specification of items for department of physiology

1
EMPLOYEES’ STATE INSURANCE CORPORATION
MODEL HOSPITAL
Sec-9A, Gurgaon, Haryana-122001
(Under Ministry of Labour, Govt. of India)
Phone: 0124-2252001
No.03/2014-Fbd./
Date: 07.01.14
Tender Enquiry No.
Date of floating tender:
Last Date & time of submitting of tender:
Date and time of opening tender:
Name of Item
Earnest Money Bid System
Supply of Equipments/
As mentioned
instruments/ item for the use in in list against
Department of Physiology (As
each item
per list)
03/2014-Fbd.
07/01/2014
05/02/2014 (11.00 am)
05.02.2014 (12.00 noon)
Single/ Double
bid as mentioned
in list against
each item
Tender
Cost
Date of
Opening of
Tender
Rs.
500/-
05.02.2014
at 12.00
noon
Medical Superintendent ESIC Model Hospital, Sec-9A, Gurgaon as the Nodal Officer of the ESIC
Medical College and Hospital, NH-3, Faridabad invites sealed bid under Single/two bid system- Technical Bid and
Price Bid:For Supply of Equipments/ instruments/ item for the use in Department of Physiology at ESIC Medical College,
Faridabad.
Interested firms are requested to collect tender form with term & Conditions from MS Office ESICMH, Sec-9A,
Gurgaon on any working day from 10.00 am to 3.00 pm and on Saturday from 10.00 am to 12 noon at the cost of
Rs. 500 (Five hundred) in the form of Demand Draft (Non refundable) in favour of ESIC FUND ACCOUNT NO. 1
payable at Gurgaon. Tender documents can also be downloaded from ESIC website (http://www.esic.nic.in) in
that case DD for the cost is to be enclosed with Tender. Tender form is to be submitted completed in all respects
along with prescribed EMD in favour of ESIC FUND ACOOUNT NO. 1 payable at Gurgaon in form of Demand Draft.
The Annexure- V(a) & V(b) contains the format in which price has to be quoted as per the commercial terms for
the Tender.
Tender complete in all respects should be dropped in tender box kept in the Committee Room of the MS
Office, ESIC Hospital. Tender received after 11.00 AM on due date will not be entertained. The Technical Bid and
Price Bid must be sealed by the bidder in the separate envelopes duly superscribed “Technical Bids for Supply of
Equipments/ instruments/ item for the use in Department of Physiology-2014”, and “Price Bid for Supply of
Equipments/ instruments/ item for the use in Department of Physiology-2014” both the sealed envelope are to be
2
put in the bigger envelope which should also be sealed and superscribed, “Bid for Supply of Equipments/
instruments/ item for the use in Department of Physiology-2014”
Notwithstanding anything stated above, the Purchaser reserves the right to assess the Tenderer’s
capability and capacity to perform the contract satisfactorily before deciding on award of Contract, should
circumstances warrant such an assessment in the overall interest of the Purchaser.
The Purchaser reserves the right to ask for a free demonstration of the quoted equipment at a pre
determined place acceptable to the purchaser for technical acceptability as per the tender specifications, before
the opening of the Price Tender.
Tenders will be opened on the due date at 12.00 noon in the Conference room of the ESIC Model Hospital,
Sec-9A, Gurgaon In the presence of bidders or their authorized representative. If due date of opening is declared
holiday, tender will be opened on next working day at same time and place.
The undersigned reserves the right to accept or reject any or all the bids without assigning any reason at
any stage.
Medical Superintendent
ESIC Model Hospital, Gurgaon
As a Nodal Officer of ESIC Medical College, NH-3, Faridabad
3
EMPLOYEES’ STATE INSURANCE CORPORATION
MODEL HOSPITAL
Sec-9A, Gurgaon, Haryana-122001
(Under Ministry of Labour, Govt. of India)
Phone: 0124-2252001
No.03/2014-Fbd./
Date: 07.01.14
SUB: For Supply of Equipments/ instruments/ item for the use in Department of Physiology at ESIC Medical
College, Faridabad.
TENDER DOCUMENT
Tender are invited for Supply of Equipments/ instruments/ item for the use in Department of Physiology
at ESIC Medical College, Faridabad up to scheduled time and Date. Sealed tenders should bear the tender inquiry
No and be clearly super scribed as “For Supply of Equipments/ instruments/ item for the use in Department of
Physiology at ESIC Medical College, Faridabad. Tenders submitted after scheduled time shall out rightly be
rejected.
S. No Items
1
2
3
4
5
6
7
8
BINOCULAR
MICROSCOPES
DOUBLE
DEMONSTRATION
EYEPIECE
DOUBLE HEADED
STETHESCOPE (for
teaching)
Polygraphs
Wright’s peak flow meter
Spirometer-Pulmonary
function test
Gas analysis apparatus,
Haldane’s students type
Automatic Gas Analysis
Quan
tity
60
nos
3 nos
EMD
Warranty CMC Required
Reqd
(After Warranty)
60000/- 2 years
Yes 5 years
300/-
1 years
No
Single
2 nos
200/-
1 years
No
Double
1 nos
30000/- 2 years
Yes 5 years
Double
1 nos
1 nos
100/8000/-
No
Yes 5 years
Single
Double
1 nos
30000/- 2 years
Yes 5 years
Double
1 nos
30000/- 2 years
Yes 5 years
Double
2 years
2 years
Bid System
Double
4
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
CO2 and O2
Recording spirometer/
benedict’s roth spirometer
/Basal metabolism
apparatus
Mosso’s ergograph
Thermal aesthesiometer
Electronic Von frey
aesthesiometer
Algometer
Apparatus for continuous
passive motion
Stethograph
Bicycle Ergometer
Bicycle ergometer
Olfactometer
Perimeters, with charts
(Priestly Smith model)
Dynamometer
Instrument Trolley
Physiograph3 Channels
Physiograph Single
channel
Centrifuge, High speed
with tachometer etc.
LAB REFRIGERATORS
Electronic Muscle
stimulator
ALL GLASS DISTILLATION
APPARATUS(Double Stage)
Kymograph
KYMOGRAPH
OPERATING TABLEANIMAL
Dale’s bath for internal
organ
DALE’S BATH FOR
INTERNAL ORGANS
Isolated Organs. Bath for
1 nos
4000/-
2 years
No
Double
3 nos
2 nos
1 nos
600/800/400/-
2 years
2 years
2 years
No
No
No
Single
Double
Double
2 nos
1 nos
800/400/-
2 years
2 years
No
No
Double
Double
2 nos
2 nos
1 nos
1 nos
4 nos
300/8000/10000/400/1200/-
1 years
2 years
2 years
2 years
2 years
No
No
No
No
Single
Double
Double
Single
Single
1 nos
1 nos
2 nos
3 nos
600/200/19000/19500/-
2 years
2 years
2 years
2 years
No
No
No
No
Single
Double
Double
Double
3 nos
1200/-
2 years
No
Double
1 nos
1200/-
2 years
No
Double
1 nos
400/-
2 years
No
Double
1 nos
600/-
2 years
No
Double
2 nos
2 nos
1 nos
800/400/800/-
2 years
2 years
2 years
No
No
No
Double
Double
Double
1 nos
8000/-
2 years
No
Double
2 nos
800/-
2 years
No
Double
1 nos
8000/-
2 years
No
Double
Yes 5 years
5
34
35
36
37
38
39
40
41
42
43
44
45
46
47
students complete with
liver etc.
ISOLATED ORGAN BATH
Weighing Machine: Digital
Weighing Machine:
Mechanical
Weighing machine railway
station type: (Manual)
LANGENDROFS
APPARATUS
ECG machine 12 channel
ECG Machine Single
Channel
EEG machine
Height measuring machine
SKIN FOLD CALIPER
(HARPENDER’S CALLIPER)
GONIOMETER
Clinical Examination
couches
Electromyogram
Anthropometric Set:
Manual
1 nos
1 nos
1 nos
400/500/300/-
2 years
2 years
2 years
No
No
No
Double
Double
Single
1 nos
300/-
2 years
No
Single
1 nos
500/-
2 years
No
Single
1 nos
1 nos
6000/1000/-
2 years
2 years
Yes 5 years
Double
Double
1 nos
1 nos
1 nos
10000/- 2 years
100/1 years
100/1 years
Yes 5 years
No
No
Double
Single
Single
1 nos
6 nos
100/3000/-
1 years
2 years
No
No
Single
Double
1 nos
2 nos
4000/400/-
2 years
1years
No
No
Double
Single
No
Tenders complete in all respect, must be dropped in the tender box kept in the Office of the Medical
Superintendent, ESIC Hospital, Gurgaon, Haryana on or before the last date mentioned in the tender
notification. The tenders will be opened as scheduled and indicated in the tender notification, in the
Conference hall at 12.00 Noon. in the presence of tenderers or their representatives who may like to be
present on that day. In case date of opening of tender is declared as holiday tenders shall be received
and opened on next working day as per the above mentioned schedule
A. Single bid System

Tenderers are to submit in single sealed bid, super scribing as “Single bid Tender for Equipment (Name
of the equipment’s) due on 05.02.2014. The envelope should have the name of the quoting company,
last date of submission of tender. Each and every page of the quotation should be separately numbered
and duly signed. The tender/s should be put in sealed envelope addressed to the Medical
Superintendent, ESIC Hospital, Hospital Gurgaon, Haryana.
