- 1-

EMPLOYEE'S STATE INSURANCE CORPORATION HOSPITAL

EZHUKONE , , – 691505

E mail : esihekn@ gmail.com, Ph : 0474-2522454, 2529380

Fax No: 0474-2529294

No.545/D/21/13/I/CHE/2012 (Admn) Dated 31-05-2012

To

M/S

Sir Sub:- Tender for Medical Equipments

ESIC Corporation Hospital, Ezhukone, Kollam, invites tenders for purchase Medical Equipments as per enclosed list. The specifications detailed terms & conditions, the last date of submission of Tender, the date and time for opening the tenders, etc are enclosed.

Medical Superintendent

-2-

Sl.No Name of Item Quantity EMD Security Deposit 1 TMT Machine 1 Rs.15000/- Rs.30000/- 2 Cardiac Monitor cum Defibrillator 1 Rs.7500/- Rs.12500/- & Recorder 3 ECG Machine 12 Channel 1 Rs.6000/- Rs.10000/- 4 Multisign Monitor 1 Rs.7500/- Rs.12500/- 5 Anesthesia Work Station 1 Rs.30000/- Rs.50000/- 6 Foetal Monitor 1 Rs.7500/- Rs.12500/- 7 PFT machine 1 Rs.6000/- Rs.10000/- 8 Critical Care Ventillator 1 Rs.21000/- Rs.35000/- 9 C-ARM 1 Rs.36000/- Rs.60000/- 10 Powerdrill 1 Rs.2550/- Rs.4250/- 11 Syringe Infusion Pump 1 Rs.1200/- Rs.2000/- 12 Auto Kerato- Refractometer 1 Rs.15000/- Rs.25000/-

-3-

Tender Document (Two Bid System)

No.545/D/21/13/I/CHE/2012(Admn) Dated -01/06/2012

TENDER FORM FOR PROCUREMENT OF MEDICAL EQUIPMENTS

Under Two Bid System

Sealed Tenders are invited for the procurement of Medical Equipments .Tender, complete in all respects, must be deposited in the office of the Medical Superintendent, ESIC Hospital Ezhukone, Kollam-691505 on or before 04-07 -2012 up to 1 PM. Tender received late or incomplete will not be accepted. The Tenders will be opened on the respective days noted in the chamber of Medical Superintendent at 2 PM, in the presence of tenderers or their representatives who may wish to remain present on the day. In case the opening day is declared as holiday,. tenders shall be opened on the next working day as per the above mentioned time schedule.

The Tender should be submitted in sealed envelope addressed to the Medical Superintendent, ESIC Hospital, Ezhukone, Kollam. The envelope should be superscribed as “Tender for ------” (The Name of Equipments), ESIC Hospital, Ezhukone, Kollam,- 691505.

Tenders are to submit two bids Viz Technical Bid and Price Bid separately Superscribing as “Technical Bid for ------(name of Equipments) on first envelope and “Price Bid for ------“ (Name of Equipments ), on the second envelope. Both the envelopes should have name of the Company quoting the Tender . Each and every page of the Tender document should be separately numbered and duly signed. Both the envelopes are again to be sealed and put in a single envelope superscribing name of Equipments, Name of Company, last date of submission of Tender (as described on first para above) addressed to the Medical Superintendent, ESIC Hospital, Ezhukone, Kollam, Kerala.

-4-

The contents of Price Bid

1. The information given at Technical bid should be reproduced in price bid with prices indicated.

2. Rates should preferably be typed in words as well as in figures, free from erasing , cutting & over writing. Price quoted should match with the items quoted in Technical Bid.

3. Each and every page of the tender document should be separately numbered and duly signed.

4. Only Technical Bid will be opened first and shall be referred to the Technical Evaluation committee. The Price Bid of only those tenderers whose Technical Bid is found acceptable by the Technical Committee. will be opened for further action.

5. In case the price quoted cannot be matched with the items quoted in Technical Bid, the Bid shall be liable to be rejected.

6. Rates and S.T/VAT must be quoted separately. The price should be all inclusive lump sum price offered for each item including cost of the equipment, freight, insurance, transit insurance, packing, forwarding etc and including charges for the quoted warranty period.

