2403403) NIT 03 (Imports of 2011 Dated: 23 /04/ 2011 (Detailed Notice Inviting tenders for supply/installation of various Bio Medical Equipments) Sealed tenders in two cover bid system (technical and financial) affixed with Rs.5/- Revenue stamps are invited for and on behalf of the Governor of the State of J&K through Director Sher-i-Kashmir Institute of Medical Sciences Soura Srinagar Kashmir only from the original manufacturers/their authorized Indian agents for supply/installation of the following Bio Medical Equipment. The tenders addressed to the undersigned shall be dispatched by Registered post/courier services or delivered personally in Diary and Dispatch section of SKIMS against proper receipt upto 02.06.2011 Group Part Part Ist Part 2nd Part 3rd Department Anesthesiology & Others Fluid Warmer Patient Warming System Baby Resuscitation Trolleys Blood Bank Blood Storage Refrigerator 0-60 c Platelet Agitator Incubators Thawing Bath Donor Chairs (Hydrolic Type) Fully Automatic Cell Seperator Blood Collection Monitor Tube Sealer Plasma Extractor (Electronic Type) Gastroenterology Endo Ultrasound Pediatric Video Endoscopy System Standard Video Upper GI Endoscope Portable Ultrasound Machine Black & White Ultrasound Machine Argon Plasma Coagulators CVTS IABP System Operating Loupes Autologous Blood Salvage System High Pressure Vaccum Suckers Surgical Head Light System Diathermy Community Medicine SKIMS A Scan Operating Microscope (Ophthalmology) Dental Chair Slit Lamp Hot Air Oven 100 MA X-Ray machine Formalin chamber Autorefractometer with Keratometer Semi-Automated Biochemistry Analyzer 3-Part Differential Hematology Analyzer Neonatology Double Sided Phototherapy Qty 20 Nos 20 Nos 30 Nos
Tender cost

Rs.500/Rs.500/ Rs.500/-

Part Ist Part 2nd Part 3rd Part 4th Part 5th Part 6th Part 7th Part 8th Part 1st Part 2nd Part 3rd Part 4th Part 5th Part 6th Part Ist Part 2nd Part 3rd Part 4th Part 5th Part 6th

01 No 01 No 01 No 01 No 03 Nos 01 No 01 No 01 No

Rs.1000/Rs.1000/Rs.1000/Rs.1000/Rs.1000/Rs.500/Rs.200/ Rs.500/

01 No 01 No 01 No 03 No.s 02 No.s 02 No.s 02 Nos 06 Nos 01 No 02 Nos 04 Nos 02 Nos

Rs.2000/ Rs.1500/ Rs.1000/ Rs.1000/Rs.1000/Rs.500/Rs.1000/ Rs.500/ Rs.500/ Rs.500/ Rs.500/ Rs.500/

Part Ist Part 2nd Part 3rd Part 4th Part 5th Part 6th Part 7th Part 8th Part 9th Part 10th Part 1st

01 No 01 No 02 Nos 01 No 01 No 01 No 01 No 01 No 01 No. 02 No.s 10 N0s

Rs.300/ Rs.1000/ Rs.500/ Rs.1000/Rs.500/Rs.1000/Rs.300/Rs.500/Rs.1000/Rs.1000/Rs.1000/

Page 2nd Neurosurgery Part 1st Part 2nd Part 3rd Part 4th Canitron Ultrasonic surgical aspiration Operative Neuro-endoscope Stereotactic Frame Drill System Immunology/ Endocrinology Micro Array Analyzer Spectrophotometer Non-Refrigerated Centrifuges Table Top (64 Tube Capacity) Carbon Dioxide Incubator Refrigerator 400 ltrs capacity Spirometer Refrigerated Centrifuge (Table Top) Densitometer Table Top Microfuges Elisa Reader and Micro Plate Washer Autoclave Fully Automated Chemiluminescences based analyzer Nephrology Dialysis chairs Automatic Dialyzer Reprocessing system Under Bed Weighting Scale Dialysis machine with single R.O (water treatment Plant) Continue Renal Replacement Therapy (CRRT Machine) PD Cycler Dialysis machines Gen. Surgery SKIMS Spine Board Sphinctomanometer system Patients Positioning system Video Laparoscope Hematology SKIMS Distillation apparatus (Triple glass) PH meter Water bath Deep Freezer (-200c) ESR machine Automatic 4 channel coagulation analyzer Mixer/Shaker 5 part WBC differential Hematology analyzer Microscope (Binocular Japan) Deep Freezer (-800c) Elisa Reader and Washer Table top swing head centrifuges Oncology Cell Separator Color Doppler Ultrasound Cardiology SKIMS Pulse Oximeter Miscellaneous Resuscitation trolleys Dosimeter Plasma Sterlizer 01 No 01 N0 01 No 01No Rs.1000/ Rs.1500/ Rs.300/ Rs.700/-

Part Ist Part 2nd Part 3rd Part4th Part 5th Part 6th Part 7th Part 8th Part 9th Part 10th Part 11th Part 12th Part 1st Part 2nd Pat 3rd Part 4th Part 5th Part 6th Part 7th Part 1st Part 2nd Part 3rd Part 4th Part 1st Part 2nd Part 3rd Part 4th Part 5th Part 6th Part 7th Part 8th Part 9th Part 10th Part 11th Part 12th Part 1st Part 2nd Part 1st Part 1st Part 2nd Part 3rd

01 No. 03 No. 01 No. 01No. 01 No. 01 No. 01 No. 01 No. 01 No. 04 No.s 01 No. 02 No.s

Rs.1000/ Rs.700/ Rs.300/ Rs.500/ Rs.500/ Rs.500/ Rs.500/ Rs.500/ Rs.500/ Rs.500/ Rs.500/ Rs.500/-

14 No.s 01 No. 04 No.s 01 No. 01 No. 01 No. 14 No.s

Rs.500/Rs.500/Rs.500/Rs.500/Rs.500/Rs.500/Rs.500/-

03 No.s 01 No. 01 No. 07 No.s

Rs.500/Rs.500/Rs.500/Rs.3000/-

01 No 01 No 01 No 04 Nos 01 No 01 No 01 No 02 Nos 01 No 01 No 01 No 02 No.s

Rs.500/Rs.500/Rs.500/Rs.500/Rs.500/Rs.500/Rs.500/Rs.500/Rs.500/Rs.500/Rs.500/Rs.500/-

L M

01 No. 01 No. 20 Nos 20 Nos 01 No. 02 nos

Rs.500/ Rs.1500/Rs.300/Rs.300/ Rs.500/ Rs.1500/

Page 3rd Urology SKIMS O Part 1st Part 2nd Part 1st Part 2nd Part 3rd Part 4th Part 5th Part 6th Part 1st Part 2nd Part 3rd Part 4th Part 1st Part 2nd Part 3rd Part 1st Part 2nd Part 1st Part 2nd Part 3rd Part 4th Part 5th Part 6th Part 7th Extracorporeal Shock Wave Lithotripsy Holmium Laser System Microbiology SKIMS Real Time PCR Cycler UV Trans Illuminator Mini spin and Vortexer Gel Documentation System Incubator (imported) Electrophoresis apparatus General Medicine SKIMS Video Bronchoscope for Detection of early cancer Video Endo-Bronchoscope Polysomnography Non invasive Ventilators Radio Diagnosis SKIMS Radio Diagnosis MC 300 MA X-Ray machine Video Bronchoscope Computerized Radiography System for X Ray machine Drug and Pharmacy/ pharmacology SKIMS HPLC System Quality Control For General Hospital ICU Ventilators ICU Bed Volumetric Infusion pump Monitors Syringe Infusion Pump Dexa Scan Air Decontamination Unit 25 Nos 30 Nos 40 Nos 40 Nos 30Nos 02 No.s 02 Nos Rs.3000/Rs.3000/Rs.3000/Rs.3000/Rs.1000/Rs.2000/Rs.500/ 01 No. 01 No. Rs.3000/ Rs.1000/-

02 Nos 01 No 01 No 01 No 01 No 01 No

Rs.500/ Rs.500/ Rs.500/ Rs.500/ Rs.500/ Rs.500/

01No. 01No. 01No 08Nos

Rs.1500/Rs.1000/Rs.500/Rs.1000/

03 Nos 01NO 03 Nos

Rs.1000/Rs.1000/Rs.1000/-

02 Nos 01 No.

Rs.3000/Rs.1000/-

The detailed NIT containing the specifications and terms and conditions of Supply/installation can be had from the office of the undersigned upto 30.05.2011 against the tender cost as indicated against each above in the shape of bank draft pledged to Financial Advisor/ Chief Accounts Officer SKIMS. The tenders must be accompanied with CDR/FDR equivalent to 2% of the quoted amount of the advertised quantity and should be pledged to the Financial Advisor/ Chief Accounts Officer, SKIMS. The tenders received without CDR of the required amount shall be rejected. The technical bids shall be opened on 07.06.2011 at 11:00 AM or any other convenient date/dates in presence of the authorized representatives of the tenderers who may like to participate in the tender opening. The tender can also be downloaded from the SKIMS web site WWW.Skims.ac.In. The downloaded tenderer shall be accompanied by the tender fee for each equipment detailed above in the shape of Bank Draft, drawn by or before the closing date of sale of documents, in favour of Financial Advisor/ Chief Accounts Officer, SKIMS.

Chief of Materials Management, SKIMS. No. SIMS 324 NIT 03(Imports) of 2011 Dated : ____.04.2011.

Group-A Part 1st

Detailed tender Specifications for Blood & Fluid Warmer:

20 No.s

1. 2. 3. 4. 5. 6.

Should be able to warm fluid/blood at a temperature range of 37-40. Should operate on 220 - 240v, 50 Hz AC mains. Should be light weight, mobile and easily attached to infusion stand or operation table. Should have digital temperature display of the fluid. Should have inbuilt water tank to warm the infused fluid/blood. Should have alarms for disposable disconnections, less water & over temp. &

7. Should be supplied with disposable Tubing Sets for Fluid/Blood suitable for both adult pediatric patients. 8. The equipment should be US FDA or European CE approval.

Chief of Materials Management SKIMS

SIMS 324 NIT-03 (Imports)2011

Group-A (Part-2nd )

Detailed tender Specifications for patient warming system: (20) Nos.


1. 2. 3. 4. Should be a forced air warming system with hose end temperature sensing. Control unit should be compact, light weight and easily mobile. Should operate on 220V - 240V, 50 HZ AC mains current. Should have a microprocessor based control with selectable temperature range of 32 to 42 degree Celsius in steps of 0.5 degrees. Control panel should display intended and actual temperature. Should have high efficiency air filter of 0.2 microns. Should provide constant and efficient surface warming to every area of body. Should have alarms for power failure and high temperature with auto stop on over heating above 42 degrees. Should be compatible to work on different sizes of blankets like under body, lower body, upper body and full body. Blankets should be light weight, blood and fluid resistant. Should provide 150 No's of blankets per year per unit throughout the warranty The equipment should be US FDA or European CE approved. period.

5. 6. 7. 8.

9.

10. 11. 12.

Chief of Materials Management SKIMS SIMS 324 NIT-03- (imports)2011

Group-A (Part-3rd ) Detailed tender Specifications for Neonatal Resuscitation Trolley: (30 No.s)

Neonatal resuscitation trolley is a mobile unit attached with baby cradle and facility for warning, oxygenation, suction and intubation. Should provide thermal regulation with highest degree of accuracy. Should consist of quartz /ceramic infrared heater 650 watts with reflector. Should be user friendly with feather touch control along with the safety alarms and cut offs. The unit should have a halogen examination lamp (12 volts, 50 watts) to provide accurate assessment of infant color and sufficient illumination during procedures. Should have a acrylic baby tray with head up / down facility. Should have attached baby bassinet with drop down acrylic side glasses. Should have an inbuilt stop watch. Should be provided with skin and air temperature probes with digital display (Servo controlled). Should be provided with oxygen hood and Perspex baby shield. Should have 2 drawer storage cabinet mounted on heavy duty castors and SS I/V stand The unit should have oxygen flow control facility with flow meter 0 - 15 lit/min with humidification bottle, oxygen regulator with hose pipe and place to keep oxygen cylinder. Should be electrically operated low pressure suction unit with 2 autoclavable 500ml suction jars, regulator, suction gauge and silicon tubing. The unit should be supplied with laryngoscope with straight blades of size 0 and 1 for intubation and silicon airways size 000, 00 and 0. The equipment should be US FDA or European CE approved.

Chief of Materials Management SKIMS

SIMS 324 NIT-03-Imports/2011

Group-B (Pat-Ist)

DETAILED TENDER SPECIFICATIONS FOR BLOOD STORAGE REFRIGERATORS 0.60C: 01 No.

01. 02.

Uniform temperature maintenance of (2 - 6 C) in all parts of the cabinet. Built in temperature recorder and control unit which display and records the temperature on a seven days chart. Battery backup for temperature recorder in case of power failure. Digital temperature sensor dipped in liquid container to match the temperature of blood. Hot line provided around the mouth of the cabinet to prevent moisture, condensation in humid weather. Audio visual alarms to alert any abnormal condition. Automatic defrosting. Forced Air cooling system. Durable construction single body structure with stainless steel interior and Polyurethane coated MS exterior. Lock and Key system. Strong Handle for ease of operation. Transparent vaccumised double glass door. Four castors for easy mobility and front two lockable. Sliding Trays for easy accessibility of blood bags. The equipment should be US FDA/ European CE approved.

03. 04. 05.

06. 7. 8. 9.

10. 11. 12. 13. 14 15.

Note: To avoid voltage fluctuation the equipment should have either in built stabilizer or one stabilizer with each Refrigerator should be purchased from the identified source itself.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-B (Part-2ND )

DETAILED TENDER SPECIFICATIONS FOR PLATELET AGGITATOR WITH INCUBATOR: 01 No.


01. 02. 03. 04. 05. 06. 07. 08. 09. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. Capacity Flat Bed Agitators Agitation Movement Pause switch Automatic Restart Door Chamber Inner Basket Base Temperature Temperature controller Temperature Accuracy Temp. Resolution Sensor Temp. Recorder Condenser Evaporator Air Circulation Refrigeration system Heaters Audio Alarm Alarm Power failure Electrical 24Bags Flat Bed Agitator Constant speed of 70 + cycles/per min Horizontal to & fro movement Built in pause Switch Automatic Re-start after pausing' after 20min (Timer can be adjusted) Transparent full door for, easy observation Stainless Steel Grade 304' JET Matt Finish Siding out open mesh removable Stainless steel Grade 304 JET Matt Stationery with tray movement on rollers +22deg C (Preset and Programmable) Digital Micro processor based feather touch kay/ pad system 0.1 deg C 0.1 deg C PT -100 Built in 7 days temperature recorder with 7 days duration with LED display of temperature. Built in automatic evaporation of condensate Double air circulation fans for uniform temperature CFC Free Hematically sealed refrigeration System Low Wattage cartridge Heaters High and temperature low deviation alarms Audio Alarm for power failure 110V-240, SOHZ Single phase

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-B (Part-3RD )

DETAILED TENDER SPECIFICATIONS FOR PLASMA THAWING BATH

01.

Should have the basket assembly which can be raised and lowered at the tin for convenient access to FFP. The digital timer clearly displaying the programme set time or remaining cycle time in minutes. Cycle start when pressed the thawing cycle should start and the basket assembly Should automatically lower into the chamber and begin agitating. Should have timer to select length of the thawing cycle. Microprocessor based PID control. Should have precise chamber temperature control. Should have Temper -Resistant data entry security. Should have Temper -Resistant data entry security. Should have adjustable over temperature alarm settings with audible and visual alarm warnings. Basket assemblies should automatically lift out of the chamber when the over temperature alarm is activated. Should have a chamber drain system.

02.

03. 04. 05. 06. 07. 08. 09. 10.

11.

12.

Chief of Materials Management SKIMS SIMS 324 NIT- 03- Imports/2011

Group-B (Part-4th)

DETAILED TENDER SPECIFICATIONS FOR DONOR CHAIRS


(HYDRAULIC TYPE) 01 No.

01.

Dimension

Length 72" Width 24" Height 48"

02. 03. 04. 05.

Live l9ad capacity. Gross weight. Surface. Arm Rest

: : : :

150 - 200 Kg. 70 - 120 Kg PV covers with PU foam rest Both sided with swing out & Up and down

06.

Operation

220 V AC 50/60 HZ Remote control Geared / manual adjustments for Foot and Head end. Hydraulic lift up and down function. Immediate Lepothymic rotation facility

Chief of Materials Management SKIMS

SIMS 324 NIT 03(Imports/2011

Group-B (Part-5TH ) DETAILED TENDER SPECIFICATIONS FOR FULLY AUTOMATIC CELL SEPARATOR (01 No.) 01. 02. Should have the facility for all component collection (RBC/Platelet/Plasma/WBC). Should be capable of performing platelet collection with both single axis along with concurrent plasma and /or RBC. Should have fully automated, microprocessor controller and continuous/ intermittent flow separator during single venous access. Should have user friendly touch screen operation. Should have factory fitted pre bacterial filter for normal salinel ACD, collection and storage bags, needles etc. In case of inlet line occlusion it should have the facility to restart automatically to ensure donor safety and negative experience to donation. Should have facility to add platelet additive solution. Should have help screen available for any alarm or problem, progrmmed to suggest the operator to correct the problem. Should have a scale that serves a key role in the control of anticoagulant delivery to the donor and monitor amount of fluid being pumped within the pherasis kit. Should have rechargeable battery to store data and resume procedure in case of power failure. Should have fluid leak detector for donor safety. Should have automatic door lock for centrifuge during procedure for safety. Should have saline re-infusion system to donor/ patient to ensure donor that remains in an isovolumic stage. Should have self-loading pumps to simplify and speed up a pherasis kit installation. Should have compact construction, smooth gild wheels and retractable solution pole to facilitate mobility Should have the Leukocyte Reduction System during platelet pherasis to void antibody reaction to patients during platelet infusion. The Equipment should be US FDA/ European CE approved.

03.

04. 05.

06.

07. 08.

09.

10. 11. 12. 13.

14. 15.

16.

17.

Chief of Materials Management SKIMS SIMS 324 NIT 03(imports)2011-

Group-B (Part-6th) 01 No.

TENDER SPECIFICATION OF BLOOD COLLECTION MONITOR


01. 02. 03. 04. Should ensure better quality blood mixing than that collected using manual mixing methods. Clamp activator should stop blood collection at the programmed volume Should have uniform Oscillation for optimum mixing measuring higher yield of components Should have pause function collection for changes in programme or adjustments.

Chief of Materials Management SKIMS SIMS 324 NIT 03(imports)2011-

Group-B (Part-7th )

TENDER SPEDIFICATIONS FOR BLOOD TUBE SEALER = 01NO.


01. 02. 03. 04. Should have radio frequency sealing that ensures exceptional sealing quality. Should have easy separation of tube segments after sealing. Should produce a hermetic seal hence no contamination. Should not require any warm up time.

Chief of Materials Management SKIMS SIMS 324 NIT 03- Imports/2011

Group-B (Part-08TH)

DETAILED TENDER SPECIFICATIONS FOR PLASMA EXTRACTOR (ELECTRONIC TYPE) = 01No.

01. 02. 03.

Should be able to extract plasma free from red cell contamination. Should have an opto electronic sensor. Should automatically active the clamp the instant it detects the presence of red cell in its path during the process of transfer of plasma from a donor bag to the transfer bag. Should have a compression plate designed to exert uniform gentle pressure on the donor bag minimizing the chance of rapture of the bag. Should have a powder coated material with-stands wear and tear, and corrosion owing to continuous use year after year. Should have a power supply of 24 V DC and 230 V AC. Should have an auto operation system. Should have an infrared sensor. Should have a solenoid activated clamping. Should have a visual red indicator and audio beep which indicates end of plasma separation. Should have an indicator for auto mode. Should have a weight scale interface. The Equipment should be US FDA/ European CE approved.

04.

05.

06. 07. 08. 09. 10. 11. 12. 13.

Chief of Materials Management SKIMS SIMS 324 NIT -03- Imports/2011

Group-C (Part-1ST )

01 No.

Detailed Specifications for Video Endosonography Equipment for Dept of Gastroenterology 01. 02. 03. 04. 05. Should be the latest generation with full system containing 3600, electronic, radial-array ultrasound transducer and linear-array, ultrasound transducer (one each) The ultrasound processor and endoscopic processor should be for both endoscopes High quality endoscopic images Facilities for storing, retrieving, transmitting System should have Hard disk to store images and Dynamic clips, should have the facility of performing calculations and compounding on stored images. System should also inbuilt CD/DVD writer with DICOM writing facility. Compatible Color laser printer shall be supplied. Suitable UPS with capacity for half an hour back up to support all functions for the equipment to be proved with the system. Unit should be housed on a mobile integrated trolley. Features of Radial-array video endosonography equipment a. Should have transducer with with 3600 imaging. b. The outer diameter of the insertion tube should not be more than 12 mm. c. The channel diameter should be more than 2 mm. d. The ultrasound frequency range should be of 5, 7.5, 10 MHz ultrasound frequencies. e. It should have wide scanning angle of 1400 or more f. Standard accessories should be available. Features of Linear-array video endosonography equipment a. The outer diameter of the insertion tube should not be more than 13 mm. b. The channel diameter should be 3.5 mm or more c. The ultrasound frequency range should be of 5, 7.5, 10 MHz ultrasound frequencies. d. It should have facility for EUS guided FNA. e. It should have wide scanning angle of at least 1000 or more f. It should have tip deflection of ~120o up-down & Rt.-left ~120 g. It should have an elevator mechanism. It should have facility for Color flow and power Doppler. Optional items (Endo-ultrasound accessories) a. EUS Balloons - 2 packets b. Endoscopic Ultrasound Aspiration needles 220 5 c. Endoscopic Ultrasound Biopsy needles 190 - 5 d. Endoscopic Ultrasound celiac plexus Neurolysis needles - 5 e. Endoscopic ultrasound accessory for guided pseudocyst drainage including guide wire, guide catheter and pusher - 2 f. Xenon Bulb - 1 The system should be compatible with 220-240 voltage AC power Training for two doctors and two technicians. The Equipment should be US FDA/ European CE approved. Quote price of 100 balloons.