Rates/Price should be typed both in words as well as in figures, free from erasing, cutting and overwriting
6




Each and every page of the quotation be separately numbered and duly signed.
Price and S.T./ VAT must be quoted separately. The price should be all inclusive lump sum including cost
of the equipment, freight, insurance, transit insurance, packing forwarding etc. and including charges for
installation and commissioning with all the men and material required for the same and for the quoted
warranty period.
The price should be on F.O.R. ESI Medical College, Faridabad basis. No other charges in addition will be
payable on any account over and above the lump sum price quoted in the price bid except S.T/VAT. The
rates quoted in ambiguous terms such as “Freight on actual basis” or “Taxes as applicable extra” or
“Packing forwarding extra” will render the bid liable to rejection.
The price should be quoted in Indian Rupees.
B. Two Bid System









Tenderers are to submit two sealed bids Viz. Techno-commercial Bid and Price Bid separately superscribing as “Tender for Equipment (Name of equipment) due on 05.02.2014 on first envelope and
“Price Bid” for “Tender for Equipment (Name of equipment) due on 05.02.14 on the second envelope.
Both the envelopes should have name of the company quoting the tender, Each and every page of the
quotation should be separately numbered and duly signed. Both the envelopes are again to be sealed
and put in a single envelope super-scribing name of equipment and name of company, last date of
submission of tender addressed to the Medical Superintendent, ESIC Hospital, Gurgaon as a Nodal
Officer of ESIC Medical College NH-3, Faridabad as follows:
The tender/s (Technical bid and price bid envelopes) should be put in sealed envelope addressed to the
Medical Superintendent, ESIC Hospital, Hospital Sec-9A, Gurgaon, Haryana-122001. The envelope
should be super-scribed as “Tender for Equipment (Name of equipment) due on 05.02.2014.
The contents of price Bid should include following items:
The information given at Techno commercial bid should be reproduced in price bid with prices indicated.
Rates/Price should be typed both in words as well as in figures, free from erasing, cutting and overwriting
Price quoted should match with the items quoted in technical bid.
Each and every page of the quotation be separately numbered and duly signed.
Only Techno-commercial bid (Un-Priced bid) will be opened first and shall be referred for the Technical
Evaluation. The price bid of only those tenderers whose technical bid is found acceptable by the
competent authority will be opened for further action.
In case the price quoted cannot be matched with the item/s quoted in technical bid the bid shall be
liable to be rejected
Price and S.T./ VAT must be quoted separately. The price should be all inclusive lump sum including cost
of the equipment, freight, insurance, transit insurance, packing forwarding etc. and including charges for
installation and commissioning with all the men and material required for the same and for the quoted
warranty period.
The price should be on F.O.R. ESIC Medical College & Hospital, NH-3, Faridabad basis. No other charges
in addition will be payable on any account over and above the lump sum price quoted in the price bid
except S.T/VAT. The rates quoted in ambiguous terms such as “Freight on actual basis” or “Taxes as
applicable extra” or “Packing forwarding extra” will render the bid liable to rejection.
The price of the items should be quoted in Indian Rupees only.
7
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
The contents of Techno Commercial Bid (for both Single and Two bid tenders) should include following
items
Covering letter indicating the list of enclosures.
Cost of tender documents if downloaded from website by demand draft.
EMD in accordance with instructions as above.
Name and detailed specifications of the quoted Equipment with price Blanked
Name and detailed specifications of essential accessories if any with price Blanked
Name and detailed specifications of optional accessories if any with price Blanked
Warranty Offered 2 Year/s (Minimum for Two Years)
Rates of AMC and CAMC minimum for 5 years after expiry of warranty as and where required.
User list.
Statement of deviation parameter wise from specifications if any.
Statement of deviation parameter wise from tendered conditions, if any.
Copy of PAN No. / I.T.R. of last three years
Proof of Turn over of at least Rs. 2.5 Crore each year for past three consecutive years.
Authority letter from manufacturer authorizing the distributor/stockiest if applicable.
Name and address of nearest authorized service center
Catalogue of the equipment showing the make/model no and specifications
Declaration/ undertaking on stamp paper as per the proforma enclosed (Annexure III)
TERMS AND CONDITIONS GOVERNING CONTRACT
1. Any amendments in the tender documents at any stage of tender shall be uploaded in the website
www.esic.nic.in in the link for tender Haryana.
2. One time custom exemption certificate for import of Hospital equipments under condition no. 86 at sl.
No. 485 of the Ministry of Finance, Department of Revenue vide notification no. 12/2012-Customs dated
17th March 2012 has been issued for ESIC Medical College, Faridabad (Annexure-1).
3. The Tenderer must enclose a draft/banker Cheque for sum mentioned against each items as earnest
money drawn in the favor of ESI Fund A/C No.1 payable at Gurgaon.
4. EMD Deposited with earlier tender if any or in any other form as given, will not be adjusted/accepted
against this tender. Tender without EMD will not be accepted in any case.
5. Tenderer will have to demonstrate the quoted item to the Technical Evaluation Committee within the
stipulated time frame as and when asked for. The tender shall be liable to be cancelled on noncompliance of this clause.
6. EMD will be released to unsuccessful bidder/s after finalization of tender.
7. Preference shall be given to tenderer who shall bid for 3 or more different
equipments/instruments/items mentioned in the tender.
8. 10% of the payment due (Rounded-up) shall be with-held from the successful bidder. The same will be
released on satisfactory performance of the equipment after expiry of warranty.
9. Either the authorized Indian agent on behalf of the principal/OEM or principal/OEM itself can bid but
both cannot bid simultaneously for the same item/product in the same tender.
8
10. If an agent submits bid on behalf of one principal/OEM, the same agent shall not submit a bid on behalf
of another principal/OEM in the same tender for same item/product.
11. The company will get only one chance for demo. In case the company fails to arrange the demo the
tender shall be liable to be cancelled.
12. The date for demonstration shall be fixed with mutual consent on telephone/e-mail the same shall be
confirmed in writing and by fax/e-mail. Only reasonable time shall be given to arrange for demo.
13. In case demo of the equipment is asked (if any) the same has to be arranged at Gurgaon.
14. Only the manufacturers or their authorized distributor/stockist would be considered.
15. Tenderer must provide the telephone and fax no./e-mail with tender for all correspondence.
16. The equipment should be guaranteed /warranted for a minimum period of two years or as mentioned in
specifications from the date of satisfactory inspection, installation and commissioning.
17. Delivery schedule: - Within 45 days after placement of supply order.
18. Firm should undertake to enter into Annual Maintenance Contract (AMC/CAMC) for equipment where
ever required as well as for accessories attached, for minimum period of five years after completion of
warranty period and accordingly quote the rates of AMC for five years. The rates quoted should be both
for Comprehensive AMC (CMC) as well Non Comprehensive AMC (AMC) for five years. Firm should
undertake to keep the equipment in running order throughout the year and in case of equipment going
out of order during warranty/AMC/CMC the fault will be attended within 24 hours and rectified within 7
days of lodging the complaint. Failure to rectify the fault would entail downtime penalty @ 0.25% of
basic cost of equipment per week.
19. The tenderer will be responsible to provide training to laboratory staff for the purchased equipment.
20. The tenderer shall assure availability of spares/ disposables for at least 10 years for equipments requiring
propriety consumables/chemicals or costing 10 Lakhs or more.
21. All consumables required for installation and standardization of system to be given free of cost.
22. The tenderer shall submit list of users and satisfactory report of quoted model from reputed institute preferably
Government institute/ hospitals.
23. The Dean through a committee shall arrange for inspection and installation of equipments at Medical
College Faridabad and payment shall be released after final acceptance certificate is issued as per
proforma enclosed (Annexure-VII)
24. Payment of equipment will be made through ECS within two weeks after the successful installation,
commissioning, training to user department and satisfactory inspection of the equipment.