7. The price should be on F.O.R ESIC Hospital Ezhukone, Kollam-691505. No other charges in addition will be payable on any account over and above the lump sum pricequoted in the price bid . The rates quoted in ambiguous terms such as “freight on actual basis “ or “Taxes as applicable extra” or “packing forwarding extra” etc will render the bid liable to rejection. The price should be quoted in I.N.R

-5-

The contents of Technical Bid

1. Covering letter indicating the list of enclosures.

2. EMD in accordance with instructions as above

3. Name and detailed specifications of the quoted Equipment with price blanked

4. Name and detailed specifications of essential accessories if any with price blanked.

5. Name and detailed specifications of optional accessories if any with price blanked.

6. Name and detailed specifications of the alternative Equipment if any with price blanked.

7. Warranty offered ------year/s (minimum as per specification)

8. Rates of AMC minimum for 5 years after expiry of warranty.

9. List of major institutions in which the equipment is installed during the last 5 years. .

-6-

TERMS AND CONDITIONS GOVERNING CONTRACT

1. Tender for each must enclose a Draft /Banker`s Cheque of 3% as earnest money along with each tender drawn in favour of ESI fund A/C No-1 payable at Keralapuram, Kollam 2. EMD Deposited with earlier tender if any or in any other forms as given will not be adjusted /accepted against this tender. Tender without EMD will not be accepted in any case. 3. Tenderer will have to demonstrate the quoted item to Technical Evaluation Committee within the stipulated time frame as and when asked for or as has been mentioned in the tender. The tender shall be liable to be cancelled on non compliance of this clause. 4. EMD will be released after finalization of tender to unsuccessful bidder/s. 5. Successful bidder has to deposit 5% of the total cost of equipments as performance security with the Medical Superintendent in the form of Demand Draft/ Banker`s Cheque in favour of ESI fund A/C No-1 payable at Keralapuram ,Kollam,else 5% of the payment due (Rounded -up) shall be with-held which shall be released after expiry of warranty period subject to satisfactory performance of the equipment during warranty period. 6. The company will get only one chance for demo. In case the company fails to arrange the demo the tender shall liable to be cancelled. 7. The date for demonstration shall be fixed with mutual consent on telephone the same shall be confirmed in writing and by fax. In case not more than two weeks time shall be given to arrange for demo. 8. In case demo of the equipment is required, the same has to be arranged at ESI hospital ,Ezhukone, Kollam 9. Only the item/s of manufacturers or their authorized distributor /stockist would be considered. 10. Tenderer must provide the telephone and fax number with tender for all correspondence 11. The equipment should be guaranteed /warrantied for a minimum period of one year or as mentioned in specifications from the date of satisfactory installation and inspection. 12. Delivery schedule – Within 4 weeks after placement of the supply order. 13. Firm should undertake to enter into Annual Maintenance Contract (AMC/CAMC) for equipment 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.

14. The rates quoted should be both for Comprehensive AMC (CAMC) as well as Non Comprehensive AMC for 5 years. Firm should undertake to keep the equipment in running order and the fault will be attended within 24 hours of lodging the complaint.

-7-

15. Payment of equipment will be made within two weeks after the successful installation and satisfactory inspection of the equipment. 16. For the equipment where reagents ,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. 17. Photocopy of latest income tax clearance /PAN number should be enclosed with the completed tender. 18. Tenderer if not a manufacturer, has to submit manufacturer`s authorization certificate. 19. Number of installations, installations in local area, feed back from them, proximity , service warranty offered, rates of Amc/ CAMC, modern technology, shall also be a criteria in making the decision. 20. Higher and model / additional feature may get preference. 21. The Medical Superintendent has the right to accept or reject any or all the tenders without assigning any reason(s) thereof. 22. The tenderer is required to submit an undertaking as per the Performa, enclosed on a non – judicial stamp paper of Rs. 10/-

MEDICAL SUPERINTENDENT

-8-

UNDERTAKING:- (To be submitted in non-judicial stamp paper of Rs.10/-

1. I,------(Name of the Authorized Signatory) the undersigned hereby declare and affirm that I have gone through the terms and conditions governing the Tender and under take to comply with all terms and conditions.