06. 07. 08. 09.

10.

11. 12.

17. 18. 19. 20.

Chief of Materials Management SKIMS SIMS 324 NIT- 03- Imports/2011

Group-C (Part-2nd ) Detailed tender specification for Pediatric Video Endoscopy System= 01 NO. Upper GI Endoscope (pediatric)= The outer diameter = The diameter of Instrument Channel= Should be the latest model available with the manufacturer. Capable of high resolution image. Four way angulation Colonoscope (pediatric).= The outer diameter = The diameter of Instrument Channel= Four way angulation. Should be the latest model available with the manufacturer. Capable of high resolution image. Duodenoscope(Pediatric).= The outer diameter = The diameter of Instrument Channel= Four way angulation Should be the latest model available with the manufacturer. Capable of high resolution image. ACCESSORIES: LIGHT SOURCE:1 No Compatible Xenon 300 W Light source with one spare xenon bulb. MONITOR:3 Nos Medical graded high resolution 17 inches or more flat screen color monitor with high resolution picture tube (full high definition). Compatible Digital color Video processor with latest technology and with all its accessories. Capable of High Resolution full Screen Large Format Images. Patient data entry system. Compatible hardware & software for still and live recording and report generation. Compatible laptop computer system with latest configuration, compatible software and an external hard drive of 1- terabyte or more capacity for data backup, and compatible photo quality color laser printer for reporting. DICOM compatible. TROLLEY: 1 No Indian Model Trolleys Quote all available models including the latest ones. The Equipment should be US FDA/ European CE approved. 2 Nos 7 mm or less 2.0 mm. or more.

1 No 11.5 mm or less 2.5 mm or more

1 No 10 mm or less 2.0 mm -3.0mm

Chief of Materials Management SKIMS SIMS 324 NIT-03- Imports/2011

Detailed specification of Standard Video GI Endoscope


UPPER GI ENDOSCOPE The outer diameter The diameter of instrument channel Should be the latest model available with the manufacturer. Capable of high resolution image. COLONOSCOPE The outer diameter The diameter of instrument channel The length of the scope

Group C part 3rd 03 Nos 9-10mm 2.8mm or more

02 NOS 12-13 mm 3.5mm or more 1650-1700mm

DUODONOSCOPE 01No Biopsy channel 4.2mm or more Apart from other standard accessories each above mentioned cope should be provided with 2 biopsy forceps and 2 brushes. ACCESSORIES: LIGHT SOURCE: Compatible Xenon 300 V light source with one spare xenon bulb.

02Nos

MONITOR: 02Nos Medical graded high resolution 17 inches or more flat screen color monitor with high resolution picture tube. Compatible Digital color Video processor with latest technology and with all its accessories Capable of High Resolution full screen large format images. Patient date entry system. Compatible hardware and software for still and live recording and report generation. Compatible laptop computer system with latest configuration, compatible software and an external hard drive of 1-terabyte or more capacity for date backup, and compatible photo quality color laser printer for reporting. DICOM compatible. TROLLEY: Indian made trolleys. Quote all available models including the latest ones including high resolution. The equipment should be US FDA/ European CE approved. 02Nos

Chief of Materials Management. No. SIMS-324-NIT-03-Imports-2011-

Group C (Part 4th ) Detailed specification of Black & White Portable Ultrasound: (03 No. s)

Latest state of art hand carried fully digital machine capable of doing whole body multipurpose scanning for the department of Endocrinology, Gastroenterology and Radio diagnosis. The unit should have: Keyboard: Full alphammeric keyboard having backlit control panel with:- Black / white conversion - Right / Left conversion. - Pre and post processing functions. - Adjustable dynamic range of over 100 db. - Zoom - Multiple image formats. Display Monitor: i. High resolutions LCD monitor not less than 12" or 30cm size. ii. Traveling case Software / system configuration: a) Wide depth range of 24cms or more. b) System offered should have following modes of display:- B, BIB, B/M, D and B, split B c) System should be overall user friendly. e) Soft touch keys f) Large image storage facility-specify g) System should have cine loop memory of >250 frames in B-mode with functions like store scroll, review etc. h) Suitable UPS of at least 30 min back up. Documentation: On board thermal printer required. Additional documentation may be required -specify Multiple in built report formats. Probes: a. Three multi frequency electronic convex probe with at least three selectable frequencies between 2.5MHz t05MHz. b. Three linear probe with multiple frequencies (at least 3 switchable frequencies ). (7.5, 10, 12 MHz). c). Image storage capacity of at least 80GB hard disc. d). Battery: 2 sets Facility for more than 1 hour continuous scanning. e). Height adjustable trolley.

1)

2)

3)

4)

5)

The Equipment should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group "C" Detailed tender Specifications for Black & White Ultrasound S .No Nomenclature Ultrasound system Scan Method

Part 5th.

Quantity (02 (No.s) Trolley mounted Gray Scale ultrasound system system should support Convex, Linear and Sector Transducers Frame Rate At least 100 frames/see Monitor. Integrated at least 12inches high resolution monitor Selectable Dynamic Range At least 30 steps Scanning Mode A-Mode, B, M, B/M, 4B mode should be available Image Processing Edge enhancement persistence, post processing Frequency selection as standard. System should have standard Tissue Harmonic Imaging available in convex and linear transducers Zoom Should be available with real time, frozen images And including cine replay up to X 20 Post processing features. Following post processing should be possible on freeze and cine images I,e Zoom, gray maps and measurements, reports, pictograms, annotations Auto Annotations At least 50 annotations should be available Depth Up-to 24cms with 1 cm increment should be Possible. Integrated Work Station Should have minimum 200GB HDD internal built In memory and have integrated CD R/W for transferring images and reports DICOM Connectivity System DICOM 3 compatible, print and store Should be offered as standard Simultaneous probe connection Up-to two transducers should be connected Simultaneously. Measurements Complete package for Obst/Gynae, Urology, Surgery and small parts along-with reports for each should be available. Standard and safety Should be US FDA/ European CE approved equipment Standard Accessories. a. UPS for the system with min 5min/back up b. Black & white thermal printer c. Servo Stabilizer

Image Documentation and Software Interfacing 1. The unit should be DICOM-3 ready for networking to the hospital network and any PC. 2. Should have the facility to Archive images on CD R/W Dicom-2 Format. 3. Possible to print images on paper film. PROBES: * 2-5 MHZ Convex probes for abdominal examination (Two) * Linear Probe 5-13 MHZ frequencies (Two)

Chief of Materials Management SKIMS SIMS -324 NIT- 03- Imports/2011

Group-C Part 6th Detailed specification for Argon Plasma Coagulator (02 No.s)

Endo Cut System should have memory mode for its setting Parameters Should have Gas flow of 0.1 to 8 lit/min and adjustable Automatic fault recognition system Preferably facilities to communicate 2 cylinder at the same time With automatic changeover from one cylinder to another for uninterrupted use All necessary accessories including cables Gas APC probe along-with their cost Pressure Gauge manometer on the gas tank European CE/US FDA approved

Chief of Materials Management SKIMS SIMS 324 NIT- 03- Imports/2011

Group-D (Part-I) Detailed tender Specifications for IABP System: 02 Nos. 1. 2. Fast Pneumatics providing accurate and reliable ventricular support enhancing augmentation and improved after -load reduction. Arrhythmia Detection Software to recognize Arrhythmia and track it for optimal counter pulsation. Should also have a possibility of tracking atrial fibrillation preferably automatically. Single ECG Trigger to track various arrhythmias without any user intervention and still give optimal performance. Single key start up to make it fast, user friendly and easy to use On screen indication for Helium level & Battery level for timely intervention and correction. Large Detachable Display for brighter visibility from a distance in any lighting conditions. ECG inflation marker to indicate inflation period on ECG which can be useful when arterial pressure waveform is not available. On screen indication of standby time and should give alarm after 20 minutes, to draw user, attention on the system being on standby. System should be FDA approved. Should be manually adjustable for counter pulsation on Arterial wave form also. In built Memory for 8 hrs trend of Heart rate and homodynamic parameters including systolic, diastolic, mean and augmented blood pressures. Optical Blood back detector for early indication of blood coming into the balloon lumen due to balloon channel leak. Peripheral vascular Doppler for checking limb Ischemia. PCIABP software allows one to monitor the IABP from any remote location via a modem. Should be optional accessory. In-built comprehensive service Diagnostic to help the technician to locate the fault immediately. Should have capability to connect on the hospital network. Availability of after sale service mandatory.

3. 4. 5. 6. 7. 8. 9. 10. 11.

12. 13. 14. 15. 16. 17.

The Equipment should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT- 03- Imports/2011

Group-D (Part-2nd) Detailed tender Specifications for Operating Loupes = 06 Nos.

01. 02. 03.

05. 06. 07. 08. 09. 10.

Binocular loupe on goggles for highest convenience to see most perfect stereoscopic without aberration. With fibre optic illumination or solid state illumination optionally. The high quality, coated optics to ensure high resolution and colour authenticity. 04. The angle of convergence of the light weight telescopic spectacles should be aligned independently of the inter-pupillary distance and allows the optimal adjustment. The flip up magnifying unit should enables spatial orientation during work pauses. The high performance double lens system should effect a homogenous field which should be adjustable in direction and size. Should have 2.5 to 3.5 magnification. Should be mounted on adjustable head band. Should have Splash protection Should be Light weight (upto 30 gms) The Equipment should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT- 03- Imports/2011

Group-D (Part-3rd )

01 No.

Detailed tender Specifications for Cell Saver-Autologous blood salvage system. 01. 02. 03. State of art model. Automatic bowl size identification technology. Different disposable bowl size for flexibility a. At least 2 different bowl sizes for adults: between 12S-2S0ml b. Pediatric bowl size less than 7Sml Dual bowl optic technology in the centrifuge for red cell detection. Should have an effluent line sensor to monitor washout performance. Should have a filter embedded RBC bag to eliminate the use of stand alone filter with filter size 40 um. Automatic, ma~1Ual and emergency operation mode Should have sequestration option At least 90% RBC recovery from the shed blood Washout not to be less than 90% Built-in automatic reservoir detector with weigher technology to directly track/measure shed blood volume. Clamp line sensor technology to monitor tubing pressure Cover with auto-locking & opening to protect disposable and bowl while in process. Pump rate remaining from 2Sml/min-l000ml/min Haemo Data software software-optional Able to connect to wall suction or independent suction technology with automatic regulation (Optional) . After sale service should be mandatory

04. 05. 06. 07. 08. 09. 10. 11. 12. 13. 14. 15. 16. 17.

The Equipment should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT- 03- Imports/2011

Group-D (Part-4th )

02 Nos.

Detailed tender Specifications of High Pressure Vaccum Suckers:

01. 02. 03. 04. 05. 06. 07. 08. 09. 10. 11. 12. 13. 14. 15. 16.

Should have Suction Mechanism oil immersed Should have high Suction Capacity. Should have Two 1500 CC bottles having Chrome Plated Metal Caps Should have Automatic Cut off preventing overflow. Should have Stainless steel top. Should have Regular Valve to control speed of suction Should be made for running continuously for many hours. Should Move on quality castors wheels. Should have Elegant cabinet. Should have Foot switch available as on optional extra. Should be Available also in stainless steel body. Should have a Pilot lamp indicator. Should have Noiseless operation. Filter should be provided to absorb moisture and water particles entering into the rotar. Additional Motor protection switch should be available there. Should be operable on 180-220 Volts, 50 Cycles, single Phase, A.C. After sale service is mandatory.

The Equipment should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT- 03- Imports/2011

Group-D (Part-5th ) Detailed tender specifications of Surgical Head Light System

04 Nos.

Lamp Should have inbuilt xenon gas lamp. Type Custom, Heavy Anode, 300 Watt Cermax Style Lumen Output 2000 Lumens Nominal through 3 mm glass rod. Lamp Replacement side access door should be present. Should have reflector with almost 100% efficiency. Should illuminate only operative field (adjustable) Should be light weight. Should be mounted on adjustable head band. Should fill all essential safety demands. After sale service is mandatory. Controls Main Power illuminated push Button Lamp on/off (standby) Momentary Membrane switch Electrical: Input Voltage 1 00-240V AC SO/60Hz universal. Lamp life should be > 500 hours. The Equipment should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT- 03- Imports/2011

Group-D (Part-6th ) Detailed Specifications for Diathermy System (Electro Surgical Cautry Unit)=02Nos.

01. 02. 03. 04. 05. 06. 07. 08. 09. 10. 11. 12. 13.

Should have Instant Response Technology. Should have 3 Bi-Polar mode of Precise, standard and Macro of maximum 70 Watt against 100 Ohm load. Should have separate monopolar and bipolar foot pedal. Should have individual digital display of power for Biploar, Monooplar cut and Monopolar Coagulation. Should have audio-visual alarm facility to indicate any breakage of direct conlad Patient and patient plate. Should have simultaneous coagulation activation facility included in the SPRAY mode also. Should have universal adapter for under water cutting. Should have capable of power setting and changing capabilities during activation. Should save maximum leakage frequency of <10 micro Amp. High frequency leakage of < 60 m A(rms). Should have digital output of single step increment. Should be FDA approved. Should be capable of being attached with smoker evacuator system to maintain the OT atmosphere from Biological hazards. After sale service is mandatory.

The Equipment should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT- 03- Imports/2011

Group-E (Part-1st )

Detailed tender specification of A Scan=01No.

Live A Scan Display Multiple examination modes Storage of multiple user profiles Multiple IOL Calculating formulas Clinical Accuracy approx + 0.1mm. Ultra high speed solid stat probe, light weight and above 3mm diameter probe with fixation light Consistent and operator independent measurements * Resolution * Measurement Range * Screen A Scan Tester Contact And immersion method Automatic, Semi automatic and manual mode Audible guidance to axial alignment Built in printer Warranty for repair and replacement Motorized Table Optional Soft touch probe Set of printing paper rolls Padded carrying case Data download and scan viewer software approx 0.06 approx. 18to 36mm Back lighted L

Chief of Materials Management SKIMS SIMS 324 NIT- 03- Imports/2011

Group-E

(Part-2nd )

Detailed tender Specifications of Operating Microscope

01 No.

Specifications Floor stand type 5 step magnification with magnification changes from 0.4-2.5 Objective lenses F=200/250 Fibre optic illumination Eye protection filter, day light filter, petal protection device Binocular tubes with interpupillary distance adjustable from 50mm to 80mm Wide field eye pieces 12.5x with adjusting range from 8D to 5D. Foot switch adjustment Motorized fine focussing Heat absorbing filters, cobalt, black and green filters Power supply 180-230 Accessories: Halogen bulbs, eye piece 12.2x Optional . Observer piece The Equipment should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT- 03- Imports/2011

Group-E (Part-3rd ) DETAILED SPECIFICATIONS OF DENTAL CHAIR AND ATTACHMENTS


(ELECTRICALLY OPERATED DENTAL CHAIR SPECIFICATIONS)

02 Nos.

1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14.

Electrically operated dental chair mount with hanging tubing. Electric chair with two fix programmes, zero and working position. Seamless seat upholstery and PU molded arm rest. Foot control and switches for all movements. Halogen light with two intensities. Single piece ceramic spittoon and cup filler with auto water system. New round shaped instrument tray and hanging straight tubing. X-ray viewer with while light. Glass holder for cotton waste on instrument tray. Pneumatic high and low suction salve ejector with moveable arm. Three way syringe with removable and autoclavable tip. 2 No. control for air-rotor. Dental stool (pneumatic) Electric supply 200-220v.

ATTACHMENT 15. 16. 17. 18. Super torque Air-rotor contra angle hand piece (global USA)/NS K Japan) with diamond burs. Micromotor with straight and contra angle hard piece (NSK) with diamond burs. Ultrasonic scalar with 5 tips WOODPECKER PIEZOELECTRIC. Oil-free Air compressor with 1200-1500 RPM, 230v/50 Hz (Noise free).

Chief of Materials Management SKIMS SIMS 324 NIT- 03- Imports/2011

Group-E (Part-4th)

Detailed tender Specification for Slit Lamp

01 No.

Galilean converging binocular stereo microscope Five step magnification Field of vision diameter: approx 45mm, 28mm, l8mm, 11 mm, 7mm. Dioptr adjustment range +/- 5 dioptre Cross slide base Longitudinal coarse movement approx 110mm Lateral coarse movement approx 110mm Horizontal fine movement approx 15mm Vertical movement approx 30mm Slit width approx 0 to 12mm continuous Variable Slit length approx 1 to 14mm continuous variable Aperture diaphragms 14,8,5,3,0.3 Filters HA(heat absorbing), G (red free ),B(excitation) Lamp 12V, 30W halogen bulb Chin rest Fixation light Vertical movement Applanation tonometer attached. Motorised Table The Equipment should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT-03- Imports/2011

Group-E (Part-5th)

Detailed Tender Specifications of Hot Air Oven

01 No.

Size: 24 inches X 24inchesX24inches inside Maximum temperature range: Ambient to 250 degree C Sensitive hydraulic thermostat of digital indicator and controller Triple body design Mesh shelves Runs 230 volt AC supply

Chief of Materials Management SKIMS SIMS 324 NIT-03- Imports/2011

Group-E (Part-6th ) 01 No.

Detailed specification of Dental X-ray Machine (100 MA)

1.

Dental X-ray unit wheel mount with Generator multiple (120 k Hz or more) Tube voltage 60-90 kv Tube current 3-16 mA Effective exposure time less than 10 sec.

Optional -

Voltage stabilizer- 2 kV (170-230volts)

The Equipment should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT -03-Imports/2011

(Group-E (Part-7th)

Detailed specifications of Formalin Chamber

01 No.

Light weight and Transparent Corrosion Proof Acrylic body with acrylic trays 2-3 Sliding trays Large size Optional Supplied with formalin Tablets

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-E (Part-8th)

01 No.

Detailed tender specifications of Autorefractometer with Keratometer: Objective Refractometer Mode Sphere:- 25 to +22D in 0~25D step (0.12D step available) Cylinder: 0 to 8D in step 0.25D (0.12D step available) Axis: 1 to 180 in 1 step (5 step available) Minimal Pupil Diameter: 2.0mm Method of Relaxation: Automatic Fogging Charts for Objective Testing: Picture Corneal Curvature Mode Corneal Curvature Radius: 5.00mm ~ 10.00mm, in 0.01mm step Corneal Refraction: 67.5D 33.75D Refraction Index: 1.3375 Corneal Astigmatism: OD~ +/- 10D Corneal Astigmatism Axial Angle: 1 ~ 180 , 1 step Measuring Area: 3mm with 7.7mm radius Other General Specifications PD Measurement Range: 85mm max. in 1 mm step Measuring Start: Auto Alignment / Auto Start / Manual Mode Corneal Diameter Measurement: Yes Pupil Diameter: Range: 2~ 13mm / Step: 0.25mm Measurement Recording: Built-in printer (up to 10 measurements of each eye) Alignment: Screen Display Vertex Distance: 0, 12.0 and 13.75mm (selectable) IOL: Special IOL switch to adjust to circumstances of IOL wearers Power Supply: 100, 120,220, 240V Motorised Table

Chief of Materials Management SKIMS SIMS 324 NIT-03- Imports/2011

Group-E (Part 9th)

Detailed tender specification of Semi-automated Biochemistry Analyzer

S. No. Nomenclature 01. Semi Automatic Chemistry Analyzer of following specifications Suitable for End point, Kinetic, fixed time and other routine reactions. Should have minimum follow cell volume. Minimum reagent volume requirement. With Digital/ LCD display. Three level temperature control. Should have sampler reagent sipper. Should have other routine features.

Quantity 01 No.

Chief of Materials Management SKIMS SIMS 324 NIT -03-Imports/2011

Group (E) Part 10th DEATILED TENDER SPECIFICATIONS OF HEMATOLOGY ANLAYZERS 01. Fully Automatic Hematology Analyzer (3-Part Differential) of following specifications; Essential A/ Parameters 02Nos

;- WBC; RBC; HGB; HCT; MCV; MCH; MCHC; PL T; L YMP%; MXD%; NEUTRO% LYMP#; MXD#; NEUTRO#, RDW-SD PDW; MPV;P-LCR

B/ Throughput C/ Sample volume D/ precision E/ Data Storage

A least 50-60 samples per hour Minimum 100ul Between 1-6%for all parameters Minimum of 100 patient data

Desirable A/ Local Area Network - LAN Interactive B/ Interface-able with data management PC and Separate Printer C/ Quote price of machine and consumables in separate sealed envelope. D/ Quote price all reagents /consumables required (including for maintenance) for volume of 100 tests. E/ Consumption per 24 hours 100-150 tests. F/ In case it is ascertained that quoted cost is less than actual cost incurred, the tender will be liable for rejection. The Equipment should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT -03-Imports/2011

Group-F (Part-1st ) Detailed tender specification for Double Surface Phototherapy Unit=10Nos

1. 2. 3.