25. For the equipment where reagents, cartridge, consumables, etc. are required. The price bid must
include: A) Rate list indicating the prices and packing prevalent on date of tendering, B) List indicating
cost and life of consumables
26. Photocopy of ITR/ PAN No. Should be enclosed with the completed tender as mentioned in Annexure
VIII.
27. Tenderer if not a manufacturer, has to submit manufacturer’s authorization certificate as per Annexure
IV.
28. The validity of tender will be for a period of six months from the date of opening.
29. If any accessories like voltage stabilizer, water filtration/ purifier/ soften plant etc. are required with the
equipment must be quoted along with the equipment itself.
30. Rates of spares chargeable may be indicated with the tender.
9
31. The Medical Superintendent has the right to accept or reject any or all the tenders without assigning any
reason(s) thereof.
32. The Tenderer is required to submit undertakings as per the Performa enclosed on a non-judicial stamp
paper of Rs.100/33. If the equipment needs calibration, the firm shall be responsible for calibration as part of CMC
34. Amount of AMC/CMC as the case may be, shall also be considered for arriving at the lowest cost.
Medical Superintendent
ESIC Model Hospital, Gurgaon
As a Nodal Officer of ESIC Medical College, NH-3, Faridabad
10
SPECIFICATION OF ITEMS FOR DEPARTMENT OF PHYSIOLOGY
1.
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
Binocular Microscopes
Student upright binocular Microscopes (with inbuilt light source).
Binocular microscope with universal infinity corrected optical system.
LED light source illumination.
Rigid frame with ergonomics design.
Binocular observation tube with inclination of 45/30 degrees.
Built in torque adjustable focusing knob.
Square mechanical stage with rigid hand coaxial control.
Abbe condenser, Iris diaphragm.
Revolving Quintuple nose piece (for objectives).
Plan achromat objectives 4X, 10X, 40X, 100X :- Made from high quality International optical
glass Precision engineered for parfocal & centred viewing High-grade optics with multi-layer
coatings provides optimum brightness & contrast for long hours of comfortable viewing.
40X, 100X should be spring loaded.
Eye piece 10X (FOV 20).
Antifungal treatment should be applied to the observation tube, eyepiece and objective.
Accessories, dust cover and power cord.
Power requirement 220 V/ 50 Hz.
Should be CE certified/FDA approved.
Demonstration should be there.
Satisfactory copy from user of medical colleges.
Microscope should be international brand quality.
CE and ISO certified.
Anti fungus resistant.
Service center of company and there service team details.
Should be upgradable to florescence and phase contrast.
2. Double Demonstration Eyepiece
Technical Specifications
1. Demonstration Eye piece should fit any standard 23 mm dia. eye piece, making it
possible for two persons to see the same object at the same time.
2. Should be fitted with a pointer
3. Instrument should be supplied with top class quality optical components
4. This instrument should have a Beam Splitting Prism to optical Glass
5. Pointer should cover the entire field and should enable clear vision to the observer and
sub-observer
6. It should have 360° rotation.
7. It should be held in the desired viewing position by a knurled headed pinch screw.
8. To be supplied in velvet lined case
11
System Configuration Accessories, spares and consumables
Velvet lined case
Documentation
Manufacturer should have ISO certification for quality standards.
3. Double Headed Stethescope (for teaching)
Should be able listen the lung and heart sounds
Should be four eartips with single diaphragms
Should have double tube from diaphragm
Should have high quality sound transmission.
Length should be 27" to 29"
Should be light weight
Chest piece - Ø45mm(adult) , - Ø35mm (paediatric)
Preferable colour -black
Should have tight and soft sealing ear tips
System Configuration Accessories, spares and consumables:
Diaphragms
Eartips
Binaurals
Rims
Documentation:
Manufacturer should have ISO certification for quality standards
4. Polygraphs
The system should be able to record and analyse.
 Pulse, respiration, airflow, blood pressure, GSR, temperature, Heart Rate Variability [HRV]
 ECG recording with multi-leads, phono cardiogram to record heart sounds and correlate the
sound with the electrical events of the cardiac cycle. VCG (Cardiac Axis analysis)
 Blood pressure monitoring in Human with Systolic, Diastolic and other hemodynamic parameters.
 Dynamometer to study handgrip strength profile with balance board for of static posturography
studies.
 Non Invasive Tonometer for Vascular function Testing
 Goniometer, Tandon Hammer, Stimulating electrodes for reflex, reaction action experiments.
Specifications:
 Number of channel : 8 channels Data Acquisition system
12













Range: - +2 mV to +10 V and Sampling rate of 400 KHz (aggregate speed),
ADC resolution = 16 bits on all gain ranges and variable sampling speed on each channel with
continuously record and display up to 32 channels of data.
Transducers:- Pressure, Plethysmography, Respiration, Pulse, Surface Temperature probe,
Biopotentials, GSR Electrodes, Non-Invasive tonometer , hand dynamometer and wireless Herat
rate kit, variability and other accessories for the measurement of the above parameters.
Software:- It should have various automatic analysis modules for ECG, HRV, Blood Pressure,
Metabolic studies, Cardiac output, Peak analysis, spike histogram etc.
Online & offline analysis with various export options like Binary, Axon, IGOR, MATLAB, Excel,
Graph Pad Prism, QuickTime, Wav, Text etc.
Online recorded data & analysis streaming to Excel &MatLab
The software should have step by step instructions, protocol and experimental design for
performing various experiments in physiology teaching applications. Also should have sample
data for animal experiments for demonstrating to the students.
The software should provide an easy file sharing option to a distant user with-out involving any
cost with a 5 year of free updates and upgrade.
Computer: Intel Core i5, Genuine Windows 7 professional, 21.5 ― Full HD Widescreen Flat LED
Monitor, 4GB RAM, 500GB SATA Hard Drive, DVD. Facility for internet connectivity, Laser printer
and UPS with 20 minutes back up for whole system required
Optional Items:-Electric Tilt table & Non Invasive beat to beat Blood Pressure Monitor,
compatible with data acquisition system& Software for analysis to be quoted separately.
Documentations:- CE, ISO and other safety certificates must be provided.
Proper Demonstrations to be carried out before finalizing.
The system should have world-wide installation, acceptance and recognition in published
research papers globally, Performance certificates should be provided from the users using the
system in India/abroad.
5. Wright’s Peak Flow Meter
Lower range mini wright PFM (30 – 40ppm) with sterilizeble mouth piece.
6. Spirometer-Pulmonary Function Test:
Electronic with computer attachment and print out with software for complete analysis:
1. Should be Electronic with computer attachment and print out with software for complete
analysis.
2. The System should be an economically oriented lung function measuring system for the
determination of the static and dynamic lung volumes using the classical FRC-Helium
rebreathing and the Diffusion Capacity by using the single Breath technique.
3. It should also be possible to measure Diffusion Capacity (DLCO) by the Rebreathing technique
for patients with distribution imapairments of the lungs, to minimize patient co-operation
13
4. Indian predictive values should be available for all measurements and both methods of
estimation of lung diffusion.
7. Gas Analysis Apparatus, Haldane’s Students Type
 The computerized metabolic system provides all vital parameters such as ECG, heart rate,
pulmonary volumes and capacities, respiratory gases and metabolic measurements.
 The system should calculate VE Expired minute volume , VO2 oxygen consumption , VCO2 carbon
dioxide production , RER respiratory exchange ratio, ECG, HRV, Body Temperature and Pressure
Saturate BTPS, Standard Temperature and Pressure Dry STPD, (VE / VO2), (VE / VCO2) etc. and
should generates a number of graphs like Metabolic Log Window , VE (BTPS) vs. VO2, VE (BTPS)
vs. VCO2, VCO2 vs. VO2, RER vs. time, VO2 vs. time, VCO2 vs. time , VE (BTPS) vs. time.
 It should plot real time flow & volume loops. ECG switch box (lead I, II, III, aVL, aVF, aVR and V1 to
V6) for real time cardiac axis & vector analysis etc.
 The Oxygen sensor should have minimum range of 5-100% oxygen and resolution of at least
0.02% & the carbon dioxide sensor with minimum range 0-8% of carbon dioxide and resolution of
at least 0.1% and variable flow range of 0-185 ml/min for best performance and results.
 The bio-potentials signal conditioners, supplied must be approved to IEC, CE & ISO.
8. Automatic Gas Analysis CO2 and O2
The system should be able to
 Record & measure VO2 oxygen consumption , VCO2 carbon dioxide production, VE Expired
minute volume , RER respiratory exchange ratio, ECG, HRV, Body Temperature and Pressure
Saturate BTPS, Standard Temperature and Pressure Dry STPD, (VE / VO2), (VE / VCO2) etc. and
should generates a number of graphs like Metabolic Log Window , VE (BTPS) vs. VO2, VE (BTPS)
vs. VCO2, VCO2 vs. VO2, RER vs. time, VO2 vs. time, VCO2 vs. time , VE (BTPS) vs. time.