2. That the rates quoted by me are valid and binding up on me for the entire period of contract.

3. The rates quoted are not higher than quoted for any other Govt. Institutions.

4. That the earnest money of Rs------/- deposited by me Vide Banker Cheque/ Demand Draft No------dated------drawn on ------(name of the Bank) is attached herewith.

5. That I / we authorize Medical Superintendent to forfeit the earnest money deposited by me/ us if any delay or failure to supply the article within the stipulated time and the items of desired/ quoted.

6. That I will be in the position to provide Annual Maintenance Contract/ Comprehensive Maintenance Contract (AMC/CMC), spare parts, accessories attached and its consumables for six years from the date of satisfactory installation of the equipment.

7. That there is No Vigilance/CBI case or court case pending against the firm, debarring my firm to supply of item quoted.

8. That I hereby undertake to supply the items as per directions given in supply order within stipulated period.

9. That I undertake to maintenance the equipment to the satisfaction of user during the period of warranty & AMC/CAMC period.

10. I have been informed that the Medical Superintendent has the right to accept or reject any or all the tenders without assigning any reason thereof.

Signature and Address of the Tenderer

-9-

Sl.No Name of Equipments Last date for Submission Date & Time for of Tender Opening Tender 1 TMT Machine 04/07/12, 1.PM 04-07/12, 2.PM 2 Cardiac Monitor cum 04/07/12, 1.PM 04-07/12, 2.PM Defibrillator & Recorder 3 ECG Machine 12Channel 04/07/12, 1.PM 04-07/12, 2.PM 4 Multisign Monitor 04/07/12, 1.PM 04-07/12, 2.PM 5 Anesthasia Work Station 04/07/12, 1.PM 05/07/12, 2.PM 6 Critical Care Ventilator 04/07/12, 1.PM 05/07/12, 2.PM 7 Foetal Monitor 04/07/12, 1.PM 06/07/12, 2.PM 8 PFT Machine 04/07/12, 1.PM 06/07/12, 2.PM 9 C-ARM 04/07/12, 1.PM 09/07/12, 2.PM 10 Power Drill 04/07/12, 1.PM 09/07/12, 2.PM 11 Syringe Infusion Pump 04/07/12, 1.PM 09/07/12, 2.PM

12 Auto Kerato- Refractometer 04/07/12, 1.PM 10/07/12, 2.PM

Demand Draft for the prescribed amount of EMD for each equipment is to be drawn in favour of ESIC fund Account No – I payable at SBI , Keralapuram, Kollam and attached with the Technical bid.