4. 5. 6. 7. 8. 9. 10. 11. 12.

Should be LED phototherapy unit used for clinical management of neonatal hyperbillurubinemia. It should be two way phototherapy unit i.e one phototherapy lamp should be from top and other from below (both overhead and undersurface). There should be option to use either of the lamps. In other words, whenever only overhead exposure is desired, the attending health care provider may have option to operate only the overhead lamp and not the lamp below the bed and vice versa. Each lamp unit should be provided with 6 tubes emitting blue radiation between 430-480 nm wavelengths. Time totalizer electronic. One each side of the panel of overhead tubes, day light tube should be provided to facilitate observation of baby and for performing practical procedures whenever required. It should have height adjustment facility. It should allow easy swiveling of box to allow positioning of portable x-ray machine. The units should be mounted on baby bassinet for keeping babies. At the baby's surface, the exposure should be 4-6 u W/cm Inm. Bassinet and the unit should be mobile on wheels. Bassinet should be have transparent cabinets with two collapsible walls.

SYSTEM CONFIGURATION ACCESSORIES, SPARES AND CONSUMABLES. 1. All consumables required for installation and standardization of system to be given free of cost. 2. 3. 25 tube lights should be supplied along with each unit. Phototherapy eye pads 100 each for preterm and term babies to be provided free.

POWER SUPPLY 1. Power input to be 220-240V fitted with Indian plug. STANDARDS, SAFETY AND TRAINING. 1. Should be US FDA/ European CE approved product. 2. Shall certify to be meeting Electrical safety requirements. 3. Manufacturer/ supplier should have ISO certification for quality standards.

Chief of Materials Management SKIMS SIMS 324 NIT -03-Imports/2011

Group-G (Part-I)

01 No.

Detailed tender specification for Cavitron Ultrasonic Surgical Aspirator (CUSA):

01.

Ultrasonic system

Both low frequency (23-24 KHZ) and high frequency (35- 36 KHZ)

02.

Inbuilt irrigation system (C-axial delivery system)

Accessories: Multiple straight and angled hand pieces . Multiple sized tips including both straight and curved extenders easily sterlizable. 04. 05. 06. 07. The single use disposable ( if any ) should be easily in the market. Service should be provided by the company. It should approved by US FDA and European or CE. Ultrasonic bone curette (Sabertip).

Chief of Materials Management SKIMS SIMS 324 NIT -03-Imports/2011

Group-G (Part-2nd )

Detailed Tender specification for operative Neuro-Endoscope=01No. It should be a rigid endoscope There should be a rod lens system in it. There should be 4 channels viz optic channel working channel, irrigation channel and overflow channel. Varying degrees of lenses i.e., 0, 30,45,7. should be provided Accessories like manopolar / bipolar Cautery electrodes, microscissors, biopsy forceps, etc should also be part of the system An inbuilt high definition recording camera, LCD display screen, light source should also be provided. Endoscope holders which can be attached to the O.T table should be provided. Storage rack for the instruments has to be provided Should have a foot controlled irrigation system which can be activated when the lens becomes dirty. The company should provide service whenever required. The company should be approved by USFDA European or CEA approved.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-G (Part-3rd )

01 No.

Detailed Tender specifications for Stereotatic frame

The frame should be light weight Frame should be CT/MRI compatible. Shall be based on Cartesian coordinate and centre of the arc system. The frame fixation to the head should be achievable by fixation posts and self tapping screws. There should be a variety of exchangeable posts and screws. Frame should get fixed to the operating table Biopsy needles, forceps, suction devices etc. should be part of the system. The frame should be able to guide the endoscope stereotactically i.e it should be compatible with endoscope also. The company should be able to provide the service whenever required. The company should be approved by USFDA/ European CE.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-G (Part 4th )


Detailed tender Specification for DRILL SYSTEM of Neurosurgery Department a. Pneumatic (1) rpm> 70,000 b. Electric (1) rpm> 70,000 Torque of motor should be >3.0 Foot control should be shielded Automatic lubrication Irrigation system should be available Console to allow settings to be done easily. Quick release and lock system for attachments. Compatible with endoscopic surgery Approved by USFDA/ European CE. Attachments Craniotome a. Adult b. Pediatric c. Large size Attachment should be having Dura guard and should be lockable Straight and angled attachment (1 each for both Pneumatic and electric) Straight wide bore Straight narrow bore Angled wide bore Angled narrow bore Sizes are 6-8cm; 9-11cm; 13-15cm. Metal Cutter Reciprocating saw system- standard size and mini size. Attachment for cranial perforator Irrigation system Compatible with the drill Attachment for disc shaver Two Gas cylinders for pneumatic drill system. Attachment for K-wire chuck Attachment for laminectomy Sterilization tray. Attachment for minimal access/ endoscopic equipment (both cranial and spinal) All attachments should be provided separate for pneumatic & electric drills. Burrs to be provided Qty Rosen 2-2.5mm 3-3.5mm 6 for each drill system Diamond Fine 1mm 1.4-2mm 2.2-2.6mm 6 for each drill system Coarse 2-2.5mm 3-3.5mm 3 for each drill system Acorn burr 5-6mm 6 for each drill system Cone burr 3.5-4.5 6 for each drill system Craniotome cutter 12 for each drill system Fluted burr 1.8mm, 2.3mm 6 for each drill system Match stick burr Fluted (ball) 5mm, 3mm 6 for each drill system Diamond (ball) 5mm, 3mm 6 for each drill system Should be approved by USFDA/ European CE. Chief of Materials Management SKIMS No. SIMS-324-NIT-03-Imports-2011Motors:

Group-H (Part-1st ) 01 No.

Detailed tender specifications of Microarray Analyser

Microarrays that can be used to detect DNA as in comparative genomic hybridization, or detect RNA; most commonly as cDNA after reverse transcription that mayor may not be translated into proteins Use in Gene expression profiling; detect" single nucleotide polymorph isms (SNPs), or to genotype or resequence mutant genomes. Should include high resolution scanner including autofocus, autoloader. Should be able to detect a multitude of dyes with laser of high intensity. Compatible software to analyse the data.
The equipment should be approved by USFDA/ European CE.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-H (Part-2nd ) 03 Nos. Detailed tender specifications for SPECTROPHOTOMETER Sleek &compact design, for DNA/RNA/Protein/Kinetic analysis. microprocessor controlled Double beam spectrophotometer with scanning. kinetic and multi wave length facility, Self check & self diagnostic facility and Auto wavelength calibration facility System should provide for analysis of Protein. DNA / RNA & Enzyme kinetics etc. Wavelength Range 190-900 nm Wavelength Accuracy 1 nm Bandwidth < 2.0nm Photometric Accuracy + 0.005A at 1A Pho1ometric Reproducibility + 0.002A at 1A Absorbance Range -3.000 to 3.000 Light Source Deuterium (02) & Tungsten (W) Halogen lamp Dual Detector Photo Diode/Photo Multiplier Detection Mode %, Transmission & Absorbance Peltier heating for kinetic reactions RS 232 interface with Advance version of compatible computer & printer
The equipment should be approved by USFDA/ European CE.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-H (Part-3rd ) Detailed tender specifications for Non-Refrigerated Centrifuge (Table top) (01 No.) Versatile with compact design. Brushless induction motor, Digital display of speed and time. Lid lock facility Max. speed upto 5000RPM Swing out Rotor to accommodate 64x 15ml tubes.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-H (Part-4th ) 01 No.

Detailed tender specifications for CARBON DIOXIDE INCUBATORS (AIR JACKETED)

Microprocessor controlled Temp. & CO2 concentration, Medium size(6.2 cu.ft capacity) LED display scans between actual temps. & % CO2 level. Temp. Adjustable heated door, Stainless steel interior with coat painted and stainless steel exterior. Optional In-built Sterilization facilities

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-H (Part-5th ) 01 No.

Detailed tender specifications for Refrigerator (400L)

Should be CFC free, with defrost system Odorless and adjustable shelves, made up of polypropylene or polycarbonate. Capacity of 400L with a separate freezer compartment with separate door

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-H (Part-6th ) 01 No. Detailed tender specifications of SPIROMETER

Compact, Portable Spirometer capable of doing following measurements; Forced Vital Capacity: FVC, FEV1, FEV1/FVC, FE 25-75% PEFR, FIVC, FEV.5, FEV3, FEV6, FEF 75-85 %, FEF 25%, FEF 50%, FEF 75%, Slow Vital Capacity: SVC, ERV, IRV, VE, Ti, Te, VT, VT/Ti, IC Maximum Voluntary Ventilation: MVV, MRf, MVT LCD Display for Graphs and Measurement values. Real time display of Graphs. Facility for Patient information like Name, Age, Weight, Date should be available. Built in Thermal Printer for printing of Graphs and Measurement values. Should have Soft Touch Key Pad with Alpha numeric and navigation keys. Facility to view Flow-Volume/ Volume-Time Graphs. Pre & Post Bronchodilation Test facility should be provided. Measurement values should have Predicted Values for FVC, FEV1, FEV3 and PEFR etc., The Actual values of the Subject, % Predicted and % improvement. Choice of Predicted Equations. The Graphs for Pre and Post medication should overlap and be in different. colours. Automatic Interpretation should be available. Unit must be Mains & Battery Operated Internal Memory for storing data of about 2500 patients. Facility to download stored data to PC. The equipment should also have provision of connectivity to a PC or Laptop to be used as a PC based Spirometer. The PC software should have facility to make a Trends Graph for a patient for Spirometry Tests done over a period of time to ascertain treatment results. Must have Flow range from - 10 to + 16 Liters/sec Max volume: 8 liters Overall Accuracy: Within :t1 % (using a standard 3 liter calibration syringe) Bi-directional Turbine Cartridge transducer. Infrared Interruption for Turbine Sensor. Volume Differential Flow Detection. Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-H (Part-7th )

Detailed tender specifications for Refrigerated centrifuge (Table top) 01 No.

Versatile with compact design. Brushless induction motor, Digital display of speed and time. Lid lock facility Temperature adjustable from -5c to 40c Stand by refrigeration. Speed, RCF values of >25,000 Spindled drive Fixed angle rotors, to accommodate 10ml/5ml/2ml/0.5ml tubes

Chief of Materials Management No: NIT-03-Imports 2011

Group-H (Part-8th ) 01 No.

Detailed tender specifications of Densitometer:

Easy to use, compact design Should offer fast- automatic scanning of many commonly used electrophoresis (EP) media. Should have pre-programmed parameters for at least 5-10 gels Large scan storage capacity Should have a large screen display Modes- Absorbance & Fluorescence.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-H (Part-9th )

Detailed tender specifications for Table top Microfuge:

01 No.

Versatile with compact design. Brushless induction motor, Digital display of speed and time. Lid lock facility Should have equivalent to or more than 10,000 RCF RPM should be equivalent to or more than 13,000. Lid should open automatically, to reduce handling time Acceleration time and braking time should not be more than 1 sec. Interactive rotors to accommodate 5ml/2ml/0.5ml/0.2ml tubes or microfuge tubes

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-H (Part-10th ) 04 Nos.

Detailed tender specifications of ELISA Reader & Microplate Washer as a single unit
Specifications of Elisa Reader: Easy to use function, compact design and on board software. Programmable with preferably shaking facility and internal thermal printer. Desirable a USB port for attaching an external printer / computer Measuring range should be 400-700 nm Should have minimum 5filters with wavelength ranging from 405-630nm. Linearity should be +/- 1 % from 0.2 to 2.5 00 Key board incorporated membrane numerical & functional Light source should be tungsten/ halogen. Should store data at least up to 40-50 assays. Specifications for Microplate Washer Compact design, software controlled. Programmable methods More than 50 (different in times & Volume of washing) liquid Residual Volume of wash solution--- Minimum Wash times 1-1 0 option times Should have either 8 channel or 12 channel Manifold washing procedure

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-H (Part-11th )

01 No.

Detailed tender specifications for Autoclave

Stainless steel body along with inner basket Should provide complete and efficient sterilization Should have steam at more than 15psi pressure. Automatic thermostat should create dry steam. Should be USA FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT -03Imports/2011.

Group-H

Part-12th )

02 Nos.

Detailed tender specifications for FULLY AUTOMATED CHEMILUMINESCENCE IMMUNOASSAY ANALYZER

Fully automatic Random access immunoassay system Throughput up to 50-100 tests per hour in batch or random access mode Time to first result 15 -20 minutes Assays on board 1 0-15 Onboard reagents capacity 10-15 Sample types ---Serum, plasma, urine, others Stat loading facility Sample capacity---at least up to 50 samples: continuous loading preferable. Sample volumeup to 50 ul Bar code facility preferable System interface facility. The final selection of system will be based on cost of consumables per 100 tests. In the event, the cost incurred on reagents is more than quoted cost by tenderer, the tender will be liable for rejection. Tender should quote cost of basic machines and consumables in separated sealed envelopes.

Chief of Materials Management SKIMS SIMS 324 NIT -03Imports/2011

Group-I (Part-1st ) DETAILED TENDER Specifications for Haemodialysis Chair 1. Description of Function 1.1 Haemodlalysis Chair is used for administrating dialysis to the patients comfortably. 2. Operational Requirements 2.1 Should be ergonomically designed and comfortable to the patient 2.2 Should allow the patient to rest in full sitting position and lying position. 3. Technical Specifications 3.1 Should have electronically controlled adjustments for back section leg section and height. 3.2 Should have a patient hand set with controls for all positions. 3:3 3.4 3.5 3.6 '3.7 Should have an option for manual operation of all controls. Armrest should fold to allow side entry of the patient. Head rest should be detachable 'and should have manual Trendelenburg facility. Seat cushion should be removable, made of proper density foam and should have a smooth surface for easy hygiene and cleaning. Frame should 'be made up of' corrosion free' galvanized steel with powder coating and ,should have four 150mm dia swiveling castor wheels of which the front two should be lockable Should be able to withstand a maximum load of 150 Kg. Should have facility for online weight measurement (optional). Dimension~(approx 5 cm): Width 63 cm x Length 195 cm( fully stretched)x Adjustable Height ( Min 56 cm; Max 78 cm from ground) Rubber buffers are to be provided Should have a detachable drip stand and a tray table.

14 Nos.

3.8 3.9 3.10 3.11 3.12

4. System Configuration Accessories, spares and consumables 4.1 System as specified 5 Environmental factors 5.1 The unit shall be capable of being stored continuously in ambient temperature of 0 -50 deg C and relative humidity of 15-90% 5.2 The unit shall be capable of operating continuously in ambient temperature of 10 -40 deg C and relative humidity of 15-90% 6. Power supply 6.1 Power input to be 220-240VAC, 50Hz.fitted with Indian plug 6.2 Voltage corrector /stabilizer of appropriate ratings meeting ISI Specifications. Input 160-260 V and output 220-240 V and 50 Hz). 7. Standards, Safety and Training 7.1 7.2 7.3 Should be US FDA/ European CE approved product Manufactures/Supplier should have ISO Certificate Quality Standard. All electrical actuators and mechanisms should be housed inside the structure making the product safer. Chief of Materials Management SKIMS NO SIMS 324 NIT-03-imports-2011-

Group-I (Part-2nd ) 01 No.

Detailed tender Specifications for Dialyzer Reprocessing System

1. Description of Function 1.1 Dialyzer reprocessors are systems which cleans the dialyzer for reuse and reduce overall dialysis expenses.

2. Operational Requirements 2.1 Should have fully automatic operation. In built dedicated software should operate without external computer. Should have connecthlity with other reprocessors or external computers, if needed. 2.2 4 station vacuum chamber venturi assembly up to 25 inches vacuum to run on RO reject water/ tap water or a positive pressure system. 2.3 Option of semiautomatic operation for customized cleaning. 3. Technical Specifications 3.1 Should be able to clean both high flux and low flux dialyzers and hemo diafilters. 3.2 . Should be safe for cellulose based and synthetic membranes. 3.3 Should be compatible with sterilants available in open market. 3.4 Should have LCD Screen and menu guided operations. 3.5 Should have 8-10 standard programs and facility of customized programs. 3.6 Water requirements - flow 3 liters / minute and pressure 35-50 psi. 3.7 It should have regulators, pressure gauges to monitor pressures. 3..8 It should perform leak test for dialyzers and assess fibre bundle volume. Should be US FDA/ European CE approved product.

Chief of Materials Management SKIMS SIMS 324 NIT-03- Imports/2011-

Group-I (Part-3rd ) 04 No Detailed tender Specifications for Bed weighing Scale

1 Description of Function 1.1 Bed weighing Scale is required to measure patient's weight by measuring the weight of the bed with and without patient. 2 Operational Requirements 2.1 Integrated mechanical lifters and equipment trolley. 3 Technical Specifications 3.1 Capacity: 300 Kg 3.2 Maximum Patient weight: 150 kg 3.3 Resolution: 100 gm up to 200 Kg 200 gm above 200 Kg 3.4 Can be fixed under patient bed 3.5 Digital display can be fixed on the bed as well as on the wall. 3.6 Scale works on mains as well as rechargeable battery 3.7 The previously determined weight of the weight is noted in the system and accurate weight of the patient is determined, 4 System Configuration Accessories, spares and consumables 4.1 System as specified 5 Environmental factors 5.1 Shall meet IEC-6060 1-1-2 : 200 I(Or Equivalent BIS) General Requirements of Safety for Electromagnetic Compatibility or should comply with 89/366/EEC; EMC-directive. 5.2 The unit shall be capable of being stored continuously in ambient temperature of 0 -50 deg C and relative humidity of 15-90% 5.3 The unit shall be capable of operating continuously in ambient temperature of 10 -40deg C and relative humidity of 15-90% 6 Power Supply 6.1 Normal Power 220-240 Volts AC 50 Hz with a suitable adopter or Battery Rechargeable 7 Standards, Safety and Training 7.1 Should be US FDA/ European CE approved product. 7.2 Manufacturer/Supplier should have ISO certification for quality standards. 7.3 Electrical safety conforms to standards for electrical safety IEC-60601-1 General Requirements 8 Documentation 8.1 User/Technical/Maintenance manuals to be supplied in English. 8.2 Certificate of calibration and inspection. 8.3 List of important spare parts and accessories with their part number and costing 8.4 . Log book with .instructions for daily, weekly, monthly and quarterly maintenance checklist. The job description of the hospital technician and company service engineer should be clearly spelt out. 8.5 List of Equipments available for providing calibration and routine maintenance Support as manufacturer documentation in service / technical manual.

Chief of Materials Management SKIMS SIMS 324 NIT -03-Imports/2011

Group-I (Part-4th ) 01 No. Detailed tender Specifications for Water Treatment System for Haemodialysis 1) Description of Function 1.1 Water Treatment system is required to produce pure water for dialysis 2) Operational Requirements 2.1 The system should be sufficient for online operation of 15-20 machines with pure water capacity of 1000-1200 liters per hour. 3) Technical Specifications 3.1 The system should comprise of pre treatment modules such as sand filter, activated carbon filter, water softener, 5 micron particulate filter and deionizer before the reverse osmosis unit and post R.O Bacterial Filters (1 micron) and UV light Disinfection for yielding high purity water. 3.2 All pre treatment modules should have programmable back wash and regeneration facility.
These stages should be designed to handle water flow of 1500-2000 liters/hour.

3.3

R.O. Unit should be compact in sleek cabinet, housing two R.O membranes of equal output connected in parallel for being used alternately every two- three hours by automated valves, a high pressure pump and bypass mechanism. The control unit should be microprocessor/ microcontroller controlled. A 5 micron filter should protect the membrane. 3.4 The entire unit should have adequate monitoring of input and output water conductivity, feed water pressure and rejection flow rate. 3.5 The system should have protection alarm against low feed water, high output Conductivity and high temperature of pump motor. 3.6 The system should include online water distribution to 15-20 machines in loop so that the unused water may be fed back to treatment unit, thus saving on water rejection. 3.7 The unit should have programmable and automatic rinsing/flushing facility, at regular intervals, when system is not in use, to prevent drying of filter media and R.O. Membrane. 3.8 The system should have programmable disinfection/ de-calcification facility using commonly available disinfection I decalcification chemicals. 3.9 The system should accept feed water with TDS upto 1500 mg/liter and hardness up to 1 dH with 0.5% rejection of TDS & hardness and 99% rejection of bacteria and endotoxins. 3.10 The unit should be designed for maximum saving of raw water, with efficiency of 60-70%. 3.11 The water distribution loop, booster pump and storage water tank should be made up of stainless steel. Storage water tank should have capacity of at least 5000 litres with water level controller, outlet valves and easy cleaning provisions. 4) System Configuration Accessories, spares and consumables 4.1 System as specified 4.2 The vendor should provide a system on a turnkey basis including all civil and electrical works including two booster pumps in parallel for providing water delivery. The vendor should inspect the site for this 'purpose. 4.3 The vendor should supply adequate filter cartridges, media or resins to last for at least 3 years. The vendor may visit the site and check the water quality. 4.4 The vendor should provide preventive maintenance which includes chemical checks, bacterial and pyrogen checks periodically during the warranty period. 5) Environmental factors 5.1 The unit shall be capable of being stored continuously in ambient temperature of 0 -5o deg C and relative humidity of 15-90% 5.2 The unit shall be capable of operating continuously in ambient temperature of 10 -40deg C and relative humidity of 15-90% 5.3 The unit shall be capable of operating continuously in ambient temperature of 10-40 deg C and relative humidity of 15-90%. Page 2nd

6) Power Supply 6.1 Normal power 220-240 volts AC 50 Hz with a suitable adaptor or Battery Rechargeable. 7) Standards, Safety and Training. 7.1 Should be US FDA/ European CE approved product. 7.2 7.3 Manufacturer/Supplier should have ISO certification for quality standards. Electrical safety conforms to standards for electrical safety IEC-60601-1 General Requirements.