 High speed USB based recording unit along with Gas analysers, spirometer amplifier, flow-head
and other transducers and accessories.
 Have oxygen sensor with minimum range of 5-100% oxygen and resolution of at least 0.02%, and
the carbon dioxide sensor with minimum range 0-8% of carbon dioxide and resolution of at least
0.1% and variable flow range of 0-185 ml/min for best performance and results.
 To perform online and offline analysis up to 32 channels.
 Supplied with breathing accessories and Douglas bags.
 To plot real time flow & volume loops. ECG switch box (lead I, II, III, aVL, aVF, aVR and V1 to V6)
for real time cardiac axis and vector analysis.
 IEC 60601-1 & ISO 9001:2008 certified & making them safe for use with human subjects.
 An obligatory demonstration of the equipment and necessary training.
 To be supplied with Bicycle ergometer, branded computer & UPS.
9. Recording Spirometer/ Benedict’s Roth Spirometer /Basal Metabolism Apparatus
Spirometer has a 4 speed electrical recording unit with gravity writing ink. Valves are easily accessible,
soda lime chamber with screw connection in the centre chamber, drain to all the tubes and container.
14
Sampling cock for connecting the patient to spirometer or atmosphere. The unit is fitted on portable
frame, complete with valves, tube, mouth piece, nose clip, ink writing well and 50 charts.
10. Mosso’s Ergograph
Mosso`s ergograph with metronome and weights. Ergograph containing the
advantageous features of both bubios and mossos ergograph with weight set and recorder with
writing device.
11(a). Thermal Aesthesiometer
Should microprocessor controlled
Should have computer connectivity for data logging.
Should work on the temperature range of 5 Deg to 55 Deg
Should have sampling rate of 18 samples/sec
Should have a starting temperature 25° to 40°
Temperature increment rate 0.2 deg/s to 2.5 deg/s
Temperature decrement rate 0.2 deg/s to 2.5 deg/s
Delay between the repeats should be 3 to 30 secs
Power supply – 220v 50Hz
The product should be CE or FDA or BIS Certified
11 (b). Electronic Von Frey Aesthesiometer
Electronic von Frey is used to assess mechanical allodynia with rigid tips (threshold) and the flexible
von Frey hairs are used for sensory test on all test subjects.
Should plug up to 3 probes into a single unit.
The systems should be supplied with 90, 800 and 1000 gram probe.
Should be supplied with limit indicator with all probes.
Should measure, store and display your test readings in grams based upon the amount of pressure
applied.
Should be calibrated at the factory.
Should have MRI Probe.
Should have LCD Readout.
The product should be CE or FDA or BIS Certified
12. Algometer:
Accuracy should be ±3% of reading
LCD Display should be 5 digits,
15
Display Update should be 8 per second
Power: 220 VAC charger
Should have rechargeable battery
Battery backup should be up to 50 hours
Tip Size should be 1 cm2
Should have Bi-Directional RS232 (include RS232-USB convertor) communication with the
computer
Should have auto calibration facility
Should have internal memory of 500 data
Should have USB patient response unit to record patient response during stimulation
The product should be CE or FDA or BIS Certified
13. Apparatus For Continuous Passive Motion.
CPM is used to treat joints of the lower limb after an injury, disease or following surgery. Based on a
concept originated by SALTER IN 1970, this device has varied applications namely treatment of intra
articular fractures, septic arthritis, ligaments tendon healing and also following total joint replacement to
ensure a sufficient range of motion.
To prevent stiffening , the jouint have to be moved continuously which results in the
following.
· Minimize swelling and pain after operation
· Ensures faster recovery and shortened hospital stay
· Prevents extra articular contractures and adhesions.
Ext/Flex Angle indicator at knee position
· Compact and elegant construction
· Electronic controls enable all adjustment of angle to be made on the front panel.
· Smooth and silent movement
· Digital timer with alarm
· Patient safety switch for stopping and reversing the motion.
Specifications
Treatment time
0 – 99 minutes
Reset time
1 to 5 seconds
AngleExtension 0
Power
230V/AC/50Hz, 75VA
14. Stethograph
a. Kymographs with pen writing device
b. Mary`s tambour, Corrugated rubber tube
16
c. Connecting rubber tube
15(a.) Bicycle Ergometer
Should have LCD display
Should provide feedback for speed, time, distance calories and pulse
Tension control: Manual 8 level resistance with adjustable wheel
Fly wheel: Approximately 6 kg magnetic wheels
Handle bar: adjustable
Belt transmission: Bearing one way, flat belt, 3 PCS crank
Transportation: 2 front end cap
Seat: adjustable height front and back
Maximum user weight: Approximately 100 kg
Dimensions: Approximately 96 X 49 X 138 cm
Weight: Approximately 27 kg
Gross weight: 29.5 kg
15(b.) Bicycle Ergometer
Work Load Range: 10 – 600Watt
Independent Rpm: 20 – 130rpm
Work Load range
Dependent RPM
Lap Time: 9h 59min 59sec
Load Steps : 1 – 99 Watt
Time Steps : 1 – 99 Min
Load Programs: Manual
1 Load/Step
PWC 170, 150, 130
HR Steady State
Safety Protection
Automatic Load: Heart rate
Reduction: Blood pressure
Blood Pressure D
Acoustic signal: ECG Alarm Signal
Manual : By Stop Button
Check: Calibration
Dynamic
Static
Adjustments (Height): 83cm – 110cm
Saddle: 68cm – 108mm
Handle bars: free rotation
Accuracy of load: 2% or 3 Watt
17
Input/output
External Control: RS - 232
Inputs: Analogue control
Start signal
Heart rate
Blood pressure s
Blood pressure D
ECG Alarm
Outputs: work load
Pedaling Speed
Step Marker
Power supply: 110 – 240V, 50 – 60Hz
Power consumption: 100VA
Safety Standard: class 1, CE
Dimensions (cm): Base plate 79X48
Weight: approx 46Kg
16. Olfactometer
Detection Technique: Human Nose
Discrete Dilution Ratios: 2, 4, 7, 15, 30, 60 D/T‘s
(Standard Dilution-to-Threshold Ratios)
Response Time: As fast as 10-seconds or better(2 inhalations)
Accuracy: +/- 10% of D/T
Repeatability: +/- 2%
Inhalation Rate: 16-20 liters per minute
Operating Temperature Range: 32° to 104°F, 0° to 40°C
Odor Filter Cartridge - of suitable size
Nasal Mask – of suitable size
Provision for 9 inlet and outlet port.
Power supply - 220V,50Hz
The product should be CE or FDA or BIS Certified.
17. Perimeters, With Charts (Priestly Smith Model)
1. Should have a calibrated arc, revolving chart holder.
2. Should be able to rotate in any direction and fix at any position with a tightening screw. The arc
should be graduated from 0° to 90° with a movable test object.
3. At the back of the arc arrangement should be provided for fixing of chart which has concentric
circles corresponding to the degrees of arc.
18
4. Adjustable chin rest.
5. The above mentioned should be fitted over a sturdy base with receptacle for keeping charts.
6. Should be supplied with 20 packets each containing consist of 100 charts
7. Accessories – Objects should be of minimum 2 sizes, round and square shaped and of 5 different
colors.
The product should be CE or FDA or BIS Certified.
18. Dynamometer
Especially suitable for use in rehabilitation centres/physiology labs; Real time mode: immediately shows
the patients current strength Peak/Max Mode: shows the maximum strength of a patient’s grip Average
Mode: calculates the average strength from two grips Counting mode: counts the numbers of presses
which exceed a previously defined strength limit; integrated AUTO – OFF function after 1 minute to
preserve the batteries; as part of a rehabilitation program, this permits medical staff to monitor the
fitness of the patients hands and carry out controlled training exchangeable springs facilitate fast
switching of the capacity (Additional spring sets for 20Kg and 40Kg are included with delivery); safe,
comfortable use thanks to non slip rubber grips Stable case for safe, easy transport and for storage of
the additional spring sets as standard, WXDXH: 350X265X85mm
19. Instrument Trolley
SS; frame work of SS tubes mounted on four 50mm dia swiveling castors.
There are two stainless steel shelves with three side railings on top shelf only in these instrument
trolleys. Pre treated and epoxy powder coated. Overall approximate size : 680mm (L)X450mm
(W)X820mm (H).
20. Physiograph 3 Channels










The System should include hardware software and other related accessories for Pulse transducer,
respiration , Blood pressure, Grip force, ECG,HRV, EMG, EEG, NCV, Spirometry etc.