Medical Superintendent

1. LOW-FLOW ANESTHESIA WORK STATION SPECIFICATIONS System should be a compact integrated system consisting of:  Basic unit with gas flow meters and breathing system.  Piston driven electrical ventillator with electronic control unit  Two Vaporisers Interlock and quick mount facility.  Should be operativeon mains / battery ; battery back up should be upto 30 minutes.  Should have dual cascaded flow meter for O2 and NO 2 and range should be 0.00 to 12 1 pm and single flow meter for air  Mounting for two vaporisers should be provided.  Should have pin index yokes for Oxygen and Nitrous Oxide and besides separate non interchangeable connection for central gas supply for Oxygen, Nitrous Oxide and Air.All pressure gauges should be located on front panel.  Oxygen shortage indication by audio alarm.  N2O should be shut off when O2 pressure drops or supply is interrupted.  In case of Oxygen failure, system should automatically suck in Oxygen from ambient air.  Oxygen ratio controller should be available to ensure minimum supply of 25% Oxygen at any given time.  Should have an external fresh gas outlet for connecting the Bain` s circuit.  The compact breathing system should have outlets for excess gas (pressure relief) , semi closed mode and single soda lime chamber minimum capacity of 1.5 L. VAPORISERS (each machine required one vaporiser)  Vaporisers should be available for Halothane, Isoflurane,Enflurane Sevoflurane.  Vaporisers should have life time calibration warranty / should not require periodic refurbishment. VENTILATOR  Ventilator should be integrated within main unit.  Ventilator should be electrically driven and electronically controlled from an electronic control unitwith low driving gas consumption.  System should have fresh gas decoupling / compensation for low flow anesthesia.  Ventilator should be advanced type 9not driving gas type ) Piston for adult and pediatric patients VENTILATOR CONTROLLER UNIT  The electronic control unit should be easy to operate with rotary knob  Should have minimum 6 inches Monochrome or Colour Display and adjustable settings for :-  Modes – Volume Control, Pressure Control, Manual / spontaneous  Tidal Volume (20-1300 ml) in Volume Control, Insp Pressure (6-60 cm H2O)  Rate(5-60 bpm, I:E Ratio (4:1-1:4), PEEP (0-15 MBAR)  Should have display of :-  Fi O2 Monitoring, Tidal Volume, Respiration Rate, Minute Volume.  Airway Pressure, PEEP  Alarm limits (FiO2) Low /High, Minute Volume High/Low, Air way pressure)  Alarm Messages (Apnea Pressure, FiO2 Low/High, MV High/ Low, Air way Pressure)  Air way Pressure Wave form Future up gradable Facility Option SIMV/PS mode & PSV Mode and Heater System for Circle Absorber for reducing moisture.  System should confirm to EN 60601-2-13 ( Requirement for safety and essential performance of Anesthesia system)

2. CRITICAL CARE VENTILATOR  Specifications

 Suitable for Adult , Pediatric patients in all critical care areas  Upgrdable design with software/  hardware upgradability for new/future functions.  Should be operable on mains and battery (upto 45 minutes) (optional battery for upto 4 hours may be offered separately )  Should have an integrated inbuilt Compressor.  Integrated colour screen with display of pressure vs time , flow vs time curves.  The Ventilator should have the following ventilationmodes as standard;:- 1) PR Volume control, Assist Control. 2)SIMV with /without Pressure support ( SIMV with Volume Control) 3) PCV/BIPAP – Biphasic /Pressure Control with/ without Pressure support and allows spontaneous breathing in pressure control mode. 4) Automatic adjustment of pressure and flow within a set PIP; allows spontaneous breathing in all modes; possible to combine in all volume control modes (same as Automatic flow mode) 5) Apnoea back up ventilation mode 6) Non invasive Ventilation / maskl ventilation -should be possible all modes  Should have settings for : Tidal volume in volume modes 50 ml to 1800 ml Peak Inspiratory Pressure 0 – 95 cm H2O CPAP/PEEP 0 – 30 cm H2O Inspiratory Rate 2 – 80 bpm Inspiratory Time 0.2 – 9.5 sec Inspiratory flow 0-180 1pm Flow Trigger 1-15 1pm Pressure Support 0-35cm H2O Manual Inspiratory hold 0-15 sec (Adult), 0-5 sec (ped) Sigh (Pressure oriented) 0-15 cm H2O,. Every 3 minutes for 2 cycles Fi O2 21-100%  Should have BTPS compensated real time monitoring of : 1) Pressure – Peak ,Plateau ,Mean, CPAP/ PEEP 2) Tidal Volume – Set (inspired) , Monitored (expired) 3)Minute Volume – expired , spontaneous 4)Frequency /Rate – set (Inspiratory) ,Spontaneous, total, I:E Ratio 5)Fi O2 measured 6)Airway Temperature(if active humidifier is used) 7)Lung Mechanics- Resistance, Compliance)  Should have alarm management including corrective help messages on the screen 1)High /low alarm for Pressure/ Minute Volume /Tidal Volume /Respiration Rate/ FiO2 2)Oxygen line failure  Scope of supply should include:- 1)Humidifier 7)Nebuliser 2)Modular corrosion free Original Trolley 8)Original Hinged arm (Support for patient circuit) 3)Silicon Hose set for Adult & children 9)Integrated R S 232 C Interface 4)Flow Sensors 10)Test Lung 5)Reusable autoclavable expiratory valve-2 nos 11)Instruction Manual  Quality Standards & Support requirements The offered unit should have CE & FDA certificate