8) Documentation 8.1 User / Technical / Maintenance manuals to be supplied in English. 8.2 8.3 8.4 Certificate of calibration and inspection. List of important spare parts and accessories with their part number and costing. Log Book with instructions for daily, weekly, monthly and quarterly maintenance checklist. The job description of the hospital technician and company service engineer should be clearly spelt out. List of Equipments available for providing calibration and routine maintenance support as per manufacturer documentation in service / technical manual.

8.5

Chief of Materials Management SKIMS SIMS 324 NIT-03- Imports/2011

Group-I (Part-5th )

01 No.

Detailed Specifications for Continuous Renal Replacement Therapy (CRRT) Machines 1. Description of Function 1.1 CRRT is indicated in any patient who meets criteria for Haemodialysis therapy but cannot tolerate intermittent dialysis due to hemodynamic instability. CRRT is better tolerated by hemodynamically unstable patients because fluid volume, electrolytes and pH are adjusted slowly and steadily over a 24 hour period rather than a 3 - 4 hour period. 2. Operational Requirements 2.1 Easy to handle and maintain. 2.2 Microprocessor/microcontroller controlled user interactive menu with operating and malfunction removal instructions on display screen 2.3. Should be light wei.9ht and portable with alloy wheels and brakes. 3. Technical Specifications 3.1 Four' pumps, one each for Blood, Dialysate, Replacement fluid and Effluent/filtrate. 3.2. Able to perform SCUF, CVVH, CWHD, CVVHDF & PLASMA EXCHANGE. 3.3 Clear toch screen TFT/ LCD Monitor. 3.4 Blood pump speed of appro 10-450 ml/min. 3:5 Close blood circuit to prevent air to blood interface. 3.6 Short preparation and priming program and ready to start treatment within 10-20 minutes. 3.8 Venous pressure range:(+)350 mmHg +/- SO mmHg. 3.9 Pre Filter Pressure: 50mmHg to -500 mmHg 3.10 Effluent Pressure: 350 mmHg+/: 50 mmHg 3.11 Programmable Substitution solution flow rate: 0-5000 mL/Hr 3.12 Dialysate Flow rate: 0-2500 ml/Hr. 3.13 Programmable Effluent Flow Rate :' 60-10000 ml/Hr 3.14 Integrated heparin pump with flow rate of 0.5 ml-S ml/Hr. Bolus facility range O.SmL-5mL. Bolus frequency immediate 1-24 hrs. 3.15 Capable of changing therapies. 3.16 Three weighing scales to control system with balancing .accuracy of less than 1 % of total turnover in normal conditions and weighing capacity of at least 0-20 kg. 3.17 Integrated, Fluid/Blood warmer for blood/ dialysate warming temp range app 3340 deg C( +/- 3 deg C) 3.18 Ultrasonic air bubble detector and Blood leak Detector. 3.19 Alarm in case of blood leak, air in line, pressure limit violation, empty dialysate/ replacement bag, full effluent bag and advisory alarms in case of excessive TMP and filter dotting. 3.20 Should have a 30 mt Battery back up including Heater and pumps. 3.21 Should have an Rs. 232 Port for Data transfer and interface. 4. 4.1 4.2 System Configuration Accessories, spares and consumables System as specified The system should be compatible with Universal Haemodialysis / Haemofiltration

Should be US FDA/ European CE approved. Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-I (Part-6th )

01 No.

Detailed Tender Specifications for Automatic PD Cycler


1. Description, of Function 1.1 Automatic peritoneal dialysis (PD) Cycler is a system whereby cyclically peritoneal dialysis is done a':1d is quite useful during sleeping hours. 2. Operational Requirements 2.1 Should be Compact in size and easily portable 3. Technical Specifications 3.1 Should have built in heater for warming the Fill solution at body temperature 3.2 Should be able to measure fluid flow and volume without the use of weighing Scales. 3.3 Deleted 3.4 Disposable set should have cassette and tubing lines pre loaded on an organizer for simplified set up. 3.5 Should be .simple to use. Machine should calculate automatically the number of cycles and Dwell time per cycle once the patient enters the total therapy time, total volume and fill volume. 3.6 Should, perform a self check before starting the treatment. 3.7 Should have built in Nurses Menu and Service Menu. 3.8 Should have a built in Therapy Log and Alarm Log for simplified troubleshooting. 3.9' In case of power failure the machine has a battery back up upto 2 hours for remembering the status of
the therapy and. it resumes from the cycle from where it was left.

3.10

Therapy Parameters Limits and Increments: l. Therapy volume: 200-65,000 ml( increments of 50 ml from 200 to 2000 ml, 100 ml from 2,000 to 5000 ml and 1000 ml from 5,000 to 65,000 ml 2. Therapy Time: 1.0 min to 48 hours in increments of 10 mnt. 3. Fill Volume: 100-3,000 ml In increments of 10 ml from 100 to 500 ml , 50 ml from 500-1,000 ml al)d 100 ml from 1,000 to 3,000 ml. 4. Last fill volume: 0 ml , 100 ml to 3,000 ml in increments of 10 ml from 100 to 500 ml , 50 ml from 500-1,000 ml and 100 ml from 1,00'0 to 3,000 ml. 3.11 Should be able to perform IPD also. 4 System Configuration Accessories, spares and consumables 4.1 System as specified 5. Environmental factors 5.1 Shall meet IEC-606Pl-1-2. :2001(Or Equivalent BIS) General Requirements of Safety for Electromagnetic Compatibility or should comply with 89/366/EEC; EMC-directive. 5.2 The unit shall be capable of being stored continuously in ambient temperature of 0 -50deg C and relative humidity of'15-90%. 5.3 The unit sha1I be capable of operating continuously in ambient temperature of 10 .40 deg C and relative humidity of 15-90%. 6. Power Supply 6. 1 Power input to be 220-240VAC, 50Hz fitted with India plug 7. Standards, safety and Training 7.1 Should be US FDA/ European CE approved product 7.2 Electrical safety conforms to standards for electrical safety IEC-60601 / IS

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-I, Part 7th Detailed tender Specifications of Dialysis Machines: 10 No.s

01. 02. 03. 04. 05. 06. 07. 08.

Acetate bicarbonate dialysis. Volumetric ultra filtration. Sod. & U.F. Profiling. Key board function keys with LCD colour display. Blood and Heparin pump. Pressure Monitoring alarms. Blood Leak & air bubble detection facility. Online clearance monitoring. Kt./v Urea Clearance.

09. 10.

Battery back up Disinfection & cleaning facility.

Should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-J (Part-1st ) 03 Nos.

TECHNICAL SPECIFICA TION FOR SPINE BOARD

Should be Light weight Must be CT and X-RAY lucent Should be made of Fiber Glass Should be supplied with five patient restraint to immobilize head, chest, torso, lower limb and foot. Must have separate multiple hand holds to provide more space for easy lifting of the stretcher. Must have separated multiple patients restraint points. Should have uniform and smooth edges for easy lifting Should have weight not more than 8 kg (approx.) Should have Weight bearing capacity 200 kg.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-J (Part-2nd ) 01 No.

Detailed tender specifications for Sphinctometer / Anal Tonometer.

Should be a hand held unit. Should be able to measure accurately ( 3 mm Hg ), tone and strength of voluntary contraction functions of Anosphincter in the range of 0 - 300 mm Hg. Should have the anal probe. Should have charging station in case of DC power supply. Should have two extra batteries in case of DC power supply. Should have PC interface cable and relevant software. Should be US FDA/ European CE approved. ADDITIONAL ITEM P.C. Desk top set ( latest configuration)

Chief of Materials Management SKIMS SIMS 324 NIT -03-Imports/2010

Group-J (Part-3rd )

01 No.

Detailed tender specifications for SURGICAL POSITIONING SYSTEM

Should consist of vacuum pad or gel pad capable of taking any shape as per positioning needs. Should be supplied with manual vacum pump in case of vacum pad Should provide quick stable and comfortable patient positioning during all kind of surgeries without forcing the patient into a strained position. Should mould firmly to shape of the patient body providing uniform support to all body parts and preventing pressure injuries. Should facilitate maneuvering patients arm and legs without needing to change position of the system. Should be radiolucent and easy to disinfect using common liquid disinfectants. Should be supplied complete with pads in 7 different shape and sizes: 1. U shape for head immobilization and neck support. 2. T -shape with flaps for back support. 3. Small, with V-shape cut out for thyroid position. 4. Medium, with V-shape cutout for kidney position. 5. Large, with V-shape cutout for frog leg position. 6. Extra-large, with U-shape cutout for Lateral position and shoulder access. 7. Large rectangle for full body support. Should be US FDA/ CE European approved.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011.

Detailed Tender Specification of Laparoscopy System with Hand Instruments and accessories attached to supply Group J PART-A S.No. Nomenclature. 01. Laparoscopic System a. 10mm, 0. degree Laparoscope Light in weight and long working length, autoclavable. b. 10mm 30deg Laparoscope Wide field of view Light in weight and long working length autoclavable. c. 5mm 30 degree laparoscope. 5 mm 0 degree Light in weight and long working length autoclavable d. 3 mm 0 or 30 degree for pediatric patients Instrument trays for telescopes. 02. Quantity Part 4th

7 Nos.

3 Nos. 7 Nos.

1 No. 7 Nos.

HIGH DEFINITION 3-CHIP CAMERA SYSTEM Autoclavable with at least two peripheral control on camera -07 Nos. (Latest model also)

INSUFFLATOR 30 liter or more high flow insufflators with facility to deliver preheated CO2 (even for pediatric patients alongwith silcon tubings including - 7 Nos. (one with pediatric flow) CO2 pin type and Hose, Silicon tubing Silicon tubing (Quote price separately also)

14 Nos.

Light Source 07 Nos Xenon or higher version Stand By Mode 07 Nos. Two extra bulb for each light source for reach (Quote price separately also) Fiber Optic Cable Autoclavable Fiber Optic Cables High Resolution Color Monitor a) 26 "Flat Panel Monitor High Definition with color depth and, Enhancement dictated by minimally invasive procedures. Should have at least Following inputs. S VEDIO. Suction/Irrigation pump Surgipump console 220 volts with Infusion rate rate at least 0-1800ml/min Hand control Re-usable Tubing set (Sterlizable) Compatible with pump (Quote price separately also). 14 14

09

07

Page 2nd

The above items should be US FDA or CE mark approved Locally made items: Suction bottle 5 litre Suction bottle 1.5 litre Bottle caps for suction bottle 51 &1.5 1 (sterlizable) Bottle stand holder Bottle stands, for suction bottles Accessories for Maintenance and cleaning MOBILE VIDEO CART (locally supplied) which will accommodate at least all above equipment 7 Nos Video and Data Documentation System for High Definition DVD Recording - 7 Nos. (Lap top computer with latest configuration DCOM compatable soft ware for documentation and editing and laser printer.)

Page 3rd PART -B LIST OF HAND INSTRUMENTS FOR LAPROSCOPIC SURGERY S.No. Nomenclature 01. Trocar with canula with ~u1ti functional-automatic metallic following sizes. a. 5-5.5mm B. 10 11 c. 12mm d. 3 to 3.5 mm. 02. Sleeve Reducer 11/5mm Silicon Reducer 11/5mm Reducer 5/3 mm 03. Verrus needles 04. Reusable single port (3 to 4 holes) 05. Suction and irrigation cannula 5mm - 10mm 06. Aspiration needle 07. Dorsey Bowel Grasping atraumatic Forceps 5mm 08. Maryland forceps 09. Maryland ,forceps (short) 10. Grasping forceps(Johann) 22-30 mm jaw 11. atraumatic grasping forceps (multipurpose) 12. babcock tissue grasping forceps 13. Allis atraumatic tjissue grasping forceps 14. fixation forceps fenestrated medium sized 15. tube fixation forceps 16. Right angle dissector forceps 90 17. CBD forceps 18. Claw forceps 19. Biopsy forceps 20. Metzenbaum scissors 21. Hook scissors 22. Straight scissors 23. Dolphin nose 24. grasping forceps needle holder 25. Maryland dissecting Forceps 3 mm - (for Paed. Patients) 26. Metzenbaum curved scissors 3 mm (for Paed. Patients) 27. Bowel Gasping Forceps 3 mm (for Paed. Patients) 28. A Traumatic Forceps 3 mm - (for Paed. Patients) 29. Kelly dissecting and grasping forceps 3 mm (for Paed. Patients) 30. Right angled dissector 3mm 31. Curved needle holder 3 mm 32. KOH needle holder (Straight) 33. Cup forceps Stone removing 34 Clip Applicator with insert tip compatible with ETHICON assorted sizes LT400 (10 mm) LT 300, LT 200, LT 100 35. Clip Applicator .with insert tip compatible with ETHICON assorted sizes LT400 (5 mm) 36. Hemolok applicator . 37. Hemolok remover

reusable Valve of 70 35 20 10 20 50 10 42 04 28 04 14 20 42 04 18 28 20 20 20 12 06 15 21 28 08 14 06 12 04 04 04 04 04 04 04 04 12 05 20 each

5 each 6 3

Page 4th

38. 39. 40. 41. 42. 43. 44. 45 46. 47. 48. 49. 50. 51. 52.

Pad Retractors. Cushieiri liver retractor 5 mm Bipolar forceps 5mm ratatable tweezers standard Bipolar scissors rotatable Hook electrode L/J. shaped spatula electrode Endorack (long) for storage upto .18 instruments Monopolar cord Bipolar cords Port closure needles Morcellator Fan retractors 5 mm Myomectomy screw Illuminative anal dilator for Lap. colorectal surgery. Biopsy forceps 10 mm

4 3 36 18 36 36 7 28 14 14 3 10 2 2 5

Above instruments should be from USFDA / Europeon CE mark clearly mention the make of each instrument.

PART -C . Diathermy: USFDA European CE mark diathermy having at least monopolar /biopcilar made, cut/coagulation, spray mode. Endocut preferable . Patient plate. - Monopolar laparascopic lead (quote price separately) - Bioplar laparascopic lead. - Compatible with laparascopic instrument . - A, B and C each part should be tendered separately.

7 Nos. 28 14 .

Chief of Materials Management

NO SIMS 324 NIT-03-imports-2011

Group-K Part 1st Detailed tender specifications for Distillation Apparatus:

Triple Distillation Apparatus Glass (05Ltr. x 3)

Chief of Materials Management, SKIMS. SIMS-324-NIT-03-Imports-2011-

Group- K Detailed tender specification for BENCHTOP pH meter: 01 No.

Part 2nd

1. 2. 3. 4. 5. 6. 7. 8.

pH range mV range Resolution & Accuracy Temperature range Temp. Compensation Memory Recorder output Power Requirement

0.00 to 14.0 pH 199.9mV; 1999mV 0.1 mV & 0.2mV 0.0 to 100.00C Automatic/Manual (0.100 C) 30 to 50 sets Yes 9V AC/DC Adapter

Chief of Materials Management, SKIMS. SIMS-324-NIT-03-Imports-2011-

Group- K Part 3rd

Detailed tender specifications for water bath

Size 600x300x 175 mm with digital temperature display

Chief of Materials Management, SKIMS. SIMS-324-NIT-03-Imports-2011-

Group-K Part 4th

Detailed tender specifications for Minus 20C Deep Freezer (Vertical)


04 No.s

1. 2. 3. 4. 5. 6. 7.

Construction Capacity Temp. Range Shelves Compressor Temp. Display Alarm

stainless steel inside & outside 300 liters minus 20 C to minus 40 C 4 shelves 1 hp (Dual compressor system) Digital Audible with battery back up of 10 hours in case of power failure Upright (Vertical) Sturdy door locking system

8. 9.

Model Door Locking

The Equipment should be US FDA/ European CE approved.

Chief of Materials Management, SKIMS. SIMS-324-NIT-03-Imports-2011-

Group-K Part 5th Detailed tender specification for ESR Machine 01 No.
Mode Erythrocyte sedimentation rate fully automatic with internal mixing.

Chief of Materials Management, SKIMS. SIMS-324-NIT-03-Imports-2011-

Group-K Part-6th

Detailed tender specifications for 4-channel fully Automatic Coagulation Analyzer 01 No.
Mode: Principle: Fully Automatic Centrifugal Analysis Principle. 04 optic channels v) Mechanical clotting Assays vi) Optical Clotting Assays vii) Chromogenic Assays (Absorbance) viii) Immunoturbidimetric Assays. . Samples on board (minimum)100 walkaway capacity Reagents on board (minimum)40 positions refrigerated Cuvettes on board (minimum)500 Yes, emergency samples at any time in less < 15 minutes Quality control Yes (levy Jennings Charts) Patient data storage Minimum 1,00,000 results. Liquids (sample/reagent) sensor Yes Primary tube capability Optional External bar-Code reader Yes Internal bar-Code reader On board/yes Throughput PT /hour, Minimum 350 samples Throughput APTT / hour Minimum 300 samples Automatic downloading Yes Automatic validation Yes (Configurable criteria) Automatic uploading Yes Automatic printing on (Internal printer) Yes Automatic printing on external Printer Yes Network connectivity LAN interactive Cap piercing Yes Parameters Minimum 250 open parameters Reagent volume for factor Assays <- 40uI Precission in Analysis < 1 % (CV -PT), <2% (CV -APTT) Should have two probes for sample and reagent Equipment should be an open system. * * Supply of reagents for 3 months at the time of installation. Q.C. at the time of installation of equipment.

The Equipment should be US FDA/ European CE approved.

Chief of Materials Management, SKIMS. SIMS-324-NIT-03-Imports-2011-

Group-K Part-7th

Detailed tender specifications for Mixer / Shaker

Speed range Timer

: :

6-150 strokes/minute 20 - 120 min (10 min inclusive Or continuous) linear, 30mm stroke length

Motion

Maximum load

111bs/5 Kgs

Ambient operating range : +4 C to 70C Platform - 1 flat platform 30x30cms with nonslip rubber mat.

Chief of Materials Management, SKIMS. SIMS-324-NIT-03-Imports-2011-

Group-K Part-8th

Detailed tender specifications for


Fully Automatic 5 part Differential Hematology Analyzer with Retics (02 No.s) 1. 2. 3. Mode Fully Automatic Principle Flow cytometry method using semi-conductor Laser. Parameters minimum: 25 parameters. WEC, NE#, NE%, Ly#, Ly%, Mo#, Mo%, BA#, BA %, EO#, EO%, RBC, HGB, HCT, MCV, MCH, MCHC, RDW, MPV, Platelets, PDW, RETIC%, RETICS#, IRF, MRV. Linearity Range: WEC 0.0 to 400 x 1000 cells/ul RBC 0.0 to 8.00 x 1000000 cells/ul HGB 0.0 to 25g/ dl Plt 0.0 to 3000x 109 cells/ul Retics 0 to 30%. Throughput: (CBC+Diff+Retics) 100 samples/hour System should be equipped with in built autoloader having minimum 50 samples at one go with 5 samples mixing simultaneously. System to allow whole blood closed vial or predilution sampling mode. Sample Volume: * Max 200ul (manual mode) * Max 550ul (Automatic mode with Slide maker) Data base Capacity: 20,000 sets of results & graphics. Q. C. having 20 control files with 100 runs each. i) Flags for abnormal cell types and patterns. ii) Laboratory defined quantitative abnormalities and high/low range flags.

4.

5. 6. 7. 8.

9. 10. 11)

12. Results should be featured as CBC mode, CBC+ DIFF mode and CBC+DIFF+RETICS mode 13. Sample bar coding. 14. System should have minimum three histograms and one scatter gram. 15. System should give alarm for waste container full. 16. Precision for different parameters - 0.5% to 7.0%. 17. Should have facilities for automatic slide making & staining. 18. Should have heavy duty Laser Printer & 5KV UPS. 19. Network Capability: Should be LAN Interactive * Supply of reagents for six months with the equipment at the time of installation. * Quote price of machine and consumables in separate sealed envelopes. * Q.C. L/N/H for calibration of equipment at the time of installation. Quote cost of reagents required (including/maintenance)for volume of 200 tests per day for one year in sealed envelope In case it is ascertained that quoted cost is less than actual cost incurred, the tender will be liable for rejection. The equipment should be US FDA/European CE approved. Chief of Materials Management, SKIMS. SIMS-324-NIT-03-Imports-2011-

Group-K Part-9th Detailed tender specifications of Microscope (Binocular, Olympus (Japan)


Model cx -3 1 05 Nos.

Chief of Materials Management SKIMS SIMS 324 NIT-03- Imports/2011

Group K Part 10th

Detailed tender specification for Deep Freezer -80 degree C. Minus 80 C Deep Freezer (Vertical)
1. 2. 3. 4. 5. 6. Construction Capacity Temp. range Shelves Compressor Temp. Display stainless steel inside & outside 350 liters to 400 litres. minus 40 C to minus 80 C 4 casters built in for ease of shifting 1 hp (Dual compressor system) Digital

7.

Alarm

Audible with battery back up of 10 hours in case of power failure Upright (Vertical) Sturdy door locking system.