Individually selectable input sensitivities, analog output for stimulation or pulse generation, high
speed USB, built-in isolated stimulator, built-in dual bio-amplifier and a powerful internal
processor along with low- and high-pass filters. Chart, Scope software.
ECG ( Lead I, II, III, aVL, aVF, aVRetc for real time cardiac axis & vector analysis.
Must have an upgradable facility up-to 12 channels
ADC Configuration: Resolution: 24 bit, each channel has its own ADC.
Maximum sampling rates: 400 KHz (aggregate)
Filter – Low Pass: 1, 2, 5, 10, 20, 50, 100, 200, 500, 1000, 2000 Hz and anti-alias, high-pass filters.
Band Pass Notch, Mains & Digital.
Bio-Amplifier: - 2 Channels, Range:- ±20mV to 100μV.
Automatic Software analysis modules for Blood pressure, ECG, HRV, peak analysis etc. with live
streaming with Excel and Matlab.
Isolated Stimulator Output.
19




o Pulse duration: 50–200 μs (software-selectable) & Output current: 0–20 mA
o Pulse rate: Software-selectable, to a maximum of 20 Hz and 200 μs for safety.
The software should have step by step instructions, protocol and experimental design for
performing various experiments in physiology teaching applications. Also should have sample
data for animal experiments for demonstrating to the students.
Compatible computer along with a printer.
Power input to be 220-240VAC, 50Hz
ISO certification for quality standards and CE certificate for safety.
21(a). Physiograph Single channel





Student physiograph should ready to use experiments with step by step instruction protocol for
each experiment to be supplied with compatible transducers and stimulator. Sampling rate ≥ 200
KHz aggregate with variable sampling rate on each channel. ADC resolution 24 bits.
Constant-current stimulator and Bio-Potentials (EMG, EOG, EEG.ECG), temperature, Pulse,
respiration, isometric.
Pressure, muscle activity/ force respiration belt, hand dynamometer , pulse, respiration &
temperature, heart sound, push button switch, EKG electrode, EEG & EMG paste
Manufacturer should have ISO certification for quality standards
Should be approved to the IEC 60601-1 patient safety standard, making them safe for use with
human subjects
21(b). Centrifuge, High Speed With Tachometer Etc.
Laboratory equipment centrifuge machine high speed – heavy duty Sturdy MS Body, well painted finish,
with maximum speed of 6000RPM at 10/12 tube of 15ml total square body, with lid lock manual type,
speed control by analogue know, digital display of timer, timer time 0-60 minutes speed display is digital,
speed setting with help of knob, auto off if lid is open, lid breaking system provided, power consumption
500Watt, power requirement 220V and 50 to 60Hz, weight approx. 15Kgs, total noiseless operation, non
vibration, complete with head and power lead.
22. Lab Refrigerators
Capacity range 300-380L.
Temperature 2-8oC
Preferably roller mounted
Adjustable shelves
Battery backup
Durable rust free exterior
Durable unbreakable interior
Control panel with temperature alarm, on/off switch and digital thermometer,
Interior lighting, Drip tray and defrosting arrangement .
20
Adequate circulation of air to ensure even cooling by DUCT system
Door with lock. Inside of door provided with racks. Door hinges and latches should be chromium
plated.
Control panel with temperature alarm, ON /OFF switch with power on indicator, digital
thermometer, temperature display.
Electronic automatic temperature control,
Operable at 220 V, 50 Hz, single phase AC supply.
Compressor unit to be hermetically sealed with guarantee for at least five years.
Training of laboratory staff for the purchased equipment
Availability of spares/ disposables for at least 10 years.
All consumables required for installation and standardization of system to be given free of cost.
List of users and satisfactory report of quoted model from reputed institute preferably Government
institute/ hospitals
Should have all the accessories required for the functioning of the equipment.
CE / ISI mark or other equivalent quality certification.
All electrical peripherals required for smoothes functioning e.g. voltage stabilizer provided with the
equipment
There should be provision for demonstration before final approval of equipment.
23. Electronic Muscle Stimulator
Research model: Muscle Stimulator Compact Solid-state Microprocessor Controlled unit, with digital
timer and intensity display is useful for functional paralysis resulting from traumatic neurosis, Hysterical
of Neuropraxia, Flaccid Paralysis, Spastic Paralysis, Cardio-vascular disorders and Muscle Strain etc. The
Therapeutic Muscle Stimulator has Galvanic, Interrupted Galvanic, Faradic and Surge Faradic currents.
The unit shall be housed with ABS molded cabinet. Salient Features Microprocessor controlled Pulse
durations: 03,1,10,30,100,300ms Pulse Repetitive Freq.:0.3,1,3 seconds Intensity variations: 0 130 Volts
Technical details Weight:1.6Kg.Height:139.7mm ,Width:266.7mm Depth:190.5mm Voltage: AC 100 260
Protection Class-I Complieswith IEC 601-1 Option for Built-in rechargeable battery.
24. All Glass Distillation Apparatus(Double Stage)
Technical Specifications
The glassware should be made of high quality borosilicate glass to withstand high heat
Apparatus capacity should be of 4 lit/Hr
21
Should be Double stage
Should have metallic Stand and other accessories. Stand should be made of rust free material.
Standard heating elements of 2.5 - 3KW to be used
An automatic cut off device should be attached
Heater should be of quartz for immediate output of distilled water. Apparatus should consist of
high quality Borosilicate Boiler with built in water leveller. Output water should be pyrogen free
with conductivity <1 micro siemen, ph 6.9-7, Distillate Temp 65-75o C
System Configuration Accessories, spares and consumables
Metal stand
Automatic Cut-off Device Automatic Cut off device or safety control module
25(a). Kymograph
 Microprocessor controlled drum with stepper motor to provide accurate speeds easy
handling with 16X2 Blue LCD display
 Highly accurate 7 Speeds- 0.12, 0.25, 0.50, 0.75, 1.00, 1.25, 2.50 mm/sec
 Made up of Corrosion resistant & special chrome plated rod and MS Powder coated body.
 Button based speed selection Instead of clutch or critical knobs for setting speeds.
 Should have auto concentration response curve (CRC) and Normal Mode for
 It should have Timer and timer multiplier with audio and visual Alarm.
 Should be supplied with accessories, paper, Ink, lever etc for conducting the mammalian
experiments.
 The System should be sturdy and should not have any kind of multiple plastic/ P.P./ brass
gear systems which requires frequent maintenance.
 ISO & CE Certified
25 (b) Kymograph
Should run on electric motor,
Speed should be adjustable with the minimum 2.5 mm/sec to maximum 640 mm/sec,
Shaft with the groove on one side and screw lift at the top,
Gear for adjusting the speed,
Clutch to change the gear,
Contact button with the striker or contact arms,
Drum 15 x 15 cm,
Levelling screw.
The product should be CE or FDA or BIS Certified
22
25(c) Operating Table-Animal
Technical Specifications:
Should be designed to use for animal surgery
Should be stainless steel with 304 material
Should have a design supporting for variety of applications
Table top should be made of stainless steel, non corrosive grade.
Size should be around 125cm(L) x 48 cm(W)
Height should be adjustable 70-90 cm (approx.)
Should have flat railing all along the length on both sides to take accessories
The table top should be provided with drainage system, with fine vertical adjustment through
latest pinion-lift system replacing hydraulic system
The frame should be sturdy and provides sufficient leg space and is provided with foot-rest.
The tie -cleats should be made of stainless steel.
The table should be provided with universal clamps for accessories, animal support plate and
uprights which can be fixed to the side-rails in any desired position.
System Configuration Accessories, spares and consumables
Clamps
Animal support plate
Uprights
Documentation
Manufacturer should have ISO certification for quality standards
26(A). Dale’s Bath For Internal Organ


A high quality Perspex single unit organ bath with inbuilt water-pump, gas diffuser, digital
temperature controller, filling/draining knobs with easy set up for conducting experiments to
record the movements/displacements through the force transducer (0-50 gms) data acquisition
system with built in stimulator (Constant-current stimulator), 24 bitshigh resolution, includes
more than 50 ready to use experiments for animal physiology with sample data &real time
recording/analysis & easy customization of the experiments.
It should be supplied with signal conditioners & force transducer (0-50g) and PC with Printer.
Manufacturer should be ISO & CE Certified with all standard certifications.
23
26 (b) Dale’s Bath For Internal Organs
Technical Specifications
Dale’s tissue organ bath should record intestinal movements and effects of drugs
Should be thermostatically controlled with stirrer, Uprights, glass inner vessel & Oxygen tube
with platinum tip, warming coil and frontal lever from SS capillary tubing.