3. TMT SPECIFICATIONS

 DC Motor driven Treadmill + PC +Software + Amplifier + Printer + 2 ECG Cables  Steady baseline of Stress ECG at a frequency response of 0.05 -100 Hz  Clean ECG without muscle Tremor or 50 Hz NOISE  Minimum 15-17” colour monitor.  QRS detection and analysis – Based on automatic or manual lead selection  E,J and post -J POINT – Manual or computer selected  12 Lead Raw ECG of 4 seconds each, all 12 Medians with enlargement 2X ,3X, & 4X times with superimposition or side by side viewing of current median and  Three lead mode -12 Medians with user selectable three long leads of eight seconds each and one enlarged median comparable with basal or peak exercise median.  12 channels resting ECG with measurements can be taken on the system.  Printouts can be taken on pre-printed Graph paper / ordinary white paper  Report : Linked Median Mixed Median Advanced Mixed Median Comparison of Medians Rhythm RAW ECG Full disclosure of each separate leads Trend graphs (BP, HR,ST levels & ST slope) Stage Report Brief Summary Summary

4. MULTISIGN MONITOR

Specifications

Light weight

Design : Having facility for attachment to central nursing station, computer interface and slots for attachment of upgradable accessories , availability of facilities for ugradation (to Anesthetic Gas Monitoring, BIS, Cardiac Output etc.). Screen display of LCD /TFT with higher solution with minimum size of the screen 12`, combination of parameters should include standard :- ECG,SPO2,NIBP,respiation,IBP, Two temperature. ECG should be good quality tracing with ST analysis and arrethmia detection. SPO2 with wave form : NIBP with systolic,diastolic, mean, arterial pressure. Respiration with oxy CRG technique with alarms: user definable settings.

48 hrs. Tabular and graphic trends in memory. Safety alarms : for each parameter in the select range ,power failure. Emergency battery back up with a sealed rechargeable battery. Standard Accessories : patient leads / probes for the signs.

Upgradeable to EtCO2 with main stream ; IBP with reusable transducer and dome system with facility for 2 invasive pressure monitoring

Interactive module with integrated display, battery back up and trend (graphic and tabular). 5 lead ECG monitoring with 12 lead output. CE/FDA approval and comply with IEC standards. The manufacturer should have more than 10 years experience in this field. Installation reference in the last one year from at least two institutions of repute. Optional accessories : EtCO2, IBP (price to be quoted separately ) Warranty : 12 months from the date of installation. Rates of AMC & CAMC to be quoted for minimum period of 5 years after expiry of warranty.

5. PC BASED PULMONARY FUNCTION TEST SYSTEM ( Vitalograph Pneumotrac)

Specifications

PC based Desktop Spirometer with the following specifications . Should have a Fleish Pneumotachograph which can be autoclaved for Sterilization. Transducer should be inside the Base Unit.. Should have built- in Ambient Temperature sensor..Should have an operating temperature between 17 Deg C and 37 Deg C. Should have an automatically controlled Hygienic drying fan to inhibit micro organism survival.

Software should have an automatic log of accuracy checks & Calibration Updates.PC connection should be possible through USB Port. The Software should be Windows XP/7 based with Children`s incentive , challenge test, tidal breathing, CCS, Full Spirometry , archiving ,trending and connectivity software supplied as standard. Both f/v and v/t curves should be displayed together. Software should have PDF Report Generator as standard. The software should be Network Ready with Communication facility to Standardised Communications with other databases. The Software should have Automatic Test Control and Trending.

The unit should be upgradable to 6 minute walk Test.

The software should have Links to popular Practice Management and Occupational Health database systems such as

Spirometer Specifications

Max Flow Rate +/- 16 L/s Min Flow Rate +/- 0.01 L/s Flow Detection : Using Accurate Fleish type No. 4 Pneumotachograph. Volume Measurement: Flow Integration sampling @ 100 Mhz. Accuracy : Better than +/- 3% Volumes & 5% Flows. Linearity : +/- 1% in range 0.1 L/s. Max Test Duration : 20 s FVC ; 30s VC. Paramenters : Selectable in Excess of 30. Population Normals : Selectable over 30 regression sets. Spirometry Stds : ATS 1994 ; ERS 1993 Safety Stds : ISO EN 60601 – ½ Back Pressure : <0.1 kPa /L/s @ 14 L/s Breathing Circuit should be Autoclavable.