8. 9.

Model Door Locking

The equipment should be US FDA/European CE approved.

Chief of Materials Management, SKIMS. SIMS-324-NIT-03-Imports-2011-

Group-K Part-11th Detailed tender specifications for ELISA READER/SYSTEM 01. Elisa Reader with built in printer and digital interface. (01 No.)

S.No. 01.

Particulars Optical System

Minimum Specifications Digital light control 8-12 measurement channels including 1 reference. Single and dual wave length measurement wit facility for kinetic measurement 8s maximum measurement time Measurement Range 2.500 abs( 400-700 nm) Indication Range 0-2.999 abs Accuracy (0.000-1.000 abs)Plus/Minus 2% and Plus/Minus 0.005 abs Resolution 0.001 abs Grating/Inbuilt Filters: Narrow band interference Essential 405 450 492 and 620 Storage of immediately preceding measurement At least 15 user programmable tests permanently stored Time programmable between each measurement. Agitation Programmable before each reading. Plate shaking mode for sample mixing selectable speed and time) Flexible blank mode setting Difference Mode: Absorbance of each well in even numbered Adjustable for different micro plate geometries Halogen Lamp 20-40 W with prefailure warning 6 digit alphanumeric florescent display Membrance key board 3-8 standards in single or duplicate wells Dust proof enclosure 230V+/-I0V,50HZ AC single phase UPS for 30 min. backup with maintenance free batter Halogen Lamps x 2 Thermal print paper x 10 Dust cover

02.

Software

03.

Measurement modes

04.

Others

05. 06.

Supply Accessories

The equipment should be US FDA/European CE approved.

Chief of Materials Management, SKIMS. SIMS-324-NIT-03-Imports-2011-

GroupK Part 12th

DETAILED TENDER CENTRIFUGE=02Nos.

SPECIFICATION

OF

TABLE

TOP

SWING

HEAD

1. 2. 3. 4. 5. 6.

Model Type Head Mode Capacity RMP

R8C Table top Swing Digital 12 tubes Upto 6000

The equipment should be US FDA/European CE approved.

Chief of Materials Management

NO SIMS 324 NIT-03-imports-2011-

Group L Part 1st

DETAILED TENDER SPECIFICATION FOR CELL SEPARATOR I. It should be able to perform Mononuclear Cells, Therapeutic Plasma Exchange Cell Exchange protocols. 2. 3. 4. 5. 6. 7. The system should be Continuous Flow Cell Separator. The System should be Fully Automated operation, loading and priming. It should have Low extracorporeal volume not exceeding 200ml. It should Built in colour graphic touch screen for display of all vital parameters. The system should be colour coded disposables set for easy identification.

=01no. & Red

It should have built in safety features such as access and return pressure sensors, air bubble detectors. Upgradable for future protocols. It should have built in sealer. It should have Light weight and transportable. It should have Connectivity to Printer for data interface. It should have built ill automated interface monitor. The equipment should be US FDA / European CE approved.

8. 9. 10. I I. 12. 13.

Chief of Materials Management

NO SIMS 324 NIT-03-imports-2011

Group-L Part 2nd Detailed specification for Colour Doppler Ultra sound system for the department of Medical Oncology: 01 No. Latest State of Art high end color Doppler Ultrasound system 01No With full digital technology for whole body.

SYSTEM CONFIGURATION
Minimum of 15inches or more flat penal high resolution monitor with tilt and swivel facility.

An Alpha numeric key board with illuminated keys and status display System should have at least 3 ports and support at least 3 electronic transducers
simultaneously with universal ports with single electronic method for interchanging transducers

System should be DICOM 3.0 (or higher version) ready like send, receive, print record on CD/DVD. Capable of being interfaced with HIS/RIS/PACS Cine Loop facility both frame by frame and in cine mode with memory for at least 300 2D color images review Frame rate of 300 frames / sec or more Dynamic range 160dB or more Power color Angio Imaging Directional Color flowing 2-D Fusion Duplex, Triplex, Trapezoidal Imaging Notify number of channels Dynamic range 160dB or more An alpha numeric key board with illuminated keys and status display Penetration up-to 30cms Line density at least 512 lines Four selectable frequencies in each probe Should be field up-gradable to next generation system on site Modes; 2D M-more steerble PW/CW Doppler and high definition color flow with facility of picking up color flow automatically Complete package of abdominal exam. along with individual reports and permanent storage of reports for each case be available Should provide high quality automatic Doppler analysis. Automatic real time and retrospective tracing of Instantaneous peak velocity Vascular. Automatic real time of display. Time average mean velocity. Pulsatility index. Systolic/diastolic ratios Acceleration/Deceleration tunes Peak velocity Resistive index Peak Gradient Should be US FDA/ European CE approved.

Page 2nd DOCUMENTATION/IMAGE STORAGE/RECORDING AND PRINTING . 1. The unit should be DICOM 3 ready for networking to the hospital network and any PC 2. Should be possible to Archive images on CD R/W DICOM 3 format 3. Possible to print images on paper/film 4. User/service manual in English 5. Certificate of Calibration and inspection from factory 6. Log book with instructions for daily, weekly, monthly and quarterly maintained check list 7. Should have the image management facility with facility for direct storage of images and loops in optical disk drive and also thumbnail review to view and edit images, loops and also reports 8. Color laser printer (US FDA/ European CE approved) 9. System should have direct connectivity to color laser printer for printing images and reports 10. Specify image storage capacity of the disk ACCESSORIES Black and White thermal printer of latest model (with European CE or US FDA mark) On line UPS of appropriate rating with 30min back up DETAILS OF PROBES AND SOFTWARE PACKAGAES - Linear probe 5-17 MHZ frequency range for abdomen, Peripheral vascular studies etc - 2-5 Convex probe for abdominal examination.

Chief of Materials Management NO SIMS 324 NIT-03-imports-2011

Group-M (Part-1st )

Detailed tender specifications for Pulse Oximeter


1. 2. 3. 4. 5. 6. 7. Suitable for all types of patients --- Adults, Children and Infants with Finger probe and Ear probe. Display should be liquid crystal display (LCD) with illumination with screen size up to 5 x 15 Cm. or more Should display wave form (Pulse Plethysmograph). Should display numerical Sp02 and pulse rate. Sp02 range from 0-100%. Pulse rate range from 0-250 bpm. Audiovisual Alarm -- High/low Sp02 & Pulse rate. -- Low battery. -- Sensor off. Clear menu to adjust alarm limits and beep volume. Should have facility to switch off the alarm for a brief period (of 60 seconds). Cable length upto two meters. Battery back up (upto 2 hrs). Power supply 220-240 V with in built battery charging with an indicator. US FDA or European CE approved. List of spare parts, part number and cost. Demonstration is a must.

8. 9. 10. 11. 12. 13. 14. 15.

Chief of Materials Management SKIMS SIMS 324 NIT -03-Imports/2011

Group-N (Part-1st ) Detailed Specification for Resuscitation Trolley: 20 No.s

Easy manurability. Flat top. 6 smooth channeled drawers of various sizes. Provision to fix IV polls. Side baskets. Should be corrosion resistant. Should be easy to clean. Should have space to hold Emergency medicine. Should be supplied with resuscitation bags (Adults and Pediatric) manual suction pump of minimum 600ml capacity, Laryngoscope (one standard handle with four blades of sizes: 1, 2, 3 & 4) disposable endtracheal tubes of all sizes, disposable LMAs of all sizes, Orpharyngeal and Nasopharyngeal airway of all sizes. Should have space for keeping I/V bottles. Should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-N (Pat-2nd ) Detailed tender specifications for

ROUTINE DOSEMEY AND QUALITY CONTROL


S.No. 01. Name of the Equipment Therapy Level Dosimeters. Specification Quantity AC-DC operation Three Nos. Portable large LCD display, less warm-up time, compatible for all type chambers with quality and software, data print out and memory dose measurement in R, Rad, Gy, C, nC/min. Leakage, pol. Voltage. 0.6 cc Graphitic with measuring ranges for Xray, Electrons, Co, Cs. Six No. 0.6 cc Two Nos. each TNC to BNC to use with lonex-2500/3 36x35x35 cms without cahnmb3er hole with vert. horzt. Scale 35x35x35 cms without chamber hole with vert. horzt. Scale. For Q. A/Q. C of tele-therapy machines size 10x12 inch. Digital GM-type with X, beta, gamma Detectible automatic features, less Response time integrated and freeze Mode with memory, uSv/h, uR/h, mSv/h, mR/h, R/h ranges. Digital lionization type with X, beta, Gamma detectable automatic features, Less response time integrated and Free mode with memory, uSv/h, uR/h, mSv/h, mR/h, R/h ranges. Digital type with cps, cpm, uSv, mSv mR/hr with memory and swap test facility, less response time. Pan cake Type probe for different energies. Digital direct reading, less response Time, minimum measuring ranges of iSv/h, uR/h, mSv/h, mR/h, Rh. Beep type alarm with light indication, small pocket size. Two Nos. each Two Nos. each Two Nos. each 50 Nos. Per year Two Nos.

Chambers 02. 03. 04. 05. 06. 08.


Chamber repair kit for NE 2671 and NE2661 (propriety Ram)

Chamber Adaptor (Propriety item)

Water Phantom Water Phantom Therapy Level Films Protection Level Survey meter.

09.

Protection Level Survery meter.

Two Nos.

10.

Area Contamination Monitor

Six Nos.

11.

Pocket Dosimeters.

Six Nos.

12. 13.

Personel Radiation Alarm. Radiation Field Analyzer.

Five Nos.

3-D 50x50x50 cms with lift table and mobile One No. water tank and Allied accessories. Interface with Linear Accelerator, Cobalt machines and TPS systems.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-N- (Part-3rd) Detailed tender Specifications of Low Temperature Hydrogen Peroxide (H202) Gas Plasma Sterilizer.=02 Nos. System Specifications : 01) Sterilization process should involve Hydrogen Peroxide gas Plasma Technology 02) Should provide simple and fast sterilization of medical devices like flexible endoscopes, semi-rigid urethroscopes, heat and moisture sensitive instruments, operation theatre instruments etc. 03) Should have the sterilization temperature 40 oC - 50 oC 04) The cycle time should be less than 75 min. 05) The chamber capacity should be of90-120 Ltrs (usable volume) 06) The system should have microprocessor control. 07) The system should have pre-programmed cycles. 08 It should be able to document cycle with printout of the cycle parameters. 09) The system should be environment friendly and have no toxic by products or harmful residues 10) The system shall be installed in CSSD without the need for extra civil works. 11) The system should display whole process of sterilization automatically. 12) The system should be of a single door type. 13) The system should be able to run a three phase 20 A/415 V 14) The system should confirm to international safety and quality standards with proper certification of US FDA/European CE certified. Accessories: 01) Sealing Machine of standard quality One No. 02) A UPS of appropriate capacity of standard quality to run the System to complete one cycle. 05) Should have all essential accessories like Incubator, Validation kit, Instrument Trays, Endoscope Holders, Endoscope Bars. 06) Should have the consumables for at least 500 sterilization cycles: H202 Casselles/ Cartridge./ Bollies/ Capsules. Chemical Indicator Strips. Chemical Indicator Rolls. Biological Indicator. Wrapping material (Fyvek) 50 Kgs and Polypropylene 50 Kgs. 07). The supplier should provide the Physical Demonstration / Trainings before pre delivery of the machine at the place of installation outside the state.

Chief of Materials Management SKIMS SIMS 324 NIT -03-mports/2011.

Group O part 1st. Detailed tender Specifications for Extracorporeal Shock Wave Lithotripsy (ESWL)=01 NO. 1. 2. 3. Should be of latest generation, with latest Electro Magnetic technology for treatment of all types of urinary stones, and pancreatic and bile duct stones User friendly, applicable to adult and children Completely integrated system with C-arm Fluoroscopy and Ultrasound guided stone localization and targeting along with digital documentation and patient data management system is required. Under-table as well as over-table positioning of the shockwave head Central hand control Motorized therapy head allowing therapy from various orientations to be carried out with patients positioned comfortably on their backs. Electromagnetic Generator a. Guaranteed life span of2.0 million shocks b. Triggering: Manual, Automatic & ECG gating. c. Pulse Frequency: = 60 - 120 per minute (User Selectable) d. Penetration Depth>=130 mm Imaging System Fluoroscopy: a. Integrated C-arm Fluoroscopy with wwe high frequency generator and pulsed fluoroscopy, digital radiography and exposure. Motorized c-arm angulation a. kV Range: 40-110 kV b. mA Range: 0.2 - 8 mA c. Image Intensifier Size: 17 inches. d. Collimation: Motorized, Iris collimator. e. Post exposure image enhancement facility. Imaging System Ultrasound: a. High resolution ultrasound system b. Localization should be done through integrated Ultra-sound iso centric to the shock wave source with inlineloutline transducer for best image quality c. Transducer: 3.5 15 MHz Convex Sector d. Ultrasound system should be able to accept 6.0-7.5 MHz electronic biplane trans rectal probe. e. Coupling arm to integrate the ultrasound probe with shockwave generator. Patient Table System: a. Fluoroscopy compatible motorized patient Table with Vertical, Longitudinal and lateral movements. b. Facility for tilt and Trendelenburg. c. Patient load capacity of app 150 Kg. d. The table should be provided with accessories suitable for urological endoscopic procedures Patient Monitoring: Monitoring of ECG, respiration, Sp02 and non-invasive BP. Remote versatile Console unit with facility for: a. Controlling imaging, computerized stone localization, targeting and shockwave parameters b. Patient monitoring

4. 5. 6. 7. 8.

9.

10.

11.

12.

13. 14.

Page 2nd

15. 16. 17. 1. 2.

Digital Archive and Acquisition System based on MIS Windows, almost unlimited memory for case data storage, easy access to history records, printing capability and universal Should be US FDA/European CE approved product Comprehensive training for lab staff and support services till familiarity with the system. Also training for two gastroenterologists and urologists Should be upgradable Documentation a. User/Technical Maintenance manuals to be supplied in English. b. Certificate of calibration and inspection. c. List of Equipments available for providing calibration and routine Preventive. Maintenance Support as per manufacturer documentation in service/technical manual. d. List of important spares and accessories with their part number and costing. e. Log book with instructions for daily, weekly, monthly and quarterly maintenance checklist. f. The job description of the hospital technician and company service engineer should be clearly spelt out.

Chief of Materials Management SKIMS SIMS 324 NIT-03- Imports/2011

Group O Part 2nd. Detailed tender SPECIFICATION FOR HOLMIUM LASER SYSTEM =01NO The laser system should be extremely versatile and should be designed for following applications in urology: Should be able to Enucleate, Ablate and resect prostate in BPH Patients. Should be able to fragment calculi of any size in bladder ureter, or kidneys. Should be able to ablate bladder tumors, urethral and ureteral tumors. Should be able to treat invasive bladder tumors, condylomas and lesion of external genitalia. The system should have user-friendly touch screen control to change parameters. The system should have the facility to detect fiber size automatically. The system should have a compact design. The system should conform to international safety standards. The system should be US FDA/European CE approved TECHN'ICAL SPECIFICATIONS: It should be having a power output of 80-100 watts It should have automatic pulse duration of 500 micro seconds It should have energy per pulse rate of 2-3.5 ioules It should have repetition rate of - 5-50 Hz It should have a beaming aim of 2.5 mw at 650 mm, 3 intensity settings, constant, blinking modes. It should have a closed loop, self contained water to air exchanger cooling system Electrical requirement:= 230v lAC 50/60 HZ, single-phase power supply. It should have following accessories:550 Micron End-firing Reusable, Flexible fibre 365 end-firing Reusable, Flexible fibre 200 end-firing Reusable, Flexible fibre 550 Micron side -firing fibre for Ablation 550 Micron stripping and cleaning set 365 Micron stripping and cleaning set 200 Micron stripping and cleaning set Fibre inspections scope = 12 Nos. = 12 Nos. = 12 Nos. = 10 Nos. = 02 Nos. = 02 Nos. = 02 Nos. = 01 No.

Page 2nd Ceramic scissors Accessories bag Laser safety goggles Laser safety glasses. = 02 Nos. = 02 Nos. = 10 Nos. = 10 Nos.

Tissue morcellator for rapid Endoscopic removal of soft tissue with its complete accessories Continuous flow Laser cyst scope 21 to 23 F Laser resectoscope system with working element with sliding carriage for laser probe. It should consist of: a)-Working element, which can be used with Resectoscope sheath and ureterostomy 24 F/26F and can accommodate laser probes of Different sizes. b)-Resectoscope sheath with continuous flow Irrigation and suction24F/26F with obturator c)-Telescope forward-oblique 30 degree.

Chief of Materials Management SKIMS SIMS 324 NIT-03- Imports/2011

Group P Part Ist.

DETAILED TENDER SPECIFICATIION FOR REAL TIME PCR CYCLER=02Nos.

-High throughput Real time PCR system for Gene expression and quantification assays Should be 96 well real time PCR with or without interchangeable 384 well/block Excitation source should be tungston-halogen/Xenon/Laser with minimum 5 colour detection filters for multiplexing capabilities Flexible & open system for all available chemistries including SYBI~ Green. Taqman /Hydrolysis probe & Hybe probes . Detection is tllrough CCO/cooled CCD camera Should com' with prime~/probe designing software & all accessories including computer, colour printer & online UPS Only Licensed PCR should be quoted ( copy of PCR license should be enclosed) -The equipment should be US FDA/European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT -03-Imports/2011-

Group P Part 2nd.

Detailed tender specification for UV TRANS ILLUMINATOR=01 NO.

Multiple wave-length options Long life filters High efficiency reflector Hi / Lo Intensity Switch Fast Start-up -The equipment should be US FDA/European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT -03-Imports/2011-

Group P Part 3rd.

Detailed tender specification for MINI SPIN & VORTEXER=01NO.

Compact design Starts and slops in seconds Strip tube or standard tube rotor configurations deal for quick spin downs and micro filtration -The equipment should be US FDA/European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT -03-Imports/2011-

Group P Part 4th

Detailed tender specification for GEL DOCUMENTATION SYSTEM=01 NO.

+- 16 bit CCD Digital Camera with a super's resolution of:!: 8.0 Mega pixel TFT coloured monitor for Image viewing Light weight compact hood Should have a computer free use as well Should have Safety door switches Provision of flash card I flash card reader and Etl1idium bromide filter. Provision of image capture from agarose, fluorescent gel, autoradiography film and blotting membranes. Provision of direct connected to thermal printer or any other commercially available printers

-The equipment should be US FDA/European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT -03-Imports/2011-

Group-P Part 5th. Detailed Tender Specifications of Incubator

02 Nos.

1. 2. 3. 4. 5. 6. 7.

Microprocessor Based control. Temperature ranger 5 degree Celsius to 65 degree Celsius. Resolution of temperature 0.1 degree Celsius. Bright LED Display of temperature. Alarm signals. Inner diameter 30"x72"x24" (WxHxD) Should be US FDA/ European CE approved.

Chief of Materials Management

NO SIMS 324 NIT-03-Imports-2011-

Group P Part 6th Detailed tender specifications for ELECTROPHORESIS APPARATUS a.) GEL UNITS A ) HORIZONTAL Varied Gel dimensions & sample capacity Three tray options Low buffer volumes Multichannel pipette compatible combs for speed loading

B ) VERTICAL Injection moulded construction Compatible with all 8 x 10 and 10 x 10cm precast gels Rapid gel casting and loading Low buffer volumes Rapid set Lip cooling Run up to four gets b ) Power-puck Voltage output: 50-250 volts Digital display Multiple ports

Should be US FDA/ European CE approved.

Chief of Materials Management

NO SIMS 324 NIT-03-Imports-2011-

Group-Q Part-1st Detailed tender specifications for Therapeutic Video Bronchoscopy system . 01 Nos.

Light weight high resolution digital video-bronchoscope and fully immersible including the lens.

Specifications: Field of view Observation range Direction of view Insertion tube diameter Instrument Channel diameter Bending section angulations Working length

120 degrees 3 -100 mm forward 6.3 mm or less 2.8 mm or more. 180/120 degrees Up/Down or more 600 m m

Standard Accessories All Standard Accessories with TBNA needles (10)) Compatible with electrosurgical units, Laser, Cryo and APC. Compatible Digital color Video processor with latest technology and with all its accessones. Capable of High resolution full screen Large format images. System should have facility of NBI or FICE or I scan for detection of early bronchial cancer. Light source Compatible Xenon Light source with one spare xenon bulb. Patient data entry system Medical graded high resolution 17 inches or more flat screen color monitor with high resolution picture tube Compatible hardware & software for still and live recording and report generation Compatible laptop computer system with latest configuration, compatible software and a external hard drive of I-terabite or more capacity for data backup, and compatible photo quality color laser printer for reporting. DICOM compatible Trolley Quote all available models including the latest ones. Compatible UPS system with a 30 minute back up. System should be US FDA or European CE certified.

Chief of Materials Management

NO SIMS 324 NIT-03-Imports-2011-

Group-Q (Part-2nd )

Detailed Tender Specification for EBUS: Endo-Bronchoscopy

Endoscooic Specifications: Directions of viewing field = Angle of view Depth of field Deflection up/down Insertion tube diameter Working length Channel diameter

Forward / oblique (35 - 45 degree). (80 - 100 degree) 100 mm or less 120/90 6-6.5 mm 580 - 620 mm 2-2.2 mm

Ultrasound Specifications: 1. Display mode = B. mode +Doppler (more will be preferred, specify) 2. Frequency range = 5- 14MHZ (more to specify) 3. Scanning angle range = 50 degree or more 4. Probes = Linear phased array 5. Contact method = Direct contact method 6. Resolution = $1 mm (better will be preferred, specify) 7. Compatible ultrasound and Videoscope system. 8. Dedicated needles. Should be US FDA/ European CE Approved.