Documentation
Manufacturer should have ISO certification for quality standards
27(a). Isolated Organs. Bath For Students Complete With Liver etc.
•
•
•
•
•
•
The system should include a Perspex bath with tissue chambers, pre-heating reservoir coil, gas
diffuser, tissue holder, micro positioner, a water pump, and temperature controller.
A high speed USB 2.0 interfaced data recorder with inbuilt isolated stimulator with a recording
range of 2mV to 10V & a sampling rate 100,000 sample per sec on each channel.
A force transducer (0 - 50 g wt.), suitable for measuring muscle contractions or similar forces in
teaching applications.
Self-intuitive software for tissue isolation with pictorial representation to make student learn
more effectively with Sample data for review and education
Electronic Isolated Stimulator
o Pulse duration: 50–200 μs (software-selectable) & Output current: 0–20 mA
o Pulse rate: Software-selectable, to a maximum of 20 Hz and 200 μs for safety.
Manufacturer should be ISO Certified with all standard certifications
27(b) Isolated Organ Bath
Technical Specifications:
The isolated organ bath should provide accurate recording of isometric or isotonic tissue
contraction / release
All component should visible through clear perspex tank
It should have easy and quick attachment of tissues
Diffusion between chambers and temperature equilibrating coils should be prevented by syringe
valves
24
System should have precision water temperature control
The tissue washing should be achieved by without exposing tissue to the air
The water jet bath stirring should be provided by a noiseless vibration free centrifugal pump
Precise thermostat should maintain the temperature with an accuracy of +-0.1 deg
System Configuration Accessories, spares and consumables
Muscle chamber
Temperature equilibrating coil
Holder
Supporting rod
Isometric and isotonic transducers
Documentation
Manufacturer should have ISO certification for quality standards
28 (a) Weighing Machine: Digital:
1. Should have the capacity of 160 kg or more
2. Accuracy should be 100 g.
3. Platform size should be around 350 x 350 mm (Tolerance +/-10%)
4. Display should be LCD with four digits.
5. Size of display should be of minimum height 24 mm for clear visibility.
6. Should be made up of sturdy mechanical structure to support/ to withstand heavy work load in public
health center.
7. The Scale should operate on dry cell batteries and the batteries should sustain up to minimum of six
months. The inbuilt batteries should be supplied with the scale.
6. The reading should get locked automatically at stable weight and there should be an indication of
Stable weight.
8. The scale should have facility for kg/lb conversion and there should be indication for kg/lb.
9. It should have Battery low indication.
10. The scale should have AUTO-OFF feature for reducing the power consumption and to extend
battery back-up period.
10. The scale should have ISI mark.
11. Should have model approval from Legal Metrology Dept., Govt. of India.
12. Manufacturer should be ISO certified
28 (b) Weighing Machine: Mechanical:
High Precision mechanism with the unique weighing system
25
Should have large view scratch resistant lens
Powder Coated with ABC plastic top cover
Should have MS Steel Body
Max Capacity should be 130kg or more
Dimensions should be around 26x26x5 cm
Manufacturer should be ISO certified
28(c) Weighing Machine Railway Station Type: (Manual)
Capacity should have 500 kg with 50 or 100 gm sliding weight
Should have extra channel structure to provide equal Load distribution
Should have standard Mild Steel checkered Top cover and Back grill for support
Should have Over Load stoppers and Transport Protection
Rocker pin foot assembly to provide stability and durability
Four Load Cell system - Single point beam Load Cell
Optional Weighing Indicators
Should have easy access junction box
29. LangendrofS Apparatus
The Langendorff system is designed as a perfusion system for isolated, small mammalian hearts.
Some special features of the system include the stainless steel sink, the small reeling pump and
specially designed two-way Teflon taps
Retrograde perfusion of isolated hearts from mouse, rat, guinea pig, hamster and rabbit
a) Measurements in constant pressure or constant flow mode on the same device
b) Equipped with two columns for using different buffers
c) Capable of recording aortic pressures as high as 250mmHg
d) Equipped for measuring left ventricular pressure (LVP)
e) Ports in the system are available for measuring pressure, flow, temperature and mechanical
activity, and for the infusion or injection of drugs
f) Continuous filling of buffer columns with use of a pump
g) Continuous oxygenation of buffers
h) Water-jacketed system for precise temperature control
System should Include table with base plate, shelf, sink
Console
Perfusion buffer column
26
Glass overflow tube Teflon tap set
Heart suspension unit
Heart chamber
Spindle syringe
Pressure sensor holders (2)
Oxygenation bubbler set
Oxygenation pressure equalizer set
Latex pressure balloons for left ventricular pressure (LVP) catheter
2-channel peristaltic pumps (2)
Circulating water bath
Pressure transducers with cables (2)
The product should be CE or FDA or BIS Certified
30(a). ECG Machine 12 Channel
1. Real-time recording and printing of 12-channel ECG waveform
2. Graphic display of 12-Channel ECG waveform
3. Light, compact with A4 size thermal recorder
4. Simultaneous acquisition of 12-lead ECG data
5. Built-in analysis software of age which assures accurate analysis result
6. Auto-measurement, auto-interpretation, waveform playback and storage of ECG data
7. RS232 and USB interface cope with data-share or remote data management requirement
8. Option wireless function makes more convenient communication with PC
9. User friendly operation system
10. Literal and graphic operation interface
11. Powerful filters to minimize interference
12. Heart rate measurement and pace-maker protection circuit
13. Multiprinting formats: manual & automatic, standard 12 channel, 3 channel plus
3 rhythm lead, 6 channel, 6 channel plus rhythm lead, 60s analysis of arrhythmia, R-R histogram, trend
graph
14. AC, DC or built-in lithium battery power supply, alarm of battery weak and lead-off
15. Tremendous ECG data can be saved in built-in SD card
16. 20 boxes of disposable electrodes
17. Certifications and standards: FDA / CE / UL / BIS approved product
18. Manufacturer should be ISO certified for quality standards.
30 (b) ECG Machine Single Channel
1
Description of Function
1.1
ECG Machine is primary equipment to record ECG Signal in various configurations
2
2.1
2.2
Operational Requirements
The ECG Machine should be able to acquire all 12 Leads ECG signals
Should print all the 12 leads in a single channel mode
27
3
3.1
3.2
3.3
3.4
4
4.1
4.2
4.3
4.4
4.5
4.6
5
5.1
Technical Specifications
Should acquire 12 lead ECG for both adult and pediatric patients .
Should have Artifact, AC, and low and high pass frequency filters.
Should have an integrated-high resolution, thermal array printer for print of ECGs
Should have battery capacity of at least 30 ECGs or 30 minutes of continuous rhythm
recording on single charge
System Configuration Accessories, spares and consumables
System as specifiedPatient cable -02
Chest Electrodes Adult-(set of six) -2 sets.
Chest Electrodes Pediatric-(set of six) -2 sets
Limb Electrodes (set of 4)- 02 sets for Adult and 02 sets for Pediatrics.
Thermal print paper: 10 Rolls/Z Fold
STANDARDS
The product should be CE or FDA or BIS Certified
31. EEG Machine
1) Capability to display and record at least 32 channels EEG along with necessary electrodes cables with
input impedance more than 10 M Ohms
2) Facility to measure and display electrode impedance during recording
3) Electrode junction box for connection and electrode cap for placing, holding the electrodes with
facility to have two linked system reference electrodes
4) Sampling rate of at least 200Hz and amplitude resolution at least 12 bit with dynamic range of +/2mv
5) Adjustable display paper speed with minimum range of 1-60mm/sec, adjustable channel sensitivity
with minimum range of 0.1-100Hz and facility for adjustable filters for display during review.
6) Notch filter of 50 Hz with minimum attenuation ratio of 1:20
7) LCD TFT monitor of minimum 15 for data and waveform display
8) Integrated hardware and software for sorting patient data, comments and annotation simultaneous
display of two segments of same records for comparison, calculation of coherence between user
selectable channels
9) Built – in digital calibration as well as bio calibration.
10) Suitable selector montages for 32 channels should be included.
11) Disk space to record least 12 hours of data continuously in all channels at optimum sampling
rate.
12) Stimulation protocol for hyperventilation, eye closure manual and programmable photic
stimulation protocols (minimum frequency range: 05-30Hz)
13) Should have printing device to print with 25-30 mm horizontal scaling with 200 data point per
second
14) Upgradability to video EEG and polysomnography
15) UPS: 2 KVA
28
16) The product should be CE or FDA or BIS Certified.
32 Height Measuring Machine
Should be stature Meter (200 cm / 78 in.).
Should be Wall Mounted.