6. CARDIAC DEFIBRILLATOR CUM MONITOR AND RECORDER

SPECIFICATIONS :

General : Portable robust study unit with wt 6-8 Kg. Power : 100-240 VAC, 50-60 Hz , Max.270 W Temperature. Operating at 0 – 40 degree C Classification : Class1, Internally powered equipment. Mode of operation : Continuous. Display Screen : LCD, Black & White with CCFL backlight

Defibrillator : Biphasic waveform, external paddles and defibrillation electrode. Energy selectable : 2,5,7,10,20,30,40,50,60, to 200 J Energy availability : Auto disarms after 30 sec. Charging time : less than 5 sec. Fast and easy to use. Automatic / manual operating mode with Voice Prompt Iin AED External pacer facility available

Recorder : With print mode manual / Automatic. Print time : 15,20,30 seconds , continuous. Speed : 25ww /sec. Paper : Heat Sensitive. Electrical Safety norms compliance e.g CE/IEC. FDA/AHA approved.

ECG : Lead Selection, QRS volume selection, safety HR alarms, QRS detection triggers level :200 microvolt (u V) approx.

Integrated Accessory : SPO2 monitoring.

Facility for event summary recording & printing. Facility to store patient data on a data card. The manufacturer should have more than 5 years experience in manufacture of low energy biphasic defibrillator. Installation reference in the last one year from at least 2 institutions of repute. Warranty : 12 months from the date of installation. Rates of AMC & CAMC to be quoted for minimum period of 5 years after expiry of warranty..

7. TECHNICAL SPECIFICATION OF ELECTRIC ORTHOPAEDIC DRI L SYSTEM

(one number)

 Drill Piece – HandShould be autoclavable. Should have good ergonomic pistol grip. Weight should be less than 1 kg. Should have a stainless steel Jacob's chuck (0-1/4”) Should have cannulated upto 5.5 mm Should have a max. speed of 1200 rpm.

 Sagittal saw hand piece.  Flexible reamers.  Reaming Hand Piece.  Autoclavable flexible shaft of upto 2mts length with push pull type ends.  Driving Unit -Enclosed system with foot control for speed and on-off , running. - Should run on 220 V /5 Amp AC.  Mobile stand.  Sturdy carrying case should be provided.

Warranty : 12 months from the date of installation. Rates of AMC & CAMC to be quoted for minimum period of 5 years after expiry of warranty. The item should be supplied with suitable trolley.

8. SPECIFICATIONS FOR CTG MACHINE – FOETAL MONITOR

 should have 12.1” high resolution colour TFTLCD display with titable screen.  Should support plug -in large screen CRT display.  Should have standard Configuration : FHR, TOCO, Foetal movement.  Should have Twin FHR monitoring.  Should have dynamic save and displays the monitoring info up to 48 hrs .  Should have special high sensitive water tight probe.  Should have data storage up to 12 hrs with playback & print facility.  Should be safe on foetus with low ultra sound power.  Should have automatic foetal movement Detection with event marker.  Should have an optional central Monitoring system software (optional)  Should have a thermal printer capable of printing FHR,TOCO trend on a thermal sensitive paper with width > 152 mm.  Should have a built in Li-ion battery.

Terms and conditions 1) Minimum two years warranty and followed by five year AMC support. 2) Warranty and AMC should be provided by the manufacturer directly. 3) The supplier should have proven strong local service facilitywithin 50 Km range and response time less than 12 hours. 4) The product manufactured or assembled in are preferred.