Chief of Materials Management SKIMS SIMS 324 NIT 03 Imports/2011

Group Q Part 3rd

Detailed specification for supply/Installation of Polysomnography and Spirometry system attached to NIT No 03 (Imports) of 2011 Dated 23.02.2011.

01. Spirometery system of following specifications. Computerized system to measure, display and record various lung function parameter. Feasibility for future up-gradation. It should be able to measure. a. Spiro-metry including-MVV: Mid flows flow/volume relationship; pre and post bronchodilator volumes and flows. b. Co-diffusion using Helium/ methane for FRC & RV. Single breath diffusion measurement for both lung volumes and DLCO. Should have body box for body plethysmography. Open breath system to prevent cross contamination. System measuring airway resistance and compliance is preferable but optional. In case not provided the system should be upgradable to include these parameters. System should have following measurement ranges. Flow measurement. Range: 0+/-161/sec with accuracy better than +/-2.5% subject to a min of 50 ml/sec and resolution as low as 10 ml/sec. Volume measurement. Range: 0 to 20 liters with resolution of 10ml corrections. Flow volume: ERS or ATS. Inspiratory gas qty:BTPS(Ambient module) It should be able to measure the following parameters TLC,FRC,RV,RV/TLC, FRC/TLC, IRV, VC, HeRV/FRC, VC in-He, VC, ex-He, VC max-He, ERV, IC, TLCO, KCO, CV, PA02, FICO, FACO, FAHe. Breathing cycle times, Flow Volume loops and basic spirometeric parameters including MVV. The Analyzer should be one of the most linear one over the full range of measurement for Helium/ Methane: ultrasonic Mol mass determination technique free from calibrations with measuring range of 0-20% He +/- 1% FSD and quartz basis time measurement of 1 millisecond. For CO analysis: infrared analyzer with range from 0 to 5000 ppm Co having +/-1% FSD. Manufactures should be an EN ISO 9002 and EN 46002 accredited. Computer should be latest state of art model having all accessories including laser color printer. (minimum space- intel 1-5 processor(1.93 GHz or higher) 4GB or higher RAM, external/terabyte HDD, internal HDD 420 GB or higher LAN card, all accessories, DVD R/W drive, 17 or more TFT monitor, compatible color lazer printer, wifi card, 1 KVA UPS).

Page 2nd 02. Polysomnograph system for sleep disorders study. Polysomnography system that records and displays physiological parameters with at least 48 channels. Should have following channels:EEG Chin EMG ECG Nosal/oral Airflow Snoring Body position Sa O2 Pulse rate Actimeter Pulse transit time (PTT)

EOG Respiratory effort CPAP pressure

System should be upgradeable up to 3 beds. Should have facility for additional 8 DC channels for External peripherals like capnography PH etc. Should have both pressure and thermistor based flow. Should have ZRIP belts for thoracic and abdominal effort. Should have integrated pulse oximeter. Should have on screen impedance check and self calibration. RDI should be available during acquisition of the data. Should have adjustable gain and filters. Should have facility of on line scoring of events during the recording. Should have LAN interface for Data communication of PC. Should have user definable Montages. Should have automatic sleep staging with manual override, respiratory analysis/PLMs Analysis Neurogical events. Should be supplied with Fully Synchronized Digital Video. Should have sleep Staging options for adults as well as pediatrics. Should be provided with universal titration device with capability of titrating OSA,COPD,OHS and CSR patients. Traning : There should be provision for training at lest one doctor and tow technicians of the Institute at a reputed centre for sleep diagnostics. System should have option of scoring sleep and other events as per the latest AASM guidelines. Titration facility with accompanying titration equipment. The equipment should be US FDA/European CE approved. Computer: Latest computer system (Intel i5 or higher processor,2.93 GHZ or higher) 4 GB RAM, 18.5 TFT monitor. 420 GB HDD,DVD,R/W Mouse. LAN Card, UBS ports, Windows, Laser jet color printer, 1KVA UPS.

Chief of Materials Management NO SIMS 324 NIT-03-imports-2011.

Group-Q (Part-4th )

Detailed tender specification for non-invasive Ventilators

=08Nos.

A. Operation mode, CPAP, Bilevel (2 pressure levels) spontaneous timed Modes. B. Pressure range;- IP AP 4-25 cm H2O or higher EPAP 4-25 cm H2O or higher Operational Requirements A. B. C. D. E. F. G. H. I. J. K. M. N. O. P. Should operate with main electric supply as well as with battery Should be able to work both with cylinders and pipeline Power Failure Alarm Leakage Alarm Low Pressure Supply Alarm Low Battery Alarm Apneas and frequency Alarm Automatic turbine start after power failure Humidifier Reusable face and nasal mask with flap for easy fit Removable forehead support and pad to match angles for patient forehead L 2 sets of masks of all sizes (small, medium and large) to be supplied with each machine Should be US FDA/ European CE approved Log books with instructions for daily, weekly, monthly and quarterly Maintenance check list Cost of Face as well as Nasal masks and strapping Accessories;- 2 dozen Strapping and 2 dozen masks All latest models must be quoted.

Chief of Materials Management

NO SIMS 324 NIT -03-imports-2011-

Group-R Part-1st Detailed tender specifications for 300mA High Frequency x-ray machine. (03 No.s) The x-ray machine should be compact, light weight HF 300 mA with CR system and DICOM facility suitable for Radiology department for conventional Radiography. It should be of latest ISI standards with latest amendments. 1. Unit must be approved by AERB for Radiation Safety and by BIS for mechanical and electrical safety. Generator: Microprocessor controlled high frequency with minimum output of 15 KW (preference will be given to higher output). Should have a Digital display of mA's and KV KV range -40-120KV (steps of 01 KY) mA's range -0.2 to 400 mA's in multiple values. Current during radiography: 100mA upto 120 KV 150 mA upto 100 KV. 200mA upto 70KVY 300mA upto 50KV Timer: The exposure timer should be digital and maximum upto 5 sec. Rotation of mono block supporting should be at least + / -180 degrees. Must have a rotating anode tube ( BEL / TOSHIBA or company made) with dual focal (large I.3mm :md small 0.8mm or better).. Current consumption should be single as well as 3 phase. Vertical Bucky stand with moving grid of Ratio of 8: I. The Sucky should move up and down and equipped with a stainless steel cassette. The stand should accommodate casset te upto 14" x 17" size. Control: Should consist of on and off switches, with voltmeter, mA meter, quick trip ovedoad cin:uit breaker (Automatic safety system to block unwanted exposure facts beyond lUbt: rating). Voltage compensator, Major and Minor KV selector, tube overload indicator, space charge compensator, technique selector. Digital display of KVP and mAs; anode braking devices, electronic overload for protection of tube, HV cables and HT tank. Ready and x ray switch on control. Column should be light in weight (spring balance). Protection for the rope failure should be provided with the column stand. Accessories: Hand switch with flexible long cord, enabling the operator to keep away form the Radiation area during exposure. Filment current t must be automatically controllable exposure release switch should be detachable with cord of at least 5 meters

2.

3.

4.

5. 6. 7. spot 8. 9.

10.

II.

12.

Page 2nd 13. Safcty: Protection from the following must be available .A) over current b) Over Voltage C) maximum loading of tubed) Operator error. Product datasheet. All technical specifications should be supported with original product date sheet highlighting the page number in the compliance sheet. Photocopy / computer print will not be accepted. General A. Machine shall be approved by A. E. R. B. / BIS. B. Machine shall be upgradable to higher version. C. The unit shall meet all the entire radiation safety standard and quality Assurance of its mechanical, electrical and electronic provisions set by regulatory bodies. D. It shall be latest brand new machine. E. Machine should meet all radiation safety standards laid down by AERB, F. The supplier or its Indian national representative company shall provide certified service engineer locally as per AERG safety codes . The equipment should be US FDA/ European CE approved.

14.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group "R" Part 2nd DETAILED TENDER SPECIFICATIONS OF VIDEO BRONCHOSCOPE (Standard): Video Bronchoscope with light source of following specifications 01 No. a. Light weight fully immersible b. High resolution full screen large format images c. Remote switches to control operational functions d. Latest all digital resolution color CCD chip and Video processing technology capable of high resolution imagery e. Filed of I20deg or more f. Depth of field 3mm to 5mm or more g. Tip deflection up I80deg or more Down 130deg h. Working channel diameter at least 2mm or more i. Insertion tube diameter 5.5mm or less j. Insertion working tube length 60mm k. Overall length 800mm 1. Should have autoclaveable suction valve m. Standard accessories (Biopsy Forceps, cleaning brushes, bite block, cytology brushes with reusable sheath, leakage tester and canual) n. Compatible 300W Xenon light source with one spare xenon bulb. Built in emergency halogen bulb which comes in to operation if main lamp fails. Digital Video processor - Compact and light weight with latest CCD technology compatible with video bronchofibroscope
having class 1 type of protection against electric shock Patient data entry system

Capable of full screen high resolution images on the monitor I7inches or more flat screen color monitor with high resolution picture tube and facility for image adjustment and screen menu Video Recording and Reporting Video Capture Cart Compatible software for still and live recording and report generation Compatible computer system ( Intel Core duo processor, 200GB HDD, 1GB, RAM I7inches LCD Monitor, Microsoft XP Professional or higher version, DVD writer, keyboard and mouse and compatible photo quality color printer) for reporting Fiberoptic Bronchoscope of following specifications: 01 No. Totally immersible including the lens Field of view 1200 Direction of view Forward Distal tip diameter 5.9mm or less Infusion tube diameter 6.00mm or less Instrument channel diameter 2.2mm or more Bending section angulation 180/130de Up/ Down or more Working Length 600mm With Compatible light source Standard accessories Standard accessory shall also include the Aspiration Needles. The equipment should be US FDA/ European CE approved. Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-R Part-3rd

Detailed tender specification of computerized radiography system for X-ray machine as per following: Features:
Technical Requirement-CR system configuration shall include:
Imaging plates (IP) Image reader system. CR workstations. RIS interface. Remote ID and Preview stations. Accessories and consumables. Laser Imager

CR Compatible imaging Plates: Following sizes are required


35 cm x 43 cm 35 cm x 35 cm 24 cm x 30 cm 18 cm x 24 cm 15 cm x 30 cm - 20 Nos. - 14 Nos. - 14 Nos. - 24 Nos. -

Image reader shall meet the functional requirement:


Various images- Processing protocols available for the respective regions of the body. IP processing rate should be about 90 plates/ hour. Mechanism for accepting exposed Imaging plates without patient demographics, for Casuality / Trauma workflow requirement. Mechanism for Re-routing the newly acquired Images to the preconfigured CR workstation. Capability of retrieving (Service Intervention) at least last 10 scanned images, as part of contingency plan. Capability for quick check of the image and exam data of least the last 4 Imaging plates scanned at the X-ray room. Protocol for verifying the connectivity status of configured image destinations. Spatial resolution of the digital image shall preferably be 2kx2kx16 bits for optimal resolutions.

Identification and preview:

System Functional requirements:


Capacity of interfacing to HL7, Non-HL7, Proprietary, DICOM Work list or user defined Windows / DOS / Linux based interface protocols to HS / RIS. Please specify whether you have tested interfacing with HL7-DICOM Bridge. Mechanism for retrieving Demographics of at least last 10 patients identified on a particular identification terminal. Customizable Graphic User Interface (GUI) in Identification station with facility of selecting DICOM print & Storage destination. Indication of Over Exposure on the preview module. Mechanism for User release from Preview terminal in case of Auto-routing Images to pre-defined DICOM Destinations. Customizable Graphic User interface (GUI) for Preview terminal. Solution for storing patient demographic data for multiple exams in RIS / non RIS environment. It should be possible to put a custom configurable data field in the demographic information of the patient linked with the image.

Page 2nd Software: System should include the following software applications. Please list all the optional software(s) which are available with you for enhancing the workflow and service in the Digital radiology environment for the following. Advanced Processing software. Application software. Connecting Software. Visual output Software. Quality Monitoring Software. The system includes the following SW applications as standard: Full leg / Full spine image processing: Quality control software. Software, which enable to see in the preview terminal the deviation from normal exposure and with the details of the deviation on the CR workstation. Software masking of the collomination areas. Special attention should be placed on pediatric application. Software for storing images on any DICOM 3 ( or newer Versions) complaint station. Software for printing on any DICOM printer.

CR Workstation: System configuration requirement:


Accept images from CR Reader without any loss of data.
Capable of Archiving & printing selected image to a standard DICOM destination in DICOM 3.0 Format.

Storing images in the local disc for per-defined period. Mechanism for accepting New images when the local disc is full. Should include 21 antiglare flicker free TFT / LCD color monitor. Should include 21 Monochrome antiglare flicker free Medical Grade TFT / LCD monitor with at least 2 k x 2k resolution. CD / DVD Burner. 80 GB or more on board storage.

System Functional requirement:


Support DICOM Work list or user defined Windows / Dos based interface to HIS / RIS. Mechanism for retrieving demographics of at least last 10 patient identified on that Terminal. Customizable Graphic User Interface with facility of selecting DICOM print and storage destination. Indication of Over Exposure on the preview module. Mechanism for User release in case of Auto- routing Images to per- defined DICOM Destinations.

Functional Requirement for CR Workstation:


Built in routine for using predefined image processing parameters for image quality enhancement. Mechanism for storing the patient image based on name, date, exam, etc. Capability of storing user defined image processing parameters. Capability of overwriting per defined image parameter with user- defined parameters & strong these two images separately. Correcting typographically in patient Demographic module, in case the RIS connection was done and manually data entry was done.
Capability of changing W / I, Flipping, Rotating, Zooming, Collimating Annotating incoming image.

Auto-routing incoming image to predefined DICOM Store (SCP storage) or print destination (SCP print Destination). Mechanism for printing Multiple images in one film, with the possibility of slide & True Size printing.

Page 3rd

Laser Imager System Configuration requirements: Print Images from CR Workstation


Capable of printing Images in DICOM 3.0 format. Mechanism to print images 14x17, 11x14, 8x10 films sizes simultaneously. Resolution should be 600 dpi or more. Capable of handling mammography plates.

Functional requirement for Laser Imager:


Capable for printing images in High quality. Mechanism for printing images in 14 x 17, 11 x 14, 8 x 10 films sizes simultaneously. Mechanism for printing Multiple images in one film, with the possibility of slide and True Size printing.

Laser Paper Printer:Provision for distributed CR System should be present. Please quote separately for additional work station image reader preview stations and images planes. Please list all the Optional Softwares, which are available with you for enhancing the workflow and services in the digital radiology environment. Quote separately for additional laser imagers.

The equipment should be US FDA/ European CE approved.

Chief of Materials Management No: NIT-03-Imports 2011

Group-S Part-1st Detailed tender Specification for the purchase of HPLC Unit under CAS, 2008 HPLC Specifications 02 No.s I. Quaternary Pump for Semiprep work .Operating pressure Flow accuracy Flow precision Flow rate No. of eluents Auto stat programming, Multi method programming Storage upto 1 complete method Parameters tables with externa events Composition range Composition accuracy Flow extendable to 45.00 ml/mil1

upto 6000 psi <2% +- 0.1% RSD 0.01 40.00 ml / min 4 Capability for Auto stat & Equilibrium Multimethod prognunme

0-100% +- 0.5% (independent of Back Pressure)

II. Sample Injection System with dual injector option, for Analytical & semi-prep Analytical & Semi-prep analysis III. Degasser (optional) Flow rate Analytical Semi prep. analysis IV. Detectors a). UV -VIS Detector Wavelength range. Light source Noise Drift Linearity Band width Flow cell Accuracy Reproducibility -

For Analytical injector 50/1 00/200 ul/ 100ps for semi preparative 5ml /100ps In line

0.2-5.0 ml / min 20-40ml/min

Complete UV -VIS range Deuterium and / or Tungsten +- 0.35xl0-5 AU, dry cell 254 run <2x10-4 AU/hr. <5% at 2.5 AU 5 nm l 10 ul +- 1nm +- 0.1 nm

The detector should have lamp optimization software. b). Fluorescence detector Wavelength range Light source Cell volume Sean function Band with Sensitivity SIN Raman

200-900 nm xenon lamp 8 ul 20 nm > 800 nm

peak of water Page 2nd

c) Refractive Index Detector Flow rate Noise DRIFT Temperature Control V. Column oven model VI. Columns

1-1.75 R/U 0.2 0.3 ml /min +- 1.5x 10-9 RIU, <+- 1.0 x 10-7 RIU/Hr.

Temperature Range Ambient +4oC to 60oC

C-18 250 x 4.6 mm C-8 250 x 4.6 mm C-18 250x20mm C-8 250 x 20 mm Pre-column derivatisation kit for Amino Acids Bio suite C-18 PA-A 3 um Protein pak VII. Fraction collector Flow rate And accessories -

250 x 4.6 mm 250 x 4.6 mm 250 x 20 mm 250 x 20 mm 4.6 x 250 mm 7.8 mm x 300 mm

upto 150 ml/min

VIII. Software Computer System Single point control of the entire HPLC Customizable data reports, online help wizards Report publisher IX. Colored laser Printer. X. Water purification system (fdrom tap water to ultra pure water for HPLC) The equipment should be US FDA/ European CE approved.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group S

Part 2nd

DETAILED TENDER SPECIFICATION OF QUALITY CONTROL

1. UV- Vis Spectrophotometer PC based Double beam Uv-Vis Spec, wave length 190-1000nm Quantitative measurement modes. 2. Dissolution test Apparatus 6 station with 1 liter vessel Complies with IP/ USP specifications. 3. Analytical Balance (closed chamber) Capacity 200 gms Sensitivity 0.1 mg 4. Top pan Analytical balance Capacity 600 gms sensitivity 1 mg(0.00lgms) 5. Potentiometer For Potentiometric titrations Electrodes;-Glass-calomel, glass -silver-silver chloride 6. Karlfischer titration apparatus. 7 Glass distillation apparatus Single distillation Double Distillation

one

Meets GLP/GMP/150/pharmacopoeia requirements with UV probe software spectrum, kinetics,

One

One

One

One

One One One One

8. Water still:Stainless steel capacity 1-5 lit/hr 9. Water bath 6 holes 10. Hot plates 20cm and 30 cm, lkw 11. Heating Mantles 250, 500ml,1000ml 12. Lab. Stirrer 13. Micro-pore membrane filtration apparatus:With disc membrane filter 0.45 to 0.22 u Diameter of filter 5 cm 14 .Refrigerator 210 Itr capacity 15 .Computer with Latest configuration with Laser printer 16. Hot air Oven lab size 60x60x60 cm 17. Reference of drugs standards from recognized Lab.

One One each One each One One

One one one

Page 2nd 18. FTIR spectrophotometer one NIR/MIR/FIR 32 bit window based IR Solution, FDA compliance, 3 detector selection for various applications. Single beam optic selector with temp. control for MIR/FIR. Wave length 7800-350cm -i 19. Dehumidifier for room size 12x18 ft 20. Micro Pipettes 100ul ;(1 ml, 2ml,3ml) one two

21. High performance liquid chromatograph one A. A complete HPLC fully automatic system with Solvent delivery system-4max, Autosampler-l, column oven-l, Detector-2 max, fraction collectors--, 1 Data buffering- approx.24 hrs for one analysis 21.1. Solvent delivery unit a. Quaternary pump designed for ultra performance LC, quaternary gradient, integrated vacuum degassing, and operating flow rate range 0.010 to 2ml/min in .001 ml increments. . Injection volume range 0.1 to 10 ul as standard up to 250 ul. High pressure mixing/low pressure mixing with Temp. Range 4C-40c settled in 0.1 c increments Manual rinsing with automatic rinsing on using optional product Solvent delivery method -parallel type double plunger Online degassers-operating temp range 4C to 35C

b.

c. d. e.