33. Skin Fold Caliper (Harpender’s Calliper)
S.I.No SKIN FOLD CALIPER
1
Description of Function
1.1 Used to measure thicknesses of skin plus subcutaneous fat. 2
Technical Specifications
2.1
2.2
2.3
2.4
3
3.1
Measuring range: 0 mm to 48 mm.
Pressure between Anvils (constant): 10 gms/sq. mm.
Net weight: 0.4 kg (Approx.)
Dial Graduation: 0.2 mm.
Standards, Safety and Training
Should be FDA, CE, UL or BIS approved product
34. Goniometer
1 Used to measure angular joint movement.
2 The 360o head should have three calibrated scales used with the ISOM (International
standards of Measurement) system.
3 Clear plastic / acrylic to permit observation of the joint’s axis and range of motion.
4 Unit should be durable, unbreakable and of high quality.
5 BIS approved product or equivalent
35. Clinical Examination Couches
Adjustable head end and feet end– hydraulic type. Metal 16 Gauge with good insulation. Must have 03
drawers and 03 boxes. The bed should have separate mattress of high quality sponge with rexin cover.
Must have stand for BP apparatus. Size should be of min length 2 meter. Width 50 cm and height 80 cm.
36. Electromyogram
EMG amplifier module/EL 503 shielded snap electrodes or 3 surface electrode/stimulating and recording
electrode, electronic stimulator, a recording system of cathode ray oscilloscope (CRO)/ bio potential
coupler.
29
37(a). Anthropometric Set: Digital:
Tolendo electronic weight
Weights for scale calibration
Electronic stadiometer
Calibration Rods
Electronic infantometer
Step wedge standards
Measurment box for upper leg lenth and Cosmetic pencils (wax base)
Calf circumference
Scissors-blunt edge
Insertion tape
Paper Tape
Steel measuring tape
Baby Oil
Skinfold caliper
Gauze 4X4
Small sliding breadth caliper
Digital scales (2)
Computer Terminal
37(b) Anthropometric Set: Manual
Calibration
Weights:
A set of fifteen 10-Kilogram weights.
Digital weight scale:
Potable scales:
Sitting Box:
Stadiometer:
Calibration rod:
Infantometer:
Skinfold calipers:
Step wedge
Standard:
Knee Caliper:
Head
Circumference
Tape:, Stell measuring Tape
: Height Adjustment ruler:
30
Annexure-I
31
TENDER APPLICATION/DECLARATION FORM
1
2
Name of the firm:Full Postal Address:-
3
4
5
6
7
8
9
Cell Phone No.
Telephone No:Fax No.
E-mail address:
Date of Establishment of Firm:If your Firm Registered under The Indian Factories Act:Any other Act, if not, who are the owners
(Please give full address):Name and Address of your Banker stating the name in
which the Account stands with A/c Numbers with IFSC
Code / a cancelled cheque
Whether insured against fire, theft, burglary etc. If so,
please state the amount and name of company with
policy no:Are you in the list of approved contractors of any other
organizations / institutions, if any give details (Append
extra page if necessary):Give details of any Government contracts executed
during the last twelve months (Append extra page if
necessary):Any other information which you consider necessary to
furnish:
10
11
12
13
14
ANNEXURE-II
UNDERTAKING:
a. I, the undersigned certify that I have gone through the terms and conditions mentioned in the
tender document and undertake to comply with them.
b. The rates quoted by me are valid and binding upon me for the entire period of contract and it is
certified that the rates quoted are the lowest quoted for any other institution/hospital in India.
c. The earnest money of Rs.__________ to be deposited by me has been enclosed herewith vide Demand
Draft no._______, Dt._______, drawn on bank _____________, Branch_____________
d. I hereby undertake to supply the items as per directions given in the tender document / supply
order within stipulated period.
e. I/We give the rights to Medical superintendent to forfeit the earnest money deposited by me/us
if any delay occur on my/agent’s part or failed to supply the article within the appointed time or
the items of desired quality.
f. There is no vigilance/CBI case or court case pending against the firm.
Date:Place:-
Signature of the tenderer:-
Full Name:(Office seal of the tenderer)
Designation :-
32
ANNEXURE-III
UNDERTAKING: (To be submitted in non judicial stamp paper of Rs. 100/=)
1 I/We … (Name of authorized Signatory) the undersigned hereby declare and affirm that I/We have gone
through the terms and conditions governing the tender and undertake to comply with all terms and
conditions.
2 The rates quoted by me are valid and binding upon me for the period of validity of the tender.
3 That the earnest money of Rs._____________ deposited by me/us vide Banker Cheque/Demand Draft
no.___________ Dt.___________ drawn on…………..(Name of the Bank) is attached herewith.
4 That I/We authorize Medical superintendent to forfeit the earnest money deposited by me/us in case of
any delay or failure to supply the article within the stipulated time and the items of desired/quoted
quality.
5 That I/We will be in the position to provide Annual Maintenance Contract/Comprehensive Maintenance
Contract (AMC/CMC), spare parts, accessories attached and its consumables for 5 years from the date of
satisfactory installation of the equipment till the AMC/CMC period is over.
6 That there is no vigilance/CBI case or court case pending against the firm, debarring my firm to supply of
items quoted.
7 That I/We hereby undertake to supply the items as per directions given in supply order within stipulated
period.
8 That I/We undertake to maintain the equipment to the satisfaction of user during the period of warranty
and guarantee.
9 I/We have been informed that the Medical Superintendent has the right to accept or reject any or all the
tenders without assigning any reason thereof.
10 We (Name of firm) undertake that we will provide 3 (Three) preventive service on quarterly basis during
the warranty and AMC/CMC period as offered in our tender and any no. of break down calls shall also be
attended within 24 hrs. I/We also agree that the payment of AMC/CMC shall be made to me/us on half
yearly basis after satisfactory preventive service.
Signature and address of the Tenderer
33
ANNEXURE-IV
MANUFACTURER’S AUTHORISATION FORM
To
Medical Superintendent
ESIC Model Hospital,
Sector 9A, Gurgaon, Pin 122001
Dear Sir,
Ref. Your TE document No ____________, dated _____________
We, ___________________________________ who are proven and reputable manufacturers
of___________________________(name and description of the goods offered in the tender) having factories
at_____________________________________________________,
hereby
authorize
Messrs______________________________(name and address of the agent) to submit a tender, process the
same further and enter into a contract with you against your requirement as contained in the above referred
TE documents for the above goods manufactured by us.
We further confirm that no supplier or firm or individual other than Messrs.
_____________________ (name and address of the above agent) is authorized to submit a tender, process
the same further and enter into a contract with you against your requirement as contained in the above
referred TE documents for the above goods manufactured by us.
We also hereby extend our full warranty, AMC/CMC as applicable as per TED read with modification, if any,
in the Special Conditions of Contract for the goods and services offered for supply by the above firm against
this TE document.
Yours faithfully,
[Signature with date, name and designation]
SEAL
for and on behalf of Messrs___________________________
[Name & address of the manufacturers]
Note:
1. This letter of authorization should be on the letterhead of the manufacturing firm and should be signed by
a person competent and having the power of attorney to legally bind the Manufacturer.
2. Original letter may be sent.
34
Annexure V (a)
PRICE SCHEDULE
A) PRICE SCHEDULE FOR DOMESTIC GOODS OR GOODS OF FOREIGN ORIGIN LOCATED WITHIN AREA
1
2
3
Sl Brief
Count
.no: Descript ry of
ion of
Origin
Goods
(with
make &
model)
4
Qty
5
Rs.
Ex-factory
/Exwarehouse
/Ex
showroom
/Off-the
shelf
6
Rs.
Excise
Duty(i
f any)
[% &
value]
7
Rs.
Sales
Tax/VA
T (if
any) [%
&
value]
8
Rs.
Transportati
on
loading/unlo
ading and
incidental
costs till
consignee’s
site
9
Rs.
Insura
nce
charge
s for a
period
includi
ng 3
month
s
beyon
d the
date of
deliver
y
10
Rs.
Incidental
services
(including
Installation
&
Commissio
ning,superv
ision,Demo
nstration
and
Training )
at the
Consignee’
s Site
11
Rs.
Unit
Price
(at
consig
nee
site)
5+6+7
+8+9+
10
Total Tender Price in Rs.______________________________________________________________
In words: _________________________________________________________________________
Note:1. If there is a discrepancy between the unit price and total price THE UNIT PRICE shall prevail.
2. The charges for Annual CMC after warranty shall be quoted separately.
Name_________________________________
Business Address_______________________
Place:_________________________
Date: _________________________
Signature of Tenderer ___________________________
Seal of the Tenderer_____________________________
12
Rs.
Total
Price
(at
Consig
nee
site)
basis
4x11
35
Annexure :- V(b)
PRICE SCHEDULE FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT AFTER
WARRANTY PERIOD
1
2
3
Schedule
BRIEF
DESCRIPTION
QUANTITY.