9. 12 CHANNEL ECG RECORDER SYSTEM

SPECIFICATIONS

 System should have 12 lead simultaneous acquisitions.  System should have built rechargeable battery which can generate up to 400 ECG's on a single charge.  System should have built- in high resolution thermal printer which provides print out on A4 / Letter size reports.  System should have automatic printouts in less than 10 seconds for immediate analysis.  System should be capable of producing detailed measurement table (intervals,amplitudes, electrical axes ) and interpretation program.  Should have Myogram Filters adjustable at 25 or 35 Hz and Line Frequency Filter.  Sensitiivity : 5/10/20 mm/mV either automatic or manually selected.  Should have LED indicators for lead group , mains connected, battery operation, low battery, paper tray empty or jammed, filter status and loose electrodes.  Frequency range of digital recorder should be Ohz to 150 Hz.  Patient leakage current should not be more than 5 micro amps.  Safety standers : CF according to IEC 601-1 and IEC 601-2-25, CSA,UL & CE.

10. SPECIFICATION FOR SYRINGE INFUSION PUMP

 Should provide Programmable flow @ 0.1 to 1000 ml/hr or more steps of 0.1 ml/hr.  Display screen should provide selectable drug directory with a memory of 10 to 15 drugs.  Bolus rate should be programmable to1000 ml/hr.  Syringe compatibility for 10,20,50/60 ml of different indigenous standard makes available in hospital.  Volume Accuracy + 2%.

Electricals  AC mains 200-220 V and rechargeable battery backup of approx. 5 hrs @ ml/hr  Alarm function should be available for – occlusion near completion, volume limit, low battery, AC power failure etc.  Anti bolus system for patient safety should be available to reduce pressure on sudden release of bolus.  Setting should have SAVE last infusion rate during AC power failure.  Rotary Dial for setting up.  Key pad lock to avoid accidental switching.

The manufacturer should have more than 10 years experience in this field. Installation reference in the last one year from at least 2 institutions of repute. Warranty : 12 months from the date of installation. Rates of AMC & CAMC to be quoted for minimum period of 5 years after the expiry of warranty.

11. Auto Kerato – Refractometer

SPECIFICATION

Objective Refractometers Mode Sphere range – 25D to +22D (0.12D/0.25D) Cylinder range OD to + 100 (0.12D/0.25D) Axis range 0º to 180º (in 1º or 5º steps) Minimum measurable pupil diameter 2.0 mm Corneal Curoative Mode Corneal Curvature radius – 5.00 to 10.00 mm (0.01mm) Refraction index - 1.3375 Corneal refraction - 67.5D to 33.75D (0.12D/0.25D) Corneal Astigmatism - OD to + 10D (0.12D/0.25D) Corneal Astigmatism - 0º to 180º (in 1º & 5º steps) Others PD measurement range 20-85mm in 1 mm step Output – Rs – 232C / USB 1.1 Other Specification Dimensions - 288 (w) x 509(D) Weight - 19.6 Kg Power supply - 100-240V AC, 50/60 Hz, 60VA

1

12. MOBILE C-ARM IMAGE INTENSIFIER

Make: Model: Sl No Specification Compliance Specify Yes No actual values Features 1 X Ray mode (kV & mA range): KV – range 40 – 110 KV Fluoroscopy - a) Fluoroscopy should not exceed 5 mA. b) Pulsed Fluoroscopy with last Image Hold Radiography- Radiographic mode for cassette exposures: minimum of 20 Ma

2 Collimator: IRIS or multi leaf 3 Image Intensifier:

More Triple Mode Image Intensifier with CCD Camera(9”/6”/5”) 4 Image Processing: a) Minimum 12 bit Digital Fluoroscopy Imaging Unit with dedicated video pipe-line processor b) LIH (Last image holder) archiving for 20 images and facility for CD/DVD burning. c) Detachable Cassette holder for film recording. d) Essential image manipulation software.

5 Image Display:

Two 18” TFT/LCD High resolution, high contrast and flicker free Monochrome Monitors of at least 1024 X 1024 matrix 6 System Functionality: Vertical, Horizontal and Orbital Travel should be available C arm rotation 130 degree or more 7 The System should be DICOM ready 8 Accessories: a) Wrap around light weight vinyl Lead Aprons with 0.5 mm lead equivalence certified by BARC or AERB