21.2. Auto-sampler a. Total volume sample injection, variable Inj. Volume. b. Max. operating pressure 20-60Mpa c. Inj. Volume setting range 0.1 ul to 100 ul (standared) d. No. of Inj. Of processed sample:48(2ml), (1.5ml), 50(4ml), 50(1ml) Vials. e. f. operating temp range 4 c to 35C lock cooling/heating used together with dehumidifying function, 4C to 40C

21.3. Column ovens a. temp control method ;-Forced air circulation b. Temp setting;- 4C to 100oC/min c. Temp control precision;-O.lC max d. Max.temp 450C 21.4 Uv- Vis Detector. Solvent delivery unit Wave length up to 190 to 700 nm The detector must have lamp optimization software light source; Deuterium lamp, /tl:lngs~en ,low pressure mercury lamp . The detector must be able to operate in single and dual wavelength mode

Page 3rd 21.5. Refractive index detector;Noise; <-5x10-9 R IU/<-10x10-8 RIU analytical Differential refractive index Flow cell volume; 9ul (analytical) 7 ul (semi-prep) 21.6 Software should have embedded oracle database the software must be able to control all kinds of detector including MS Detector LAN connectivity IQ/OQ/PQ documents should be supplied at the time of installation 21. B .Chromatography consumables & columns HPLC columns, Sample extraction products, Bioseperation products & columns, Sample Vials & plates ,Kits, Filtration products, GPC/ GFC columns & standards, clinical diagnostic reagent kits. HPLC COLUMN TYPES; - as per USP Specification-: l each 1. L1:- Octadecyl silane chemically bonded to porous silica or ceramic micro-particles, 3to 10 um in diameter. 2. L3:- Porous silica particles 5 to 10 um in diameter 3. L7:- Octylsilane chemically bonded to totally porous silica particles 3 to 10 um in diameter. 4. L8;- aminopropylsilane totally porous silica gel support 10 ~m in diameter 5. Lll; - phenyl groups chemically bonded to porous silica gelS to 10 ~m in diameter. 6. L13; - Trimethylsilane chemically bonded to porous silica gel particles 3 to 10 um in diameter. 7. L17;- strong cation exchange resin consisting of sulphonated cross linked styrene -Di vinyl benzene copolymer in the hydrogen form, 7 to 11 um in diameter. 8. L24; - A semi rigid hydrophilic gel consisting .of vinyl polymers with numerous hydroxyl groups on the matrix surface 32 to 63 ~m in diameter. 9. L29; - Gamma alumina, reverse phase low carbon percentage by weight alumina based polybutadiene spherical; 5 ~m in diameter with pore volume of 80 Angstrom units. 10. The equipment should be US FDA or European CE approval

Chief of Materials Management NO SIMS 324 NIT-03-(imports) 2011-

Group-T (Part-1st ) Detailed tender Specifications for I.C.U Ventilator (Adult and Pediatric) (25 No.s) A. Operational Requirement: Latest state of art technology, microprocessor controlled ventilator suitable for pediatric to adult ventilation. Inbuilt / integrated air compressor which should automatically activate in the event of pipeline air supply loss. Simple and user friendly. Upgradable software and hardware. B. Technical Specifications: Compact with Standard hinged arm holder for holding the circuit for both adults and children. (Autoclavable circuits) Colored TFT screen, 10 inch or more with display of both waveforms and loops. Facility to measure and display end tidal CO2 with capnography. .. Trending facility. Automatic compliance & Leakage compensation for circuit and ET tube. Humidifier with digital monitoring of inspired gas temperature. Nebulizer with capability to deliver particle size of < 3 micron & to be used in both off and on line. Automatic quick start patient detection facility preferable. Internal Battery backup for ventilation and monitoring with automatic charging facility. Apnea f backup ventilation. C. Modes of Ventilation: Volume controlled Pressure Controlled Pressure Support SIMV (Pressure Control and volume control) with pressure support CPAP / PEEP Inverse Ratio Ventilation Advanced mode like pressure controlled volume guaranteed APR V Non Invasive ventilation with reusable face and nasal masks (Small, medium, large) with silicone cushion flap for easy fit and other accessories. Apnea f backup ventilation D. Monitoring of the following parameters: Airway Pressure (Peak & Mean). Tidal volume (Inspired & Expired). Minute volume (Inspired and Expired). Spontaneous Minute Volume. Total Frequency (Respiratory rate). FI02. PEEP. Plateau Pressure. Resistance & Compliance.

Page 2nd E. Audiovisual Alarms (Preset and settable) for the following: Airway Pressure (High and Low) Inspired tidal volume (high, low). Minute Ventilation (High, low) Apnea with adjustable time in seconds. FI02. Spontaneous respiratory rate (High). PEEP. Ventilator disconnection. Compressor / Gas failure. Power failure. Low battery. F. Should have the ability to Measure: Intrinsic Peep & Intrinsic PEEP Volume. Airway Pressure (Peak, Mean, Plateau). Spontaneous Breathing trial (Total). Tidal volume (Inspired and expired). Trigger effort (Flow and pressure). G. Nebulizer with capability to deliver particle size of < 3 micron and to be used both off and on line. H. Battery backup for minimum I hour. I. Should be USFDA or European CE Approved product.

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

Group-T (Part-2nd ) Detailed tender Specifications for I.C.U Beds Advanced Model:

Operational Requirements: The system should be electrically operatable and adjustable for heights, trendelenburg etc. It should also be having radio transluscent top for carrying out X-Ray at the bedside. Technical Specifications: 1. Should have four section mattress base. 2. Should have X-Ray translucent back section made up of high pressure laminate. 3. Should have X-Ray cassette holder underneath the back section &.should allow insertion of X-Ray cassette from either side of the bed. 4. Base frame & support frame should be made up of Stainless steel for long life & prevention from rusting. 5. Should have step less electrical adjustment for the following: Height: 450-840 mm, Back section: 0- 50 degrees, Leg Section 0-30 degrees. 6. Should have step less pneumatic adjustment for trendlenburg (250 approx), anti trendlenburg (l5approx). 7. Should have a manual quick release mechanism for back section adjustment during emergency situation. 8. Should be equipped with four articulated half-length tuck away side rails. 9. Should be equipped with large castors (diameter 150 mm) with central braking and steering facility. 10. Mattress of the Bed should be made up of high density foam with Anti Microbial agent incorporated into all components that assists in Prohibiting growth of bacteria & fungi and easy to clean. 11. Mattress should be fully Radiolucent for ease in performing portable X-Rays. Mattress size should be appropriate as per bed size. 12. Should have bumpers at all four comers and place for fixing accessories. 13. Dimensions of bed should be: Length: 2200 -2290 rnm, Width: 850 -1020rnm 14. Should be US FDA or European CE approved product., System Configuration Accessories, spares and consumables: I.C.U Bed Mainframe perforated heavy gauge sheet Bed Ends, detachable: 01 pair Articulated half length tuck away side rails: 04 Nos. IV Rods: 04 Nos. Mattress 12 em Thick: 01 No. Environmental factors: Shall meet IEC-60601-1-2:2001(Or Equivalent BIS) General Requirements of Safety for Electromagnetic Compatibility. The unit shall be capable of operating continuously in ambient temperature of 10 -40deg C and relative humidity of 15-90%. Power Supply: Power input to be 180-240V AC, 50-60Hz as appropriate fitted with Indian plug. Resettable over current breaker shall be fitted for protection.

Page 2nd

Standards, Safety and Training: Electrical safety conforms to standards for electrical safety IEC-60601 /IS-13450. Manufacturer should have ISO certification for quality standards. Electric Shock Protection level-Class-B Electric current Protection- Class.1 Certified to be compliant with IEC 60601-2-38 Medical Electrical Equipments part 2-38. Particular requirements for safety of Electrically Operated Hospital Beds. Should have local service facility.

Chief of Materials Management, SKIMS SIMS 324 NIT 03-Imports/2011

Group(T) Part 3rd. Detailed tender Specifications for Volumetric Infusion Pumps For Department of Neonatology. Quantity:- 40 Nos. OPERATIONAL REQUIREMENTS. Programmable volumetric infusion pump is required. TECHNICAL SPECIFICATIONS. 1. Battery backup operating time 5 hours. 2. LCD programming display. 3. Date entry calculator style numeric programming keyboard. 4. Pole clamp Multi-function mounting clamp. 5. Nurse call output alarm, time and dale settings. 6. Quick titration of rate or dose with volume-time programming. 7. Flow rate range (Primary) 0.1 to 99.9 ml/hr. (0.l ml increments) and 1 to 1200 increments) . 8. Flow rate range (Piggy back) -0.1 to 99.9 ml/hr, (0.l ml increments) and 1 to 5'.0 ml/hr (1 ml increments. 9. Volume to be infused 0.1 to 99.9 ml (0.1 ml increments) and 1 to 999 ml (l ml increments). 10. Both now rates and volume to be infused should be configured to limited the maximum allowable range. 11. Accuracy + / - 3% 12. Basic until should have 2 or more infusions control system in single unit. SYSTEM STEM CONFIGURATION ACCESSORIES, SPARES CONSUMABLES. Compatible with standard infusion sets available in local Indian market. ENVIRONMENTAL FACTORS. 1. Should meet general requirements of safety for electromagnetic compatibility. 2. The unit shall be capable of opera Ling continuously in ambient temperature of 10-40 deg C and relative humidity of 15-90% POWER SUPPLY. Power input to be 220-240 V AC, 50 Hz fitted with Indian plug. STANDARDS, SAFETY AND TRAINING. 1. Should be US FDA or European CE. 2. Manufacturer/Supplier should have ISO certification for quality standards. 3. Electrical safety conforms to standards for electrical safety.

Chief of Materials Management NO SIMS 324 NIT-03-imports-2011-

Group T (part 4th) DETAILED TENDER SPECIFICATIONS OF MONITORS S.No. Nomenclature 01. Vital Sign Monitor (Non-Invasive) of following specifications: Quantity 40 Nos.

Should be state of art. Suitable for both adult/pediatric patients. Should operate on 220-240V,50Hz AC main current. Should have in built rechargeable battery with 60 minutes or more better back-up. Screen size should be "8" or more with touch screen multi color TFT display.
Should monitor ECG, NIBP, P02 temperature with 4 or more waves 4 or more digital display. Should have the capability to integrate with HIS and transfer data through LAN/ Wireless LAN.

Should have numeric and graphic trends, stored for at least 1 minutes interval. Should have audio visual alarms for all monitored parameters. Should have US FDA/ European CE approved. Should be supplied with the following accessories: a. b. c. d. e. f. Patient cable Adult Cuff Pediatric Cuff Adult probe (SP02) Pediatric probe (SP02) Skin temperature Probe Two Nos. Two Nos. Two Nos. Two Nos. Two Nos. Two Nos.

Chief of Materials Management NIT 03- (Imports) of 2011

Group- T (Part-5th) DETAILED TENDER SPECIFICATIONS OF SYRINGE INFUSION PUMPS 30 Nos.

01

Syringe Infusion Pumps as per the following specifications; Should be programmable. user friendly. safe to use with battery back-up and Comprehensive Alarm systems. Should be robust. compact and light weight Should have user selectable flow set rate option programmable from 0.1 ml/hr to 200 ml / hr or more with increments of 0.1 m/ hr. Display of drug name with a provision of memorizing 10-15 names by operator. Keep vein open (KOV) must be available 1.Oml/hr or set rate if lower than 1.Oml. User should have choice to disable K VO whenever desired Must work on commonly available indigenous 20,50/60ml syringes with accuracy of minimum +/- 2% or better Automatic detection of syringe size and proper fixing. Must provide alarm for wrong loading of syringes such as flanges out of slot; disengaged plunger, unsecured barrel etc. Should have comprehensive alarm package including a. Occlusion limit exceed alarm b. Near end ofthe infusion pre-alarm and end of infusion alarm c. Volume limit pre-alarm and alarm d. Air in line e. Low battery ,pre-alarm and alarm f. AC power failure g. Drive disengaged Rechargeable battery with larger battery life and indication of residual life will be preferred. Mounting device/docking station for two or four pumps as per the requirement so as to enable to power up-to 2-4 pumps with one power cord when mounted on IV Pote. . Power input to be 220 240V AC. 50Hz Should be US FDA or European CE approved.

Chief of Materials Management

NIT 03- (Imports) of 2011

Group T

Part 6th Detailed Tender Specification for DEXA SCAN

Quantity 2 No

Technology should be based on fan X-ray beam geometry with following features: Dual energy mode of KV selection. Detector system should be multi-element solid state array type. Table movement should be motorized with C-Arm. State of the art model The company should quote all the models including the latest model as shown in its website. Table: Easy to access patient table, should be user friendly. Patient weight limit: 160 kg- equipment with higher weight limit will be preferred. Quality Control: Should be automatic with internal phantom or self calibrating with anthropomorphic phantom, or an equivalent automatic calibrating system. Should not require operator / Manual Calibration Precision accuracy should be within 1% Clinical Application- Should be applicable for whole body parts as well as for pediatric use. Whole body analysis- Body Composition (with fat/lean assessment) Supine BMD AP Spine Lateral Spine BMD Hip: Advance Hip Assessment with Hip Axis Length and Cross Sectional Proximal Femur (total femur, femoral neck, intertrochantric, trochantric and wards triangles) Automated Dual Femur Forearm Orthopedic Hip Analysis Scoliotic Spine Analysis Pediatric Spine, Hip and Whole Body Analysis Infant total body Scan Time (at the best precision) Whole Body-Max 7 min. Lumbar Spine-Max 30 sec. Prox. Femur-Max 30 sec. Dual Femur-Max 30 sec. Fore Arm- 30 sec. Results/ Reporting Tools/ Software Should be DICOM compatible with connectivity for remote interpretation & e-reporting (text report and images) Should be available with BMD, BMC, T-Score, Z-Score, reference, data, trend report, WHO diagnostic classification of fracture risk etc. SOFTWARE: Context Sensitivity Help Software for reference; Morphology Assessment (Area, Length or Angle); Graphical Display for proper patient positioning; Reporting Software with fracture risk indication; Computer aided fracture risk indication; Standardized BMD reporting; Extended Spine Reporting; Extended proximal femur with rate of changing reporting; Software for comparing scan from different company.

Page 2nd

Computer Work Station State of the Art Computer System with standard hardware Operating System: Windows based (Windows XP or Windows 7) Processor: Intel CORE i3 or higher 2 GB RAM High performance video card with 1 GB video-RAM 250 GB hard drive 500 GB External hard Drive Network interface card 19 high resolution LCD Monitor DVD Writer: DVD/CD R/W drive (500 CD & 500 DVD should be supplied with the unit) PRINTER: High Density Laser Color Printer along with 8 sets of black cartridges and 8 sets of all color cartridges and the required Stationary. SOFTWARE: Licensed operating system installation CD along with Recovery CD Standard Voltage Stabilizer/ UPS with 30 minutes back up is to be provided by the company. Turn-Key System Institute will provide a room of appropriate size with required power supply. Rest of all work, including room changing, renovation, flooring, ceiling, furniture, air conditioning etc. will be have to be done by the Company Bidder should provide original datasheet, brochure along with the bid. The firm should provide AERB certificate before issuing satisfactory installation certificate. The firm should provide the BIS certificate? The equipment should be US FDA or European CE approval.

Chief of Material Management No: - SIMS 324 NIT-03-Imports-2011

Group-T Part 7th

Detailed tender specifications for Air Documentation Unit 02 No.s


Specifications of Equipment: Equipment Name: - plasmair (for decontamination of operating rooms, ICU, Protective isolation for imunocompromised patients).

Specifications:
3. Regulatory Standards: It should be FDA US/ European CE registered & conforming to ISO 9001:2000 standards. 4. Dimensions:- It should be a mobile unit. Height.. 190 CMS or more. Width 90 CMS or more. Depth. 50 CMS or more.. Weight 180 KG or more. 3. Technical Characteristics: Maximum consumption 750 VA Noise levels 41 d BA at airflow speed of 700 m cube/h or 47 d BA at airflow Speed of 1000 m cube/h 500 to 2000 m cube/h (in 60 m cube) from 8 to 30 ACH standard electrical outlet.

Air flow speed Air changes per hour Electric connection

Chief of Materials Management SKIMS SIMS 324 NIT-03-Imports/2011

GOVERNMENT OF JAMMU AND KASHMIR SHERE-I-KASHMIR INSTITUTE OF MEDICAL SCIENCES, SOURA, SRINAGAR, KASHMIR (J&K STATE) INDIA. GLOBAL TENDER NIT 03 (IMPORTS) OF 2011 DATED: 23.04.2011. Subject:-Detailed Tender Notice for Supply, Installation of Bio-Medical Equipment. 01. Requirement:Sealed tenders in two covers bid system (technical & financial) affixed with Rs.5/- revenue stamps are invited for and on behalf of the Governor of Jammu and Kashmir State through the Director, Shere-i-Kashmir Institute of Medical Sciences, Soura, Srinagar, from the original manufacturers/their Indian subsidiaries/Indian Agents only (for imported equipment) and manufacturers /their authorized dealers for the J&K State (for indigenous equipment) for supply, installation of bio-medical equipment as per the details shown in Annexure attached to this N.I.T. and the terms and conditions as detailed hereunder. The tenders shall be addressed to the undersigned and shall reach to this office upto 02.06.2011, through registered/speed post/courier service or shall be delivered personally in the Central Diary and Dispatch Section of SKIMS against proper receipt. The tenders received after the Stipulated last date/time shall not be accepted. The Institute shall not be responsible for any postal delay for receipt of tenders. 02. Sale of Detailed NIT:The detailed NIT containing the specifications of the equipment alongwith the terms and conditions of supply can be had from the office of the undersigned upto 30.05.2011, against a non refundable tender cost indicated against each equipment, in the annexure of this N.I.T, in the shape of Bank Draft favouring Financial Advisor/Chief Accounts Officer, Shere-i-Kashmir Institute of Medical Sciences, Soura, Srinagar, J&K State, India. The detailed N.I.T. can also be down loaded from SKIMS web site www.skims.ac.in. The down loaded tender shall be accompanied with the required tender fee for each equipment detailed in the annexure , in the shape of Bank Draft drawn by or before closing date of sale of documents and draft shall be drawn in favour of Financial Advisor/Chief Accounts Officer, SKIMS, Soura, Srinagar. 03. Manner of bidding:The tenderers are required to submit their tenders separately for the equipment mentioned under each part of the group detailed in the annexure enclosed herewith in two separate sealed covers duly superscribed with Cover-I (technical bid) and cover-II (price bid). Both the covers shall be then contained in one envelope duly sealed and super scribed with tender for supply, installation, testing and commissioning of (name of the equipment with part and group quoted be necessarily mentioned on the envelope also indicating part/Group. Cover-I:(This cover shall contain):a) Earnest money in the shape of CDR/FDR as required as per condition of N.I.T. b) List of installation of the quoted equipment in India and successful completion and performance certificate of the clients/customers. c) After sale service facilities to ensure 100% uptime of the equipment / system. d) Technical details/specifications offered duly supported with catalogues/brochures of the quoted equipment with essential optional accessories. e) Commercial terms and conditions of supply including that of comprehensive maintenance contract. Cover-II:Price bid shall only contain the prices quoted for the equipment with CMC charges. The price bid of those tenders shall only be opened who are found eligible for the same after scrutiny of documents contained in Cover-I. 04. Opening date of the technical bid:The technical bids shall be opened on 07.06.2011, at 11:00 AM or any other subsequent date convenient to the Institute authorities in presence of the tenderer(s)/ their authorized representative who may be present at that time. The date for opening of price bids of the eligible tenderers shall be notified separately. 05. Rejection of the tenders:Tenders should be typed and the rate/amount shown both in words and figures. Tenders partly typed and partly hand written shall be rejected and the corrections in the rates must be avoided. The price column of the tender must be covered with transparent cello tape.

06.

Right Reserved by the Government:The Director, Shere-i-Kashmir Institute of Medical Sciences, Soura, Srinagar, reserves the right either to accept or reject any tender or part thereof without assigning any reasons thereto including the lowest tenderer(s) and shall not be bound to consider all the advertised/quoted equipment/items for placement of orders. The placement of the orders/procurement of equipment under the N.I.T. shall also be subject to the availability of the budget. 07. Signing of the tenders:The tender document shall be properly page marked, signed and stamped by the authorized signatory of the tenderer(s). Complete initials of the authorized signatory must be indicated in the tender. 08. Validity of tender:The tenders must be valid for a period of 180 days from the date of opening of the financial bid. Conditional tenders shall not be accepted. No escalation of rates shall be allowed by the Institute during the currency of the contract. 09. Return of the tender document:Tenders once received shall not be returned by the Institute.

10.

Quantities:The quantities shown in the list of the goods attached to this N.I.T. are approximate and the Institute reserves the right to increase or decrease the said quantities. 11. Letter of authority:The Indian Agents/Indian Subsidiaries quoting on behalf of their foreign principals (for imported equipment) and the authorized dealers (for indigenous equipment) must enclose with their tender the latest copy of the authority letter authorizing them to quote on their behalf against this N.I.T. (please specify N.I.T. No. 03 (import) of 2011, Dated: 23.04.2011. 12. Power of attorney:The tenders should be accompanied by a certificate of the power of attorney of the signatory of the tender document with his full initials. The power of Attorney should also include the power to refer the dispute for Arbitration. 13. Scope of contract:The scope of the contract covers: a) Supply/ installation/ testing/ commissioning and handing over of equipment as per the ordered/approved specifications within the stipulated delivery schedule. b) Comprehensive Annual Maintenance Contract as per the clause 24 of the N.I.T. for maintenance of the equipment after expiry of the Guarantee period. c) After sales service by companys trained Engineer for maintenance of the equipment during or after guarantee period. The certificate of the Engineers experience on the quoted equipment should be furnished by the foreign principals directly alongwith the tender. 14. Description of the tender/tender costs:Tenderer(s) are advised to furnish comprehensive description of quoted equipment conforming to the advertised specifications. The tenderer(s) shall not be entitled for any costs and charges incurred by them for submission of the tender(s). 15. a) Earnest Money:The tender(s) must be accompanied with the Earnest Money in the shape of Call Deposit Receipt (CDR)/Fixed Deposit Receipt (FDR) equivalent to 2% (two per cent) of the quoted value (rate x quantity) drawn on any Nationalized Bank pledged to the Financial Advisor/Chief Accounts Officer, Shere-i-kashmir Institute of Medical Sciences, Soura, Srinagar, J&K State, (India). Tenders not accompanied with the required Earnest Money shall be rejected straightway. In case of foreign manufacturer(s) having no Indian agent/Indian subsidiary or who wish to quote directly without Indian agent/Indian Subsidiary shall however have to furnish a Bank Guarantee equivalent to 2% (two percent) of the quoted rates initially valid for a period of one year pledged to the Financial Advisor / Chief Accounts Officer, Shere-i-kashmir Institute of Medical Sciences, Soura, Srinagar, J&K State, (India) and should be negotiable in India. The Bank Guarantee shall be further extendable for the period mutually agreed upon.

b) c)

d)

e)

f) g)

In case of successful tenderer(s) the Earnest Money shall be released after supply/installation/testing/commissioning and handing over the equipment to the entire satisfaction of the Institute authorities and after necessary security deposit is furnished. In the event of successful tenderer(s) failing to abide by the offer, the Government without prejudice to other remedies will forfeit the Earnest Money under law for the time being in force in the State of Jammu and Kashmir. In case of Un-successful tenderer(s) the CDR / FDR shall be released after finalization of the contract with the successful tenderer(s). Bank guarantee in lieu of CDR/FDR from the Indian agents/Indian subsidiary shall not be accepted.