No.
OF GOODS
(Nos.)
5
4
Annual Comprehensive
Maintenance Contract Cost for
Total CMC cost for
five years
Each Unit year wise*.
3x(4a+4b+4c+4d+4e)
1st
a
2nd
b
3rd
c
4th
d
5th
e
After completion of Warranty period
NOTE:1. In case of discrepancy between unit price and total prices, THE UNIT PRICE shall prevail.
2. The cost of Comprehensive Maintenance Contract (CMC) which includes preventive maintenance
inc technical/ service /operational manual, labour and spares, after satisfactory completion of
Warranty period may be quoted for next five years on yearly basis for complete equipment.
3. The cost of CMC may be quoted along with taxes applicable on the date of Tender Opening. The
taxes to be paid extra, to be specifically stated. In the absence of any such stipulation the price will
be taken inclusive of such taxes and no claim for the same will be entertained later.
4. Cost of CMC will be added for Ranking/Evaluation purpose.
5. The uptime warranty will be 98 % on 24 (hrs) X 7 (days) X 365 (days) basis or as stated in
Technical Specification of the TE document.
6. All software updates should be provided free of cost during CMC period.
7. The supplier shall keep sufficient stock of spares required during Annual Comprehensive
Maintenance Contract Period. In case the spares are required to be imported, it would be the
responsibility of the supplier to import and get them custom cleared and pay all necessary duties.
Place: ___________________________
Date: ___________________________
Name
Business Address
Signature of tenderer
Seal of tenderer
36
Annexure-VI
CONSIGNEE RECEIPT CERTIFICATE
(To be given by consignees authorized representative)
The following store(s) has/have been received in good condition:
1)
Contract No. & date
:______________________________
2)
Supplier‘s Name
:______________________________
Consignee‘s Name & Address with
telephone No. & Fax No.
: ______________________________
4)
Name of the item supplied
:______________________________
5)
Quantity Supplied
:______________________________
6)
Date of Receipt by the Consignee
:______________________________
7)
Name and designation of Authorized
Representative of Consignee
:______________________________
3)
8)
9)
Signature of Authorized
Representative of Consignee with
date
:______________________________
Seal of the Consignee
:______________________________
37
Annexure-VII
Proforma of Final Acceptance Certificate by the Consignee
No_______________
Date_______________
To
M/s
_______________________
_______________________
_______________________
Subject:
Certificate of commissioning of equipment/plant.
This is to certify that the equipment(s)/plant(s) as detailed below has/have been received in good
conditions along with all the standard and special accessories and a set of spares (subject to remarks
in Para no.02) in accordance with the contract/technical specifications. The same has been installed
and commissioned.
(a) Contract No______________________________________ dated_______________
(b) Description of the equipment(s)/plants: ____________________________________
(c) Equipment(s)/ plant(s) nos.:_____________________________________________
(d) Quantity: ____________________________________________________________
(e) Bill of Loading/Air Way Bill/Railway
Receipt/ Goods Consignment Note no_______________ dated _________________
(f) Name of the vessel/Transporters:__________________________________________
(g) Name of the Consignee:_________________________________________________
(h) Date of commissioning and proving test:____________________________________
Details of accessories/spares not yet supplied and recoveries to be made on that account.
Sl.
No.
Description of Item
Quantity
Amount to be recovered
The proving test has been done to our entire satisfaction and operators have been trained to operate
the equipment(s)/plant(s).
The supplier has fulfilled its contractual obligations satisfactorily ## or
The supplier has failed to fulfil its contractual obligations with regard to the following:
38
a)
He has not adhered to the time schedule specified in the contract in dispatching the
documents/ drawings pursuant to ‗Technical Specifications‘.
b)
He has not supervised the commissioning of the equipment(s)/plant(s)in time, i.e. within the
period specified in the contract from date of intimation by the Purchaser/Consignee in respect
of the installation of the equipment(s)/plant(s).
The supplier as specified in the contract has not done training of personnel.
c)
The extent of delay for each of the activities to be performed by the supplier in terms of the contract
is
The amount of recovery on account of non-supply of accessories and spares is given under Para
no.02.
The amount of recovery on account of failure of the supplier to meet his contractual obligations
is_____________ (here indicate the amount).
(Signature)
(Name)
(Designation with stamp)
## Explanatory notes for filling up the certificate:
i) He has adhered to the time schedule specified in the contract in dispatching the
documents/drawings pursuant to ‗Technical Specification‘.
ii) He has supervised the commissioning of the equipment(s)/plant(s) in time, i.e. within the
time specified in the contract from date of intimation by the Purchaser/Consignee in
respect of the installation of the equipment(s)/plant(s).
iii) Training of personnel has been done by the supplier as specified in the contract.
iv) In the event of documents/drawings having not been supplied or installation and
commissioning of the equipment(s)/plant(s) having been delayed on account of the
supplier, the extent of delay should always be mentioned in clear terms.
39
Annexure VIII
THE FIRM IS REQUESTED TO FOLLOW THE CHECK LIST AT THE TIME OF SUBMISSION OF
TENDER
COMPULSORY DOCUMENTS:
CHECKLIST
Name of Tenderer:
Name of Manufacturer:
Sl.No
1
Have you enclosed Postal Address with Telephone No./Fax
No./Mobile No./Email Address
2
Have you enclosed EMD of required Amount for the quoted
schedules?
Have you enclosed details of EMD mentioning the details
a) DD, b) Name of the Bank, c) Branch, d) Amount
Have you enclosed clause-by-clause technical compliance
statement for the quoted goods visà-vis the Technical
Specifications?
In case of Technical deviations in the compliance statement, have
you identified and marked the deviations?
Have you enclosed duly filled Tender Form?
Have you enclosed Power of Attorney/ Authorization in favour of
the signatory?
Have you submitted manufacturer’s Authorization?
In case of Indian Tenderer, have you Furnished Income Tax Account
No. /PAN as allotted by the Income Tax Department of Government
of India?
In case of Foreign Tenderer, have you furnished Income Tax
Account No. of your Indian Agent as allotted by the Income Tax
Department of Government of India?
Have you furnished photocopy of your PAN Card& Tan Card?
Have you intimated the name and full address of your Banker (s)
along with your Account Number /IFSC Code/Cancelled Cheque.
Have you furnished Annual Report (Balance Sheet and Profit & Loss
Account) for last three years prior to the date of Tender opening? (
2010-11, 2011-12.2012-13)
Have you enclosed IT returns for the last three years? ( 2010-11,
2011-12.2012-13)
Have you enclosed the names & addresses of other hospitals,
etc., to whom medical equipments is supplied?
Have you accepted delivery period as per TE document?
3
4
5
6
7
8
9
10
11
12
13
14
15
16
Yes/No/NA Page
No. in
TED
Remarks
40
17
18
19
20
21
22
23
24
25
26
27
28
29
Have you accepted the terms of delivery as
per‘ FOR basis at consignee site basis’?
Have you accepted the warranty, AMC/CMC as per TE document?
Have you accepted all terms and conditions of TE document?
Have you fully accepted payment terms as per TED?
Have you submitted list of Institutions where you have supplied the
quoted items?
Have you submitted copy of the orders(s) against the above end
user certificate(s)?
Have you enclosed Application fee in case you downloaded the
forms from website?
Have you enclosed the details of application fee mentioning the
details of DD.
Have you enclosed a valid Trade License Certificate?
Have you submitted mandatory AMC/CMC (for 5 years) Certificate
along with rates for each year?
Have you enclosed an agreement for supply of spare parts for five
years
Have you submitted, the name & address of service centers in
Delhi & NCR.
Have submitted the original TED after signing on all pages
1. All pages of the Tender should be page numbered and indexed
2. The Tenderer may go through the checklist and ensure that all the
documents/confirmations listed above are enclosed in the tender and no column is left
blank. If any column is not applicable, it may be filled up as NA.
3. It is the responsibility of tenderer to go through the TE document to ensure
furnishing all required documents in addition to the above, if any.
(Signature with date)
(Full name, designation & address of the person duly
authorized to sign on behalf of the Tenderer)
For and on behalf of (Name, address and
stamp of the tendering firm)
41
List of Annexures
Annexure I
Annexure II
Annexure III
Annexure IV
Annexure V (a) & V (b)
Annexure VI
Annexure VII
Annexure VIII
Custom Duty Exemption Certificate
The Tender Application Form
Declaration Form (Should be submitted on a
non-judicial stamp paper of Rs.100/-)
Manufacturers Authorization Form
Price Schedule
Consignee Receipt Certificate
Final Acceptance Certificate By The
Consignee Proforma
The Compulsory Documents and check list