16. a)

Security Deposit:The successful tenderer(s) shall have to furnish the Security Deposit equivalent to 10% (ten percent) of the total value of the order which shall include equipment as well as allied turn key job s in the shape of CDR/FDR or Bank Guarantee negotiable in India drawn on any Nationalized Bank pledged in favour of the Director, Shere-i-Kashmir Institute of Medical Sciences, Soura, Srinagar, J&K State India, for due fulfillment of the contract. b) The Security Deposit has to be furnished by the successful tenderer(s) within a period of fifteen days from the date of communication of the acceptance of their tender. c) The Bank Guarantee/CDR/FDR should be initially valid for the guarantee periods as will be finalized with the successful tenderer. The Security Deposit will be returned after satisfactory performance of the equipment during the stipulated guarantee period. 17. Prices:The tenderer(s) shall furnish the price as per the following details:17.1 For Imported equipment:i) The prices should be quoted FOR SKIMS. ii) For CIF/CIP prices upto New Delhi the price, should be in foreign currency payable to the principal company in that currency only as per the mode of L.C. stipulations. The FOB prices shall be firm and freight and insurance upto Delhi shall be estimated which shall be paid by SKIMS on actuals. iii) From Delhi upto SKIMS the rate should be quoted in Indian currency which shall include custom duty, custom clearance, entry tax and any other charges applicable enroute including loading/unloading and transportation charges upto site SKIMS, Soura, Srinagar. The Institute shall however, provide documents related to duty exemption as admissible for Government Hospitals to facilitate custom clearance on the concessional rates. iv) CIF price of optional accessories if any. v) Installation charges if any. vi) Percentage of Indian agency commission, if any, on FOB price which shall be payable to the Indian Agency in Indian currency at the exchange rate as may be applicable at the time of opening of L.C. or negotiating documents which ever is less. vii) FOB price of consumable kits if any. viii) CMC charges after the expiry of the guarantee period. ix) CIF price for spares for ten years. x) The prices quoted should be as per the international price list of the manufacturer applicable to all the countries including India. xi) Foreign equipment quoted in Indian currency shall not be considered. 17.2 For Indigenous equipments:The rates quoted should be FOR delivered Hospital Stores, SKIMS, inclusive of all charges taxes, etc. including entry tax/duties and insurance from Delhi to site SKIMS, Soura, which should cover all the transit and storage risks and shall be valid till the equipment is installed. The rates quoted should be as per the manufacturers price list applicable for Government/ Semi Government Hospitals/Institutions of the country. In case during the currency of the contract it is established that the printed MRP rates are lower than the quoted/approved rates, the difference on this account with 10%penalty as may be decided by the Institute authorities shall be recovered from the successful tenderer(s). Discount:Maximum discount to be offered should be clearly indicated in the tender.

i)

ii. iii.

18.

19.

Agreement:The successful tenderer(s) shall have to execute a formal agreement with the Director, Shere-iKashmir Institute of Medical Sciences, Srinagar, within a period of thirty days from the date of the communication of the acceptance of their tender. All expenses on account of stamps, registration and other related charges shall be borne by the successful tenderer(s). The agreement shall have to be got countersigned by the authorized signatory of the foreign principals.

20.

Sub-letting of the contract:The successful tenderer(s) shall be responsible for execution of the contract in full and shall not in any case assign or sublet the approved items or part thereof to any other party which will otherwise attract a penalty of 10% of the total value of the order by forfeiting earnest money/security deposit/withholding of other deposits in the Institute as a whole and even debarring and black listing of the successful tenderer(s). 21. Clarifications:Any clarifications required by the tenderer(s) with regard to the technical points mentioned in the tender or subsequent sections of the annexure hereto or otherwise pertaining to the job may be sought through correspondence or in person from the office of the undersigned during the office hours before the last date of submission of the tender. 22. Guarantee/Warranty:The tenderer(s) shall quote for Guarantee period of sixty months from the date of the installation of the equipment with five years comprehensive maintenance contract. The Guarantee/Warranty shall cover the entire equipment including vaccumatised parts to be supplied by the successful tenderer(s) and should be brand new and latest state of art to suffice the present requirement and future needs of the Institute including the scope for up-gradation and should be guaranteed for the period as mentioned above (Service-cum-spares) from the date of the successful commissioning and handing over of the equipment(s). The guarantee shall also cover the satisfactory performance of the equipment with all accessories during these period. In case the equipment/any part thereof supplied by the successful tenderer(s) develops any manufacturing defect or otherwise does not function properly/correctly during the guarantee period, the successful tenderer(s) shall have to replace the equipment(s)/repair the fault at their costs and expenses within a period of thirty days from the date of defect is communicated to them. The successful tenderer(s) shall be bound to stock with the service engineer at site (SKIMS) an adequate inventory of spares required for repair and maintenance of the equipment(s) to maintain their 95% uptime. In case of the break down requiring any odd/rare component which needs to be imported the successful tenderer(s) shall have to replace/repair the equipment within a period of forty five days from the date the defect is intimated to them or thirty days from the date of the clearance of the component/spare by the authorities of the Institute which ever is earlier. Besides, the preventive maintenance and upkeep of 95% uptime of the equipment(s) by the service engineer, the successful tenderer(s) shall have to ensure four annual compulsory preventive maintenance visits by their service engineers in addition to any number of emergency calls during the guarantee period. The period during which the equipment remains non-functional or unserviceable for want of repair/spare shall not be counted towards the Guarantee period and the Guarantee period shall have to be extended by the successful tenderer(s) accordingly. During the Guarantee period the desired up time of 95% of 365 days (24 hours a day basis) shall have to be ensured by the successful tenderer(s). 23. Spare parts during Guarantee Period:All the spares required during the guarantee period shall have to be arranged by the successful tenderer(s) either in India or from their foreign principals at their own costs/care/expenses within a period of fifteen days of the intimation of the defect if the spares are available in India. However, in case the spares are required to be imported the same shall have to be arrange by them within thirty days from the date of the intimation from the Institute. In case NMIC/DEC is required for duty free import the same shall be provided by the Institute but all the expenses incurred in custom clearance including the custom duty and other levies if any shall be borne by the successful tenderer(s). The guarantee period of the whole equipment shall get extended by the period the spares are arranged, fitted and equipment made functional by the successful tenderer(s). 24. Service Contract:The tenderer(s) are required to quote their rates for comprehensive maintenance contract (service-cum-spares) for five years after expiry of warranty period which should include six visits of their trained Engineer in a year plus any number of emergency calls in between if required. The CMC should include:a) For the post guarantee period CMC should be comprehensive and should include on site warranty for the entire including vaccumatised parts. b) The desired uptime is 95% of 365 days (24 hours a day basis) for all the equipments. c) The rates for the comprehensive maintenance contract should be quoted in Indian currency. 25. a) Terms and conditions of the CMC:The CMC shall cover repair, maintenance and check-up of all the equipments and accessories including consumables as detailed above and fitting of new spares.

b) c)

d) 26. a)

The CMC shall come in to force after the expiry of the Guarantee period as stipulated in the Guarantee clause of this N.I.T. The payments on account of CMC charges shall be released by the Institute on rendering each service to the entire satisfaction of the department and against a certificate from the concerned HOD confirming 95% up-time of the equipments during the service contract period. No advance payments on account of CMS shall be made by the Institute. Payments:The terms of the payment shall be as follows:In case of imported equipments the payment shall be made directly to the foreign principals through an irrevocable letter of credit to be opened by the Shere-i-Kashmir Institute of Medical Sciences, for 100% CIF value less by Indian agency commission, if any. The Institute shall release 90% (ninety per cent) payment through foreign letter of credit against complete set of dispatch/shipping and other documents as provided in the letter of credit. Balance 10% payment shall be released after receipt/ inspection/ installation/ testing/ Commissioning and handing over of the equipment(s) to the concerned department(s) in perfect condition and working order with all the parameters of the equipment in functional order. In case of shortage of funds the successful tenderer(s) shall have to agree for the deferred payments on mutually agreed terms and conditions. All the bank charges for opening of the letter of credit in Srinagar (India) will be borne by SKIMS. All charges payable to the advising foreign bank shall be borne by the successful tenderer(s). For any L/C amendments asked by the successful tenderer(s) the bank charges shall be to their account. In case there is any discrepancy in the set of the shipping documents presented to the bankers, the charges on account of exchange variation and demurrage etc. shall be borne by the successful tenderer(s). Installation charges if any shall be paid in Indian Rupees after installation/ testing/ commissioning and handing over of the equipment(s) to the Institute authorities in perfect condition and working order. In case the shipment of the equipment(s) has been delayed by the successful tenderer(s) beyond the accepted delivery schedule and not covered under force majeure clause all the exchange variation shall be to the account of the successful tenderer(s) and shall be deducted from balance 10% payments/Indian agency commission. The successful tenderer shall be required to furnish the following certificates and undertakings of their principals which should form part of letter of credit:i) A certificate that the equipments is the latest state of art and the quality conforming to the highest standards in respect of durability and engineering practices. ii) A certificate from the independent third party like Chamber of Commerce of that country. iii) A certificate that the prices charged are as per the international price policy of the company applicable to all countries and are same as charged/quoted to other government/semi government institutions in India as well. iv) A certificate that advance set of non-negotiable documents including manual of the equipment ordered on the successful tenderer shall be directly dispatched to the openers soon after the shipment of the equipment. The opener shall not negotiate the documents in case advance set is not received by the opener well in time and all demurrage, exchange variation and any other charges shall be to the account of beneficiary or their Indian agent. v) An insurance policy for hundred percent value of the equipment plus twenty percent (total 120%) covering malicious damages, institute cargo clause (all risks) SRCC, PVND clause, AIR WAR, Transit leakage, breakage and storage risks from ware house to New Delhi for a period of sixty days from the date of shipment of the equipment. In case foreign principal directly quotes the insurance has to be from ware house to ware house in the Institute stores and valid till actual receipt of the equipment in the openers store and its installation. vi) An undertaking from the foreign principals duly notarized in that country that they shall provide the after sales services even in case of change of Indian agent. vii) An undertaking that in case it is established that the foreign beneficiary/their Indian agent has sold a similar equipment of same configuration to any other government/semi government/private Hospital or the Institutions on lower rate the foreign principal/their Indian agent shall be liable for reimbursement of excess rates charged besides, imposition of penalty and forfeiting of Bank Guarantee/CDR.

b)

c)

d) e)

f)

g)

h)

i)

J)

K)

The Indian agency commission shall be released to the Indian agent in Indian currency after installation/testing/commissioning and handing over the equipment in perfect condition and in working order at the exchange rate prevailing at the time of the opening of the letter of credit or negotiation of documents whichever is less. The release of the IAC shall be also subject to the recommendations of the concerned HOD. For the indigenous equipments 100% payment shall be released by SKIMS after receipt/satisfactory inspection/installation and handing over of the equipments in perfect condition and in working order.

27.

Exchange variations:The Shere-i-Kashmir Institute of Medical Sciences, Srinagar, shall deposit 100% margin money with the bank for opening of the foreign letter of credit at the exchange rate prevailing on the date of the opening of the letter of credit. The remittance to the successful tenderer(s) shall be made at the exchange rate prevailing on the date of the negotiation of documents if the shipment of the equipment(s) has been made within the accepted delivery period. 28. Custom clearance:The custom clearance of the equipment(s) and its transportation to SKIMS, Soura, Srinagar, shall be the responsibility of the successful tenderer(s). Necessary custom clearance documents including NMIC & DEC if required shall be provided by the Institute. 29. Inspection:The entire equipment(s) with accessories shall be received by the Institute in Srinagar, J&K State (India) on said to contain basis and shall be inspected by the Institute authorities in presence of the authorized representative of the successful tenderer(s) if desired so. Any shortage/damage/discrepancy etc. noticed at the time of such inspection shall be replenished by the successful tenderer(s) within a period of thirty days from the date of the intimation to them free of cost. 30. Packing and dispatch:The equipment(s) before dispatch shall have to be properly packed by the successful tenderer(s) at their costs. The packing should conform to the special conditions as laid down by the transport/air lines/railways. 31. Delivery and Completion Period:An early delivery of the ordered equipment(s) is desirable. The tenderer(s) should quote specific delivery period for the equipment advertised. The completion period of the turn key jobs should also be specified early. 32. Training:In order to ensure full and optimum utilization of the equipment, the successful tenderer(s) shall have to impart free on site training to sufficient number of technical staff of the Shere-i-Kashmir Institute of Medical Sciences, Soura, Srinagar, J&K, India. 33. a) Installation of the equipment:All pre-installation requirements of civil, electrical, mechanical including drawings and plans for the equipment shall have to be finalized by the successful tenderer(s) with the authorities of the Shere-i-Kashmir Institute of Medical Sciences, prior to the dispatch/receipt of the equipment. The equipment(s) after receipt shall have to be installed by the trained qualified Engineer of the successful tenderer(s) within a period of thirty days from the date of the intimation from SKIMS. The installation of the equipment(s) shall have to be carried out by the successful tenderer(s) even during the prevailing conditions irrespective of the Force Majeure clause.

b)

c)

34.

Unloading of the equipment:The unloading of the equipment at the time of its receipt at SKIMS and its shifting to the site of installation shall have to be arranged by the representative of the successful tenderer(s) at their cost/care and responsibility. It shall also be their responsibility to arrange for the tools required for unloading and shifting of the equipment to the site of the installation at SKIMS. 35. Testing and quality of the equipment:The equipment(s) to be supplied should be of the Latest State of Art and Technology conforming to the highest standards of manufacturing technology in respect of the durability, strength and engineering practices. There shall be no cracks, flow or any other defect and all the equipment(s) should be made to the standard gauge to ensure and facilitate subsequent replacements and repairs.

All the materials used in the equipment(s) shall be new and of highest and approved quality for the optimum/high standard use. All the inspections and tests required under ISS/BSS/ANS practice will be performed at the companys works and the successful tenderer(s) shall have to issue a certificate to this effect which will form an integral part of the documents to be presented at the time of the negotiations. In case operation of any part of the equipment(s) show that it does not conform to the specifications of BBS/ISS/ANS, the Institute shall be at liberty to reject the equipment in whole or part thereof as the case may be and the successful tenderer(s) shall be bound to furnish at once the new equipment or part thereof as may be necessary to conform to the guarantee and the requirement of specifications. In case any equipment, accessories or part thereof develops any defect which could not be detected at the time of its installation at SKIMS within sixty months from the date of the acceptance of the equipment, it shall be promptly replaced by the successful tenderer(s) free of charges and all expenses of transportation, custom clearance and installation shall be borne by the successful tenderer(s). 36. Tools and tackles:The successful tenderer(s) shall arrange at their own costs all tools, tackles and other appliances necessary or desirable for installation of the equipment at the site of installation. 37. Sales Tax Certificates:The latest copies of the Income/Sales Tax clearance certificates must be enclosed with the tender(s). Tin number must also be mentioned wherever applicable. 38. a) Important Instructions to the Tenderer(s):All the technical features, facilities and accessories mentioned in the detailed specifications of the tender document are standard requirements and hence these should be quoted as the standard feature. None of these should be quoted as optional items. In the price bid cost of the locally supplied items must be quoted separately in Indian currency. Each specification must be quoted in the same format and order of sequence as mentioned in the tender document and specify/indicate the verification document from the product data sheet against each column. Original product data sheet, complete manuals and other necessary documents should be provided with the tender. Photostat copies of these or printouts of E-mail/Web pages shall not be accepted. When required information other than those in the data sheets should be provided as a separate document from the principals only and should refer to the specific sections being addressed. When standard vendor data sheet disagrees with bid (after compliance statement) clarifications should accompany in the form of certificate from the foreign principals only. In absence of this the data sheet provided by the tenderer(s) will prevail for purpose of evaluation only and the decision of the technical committee shall be final and binding on the tenderer(s). Representation, if any, shall be made within ten days from the date of opening of technical bids where after it will not be considered.

b) c)

d)

e) f) g)

h)

39.

Patent rights:The successful tenderer(s) shall have to defend at their own costs any claim lodged in a suit proceedings against the purchaser that the equipment(s) or any part thereof constituted an infringement of any patent of the country of origin or India if noticed promptly in writing and give authentic information and assistance or the defense and the successful tenderer(s) shall pay all the damages and the costs awarded against the purchase in such suit or proceedings for the patent infringement. In case the equipment in such suit or proceedings for is held to continue infringement and the use of the equipment(s) or part thereof is prohibited the successful tenderer(s) shall at his own expenses either procure for the purchaser the right to continue using the equipment or modify it so that it becomes non-infringing to remove the equipment(s) and refund the purchaser full price plus transportation costs thereof. 40. Force Majeure:Any failure or omission to carry out the provisions of this contract shall not give rise to any claim by SKIMS and the successful tenderer(s) one against the other if such failure/omission arises from an act of God which shall include all acts of natural calamities such as fire, floods, earthquakes, hurricanes or any pestilence of from civil strikes compliances with any statute of regulations of Government lockout, strikes, riots, embargoes or from any political or other reasons beyond the control of either SKIMS or the successful tenderer(s) including war (whether declared or not, civil war of a state of insurrection. However, Force Majeure clause shall not apply for the installation of the equipment, its repairs and maintenance by the companys engineer and the service contract after the expiry of the Guarantee period.

41. a)

b)

Arbitration:If any time any question dispute or difference whoever shall arise between the successful tenderer(s) and SKIMS or in relation with this contract, either of the parties may give in writing to other party in writing the existence of such a question, dispute or difference and the same shall be referred to award to two arbitrators one to be nomination by SKIMS and other by the successful tenderer(s) or in case of such arbitrators not agreeing then to award of an umpire to be appointed by the arbitrators in writing before proceeding with the reference and the decision of the arbitrators or in the vent of their not agreeing to the decision of the umpire appointed by them shall be final and binding on the parties. The provision of J&K Arbitration Act of 2002 and the rules there under or any other statutory modifications thereof shall be deemed to apply to arbitration. Such a notice of existence of any question or dispute or difference in connection with this contract shall be served by either parties within sixty days of the beginning of such dispute failing which all rights and claims under this contract shall be deemed to have forfeited and absolutely debarred Upon every or any such reference the cost of incidentals to the reference and award respectively shall be at the direction of the arbitrators or in the event of their not agreeing of the umpire appointed by the may determine the amount thereof direct the same to be fixed as between solicitor and the client or as between party and party and shall direct by whom to whom and in what manner shall be borne and paid. In case of any legal dispute the jurisdiction shall be of Jammu and Kashmir Courts only. The supply to be made under this contract shall, if reasonably possible continue during the arbitration proceedings.

42.

Penalties:In the event of the successful tenderer(s) failing, declining, delaying or neglecting the supply of the goods as per the order or in the event of any damage occurring or being caused by the successful tenderer(s) or in the event of any default by the successful tenderer(s) in complying with any of the terms and conditions of the contract or a default or failure in completion with any of the terms and conditions of the contract, the Director, Shere-i-Kashmir Institute of Medical Sciences, Srinagar, shall without prejudice to any other remedy available to it under law for time being in force in the J&K State order; a) Terminate the contract after thirty days notice and/or; b) Recover the amount of the loss caused by the damage, failure or default (including the consequential damages) or a default or failure as may be determined by the Director, SKIMS. c) Forfeit CDR/FDR. d) Impose penalty equivalent to 5% of the total unsupplied value of the order. e) Penalty shall however be subject to the force majure and arbitration clauses of this N.I.T. f) Other provisions of penalty shall be as per guarantee/warranty of this N.I.T. 43. Installation List:The installation list of the quoted equipment(s) alongwith the performance report of the actual users must be enclosed with the tender. In case the installation list is not enclosed it shall be presumed that the same has not been furnished intentionally by the tenderer(s) and no separate request for its submission shall be made by the Institute. Regulatory clearance certificates:44. Regulatory clearance certificate: It will be the responsibility of the successful tenderer(s) to obtain necessary regulatory clearance certificates as may be required for import/installation and working of the equipment(s). 45. AERB approval:It shall be the responsibility of the tenderer(s) to obtain NOC if any required from the regulatory Body AREB Mumbai, India. 46. Compliance statement:All the claims of the tenderer(s) regarding fulfilling the specifications shall be duly supported by appropriate, latest technical catalogues/brochures from the manufacturers and simply stating that the equipment(s) quoted meets the advertised specifications is not sufficient and such tender shall be rejected. Computer printed documents or laser printouts will not be accepted as technical catalogue/brochures. Chief of the Materials Management SKIMS, Soura, Srinagar For Director, SKIMS. No:-SIMS 324 NIT-03-Imports-2011Dated:-_____/04/2011.

You might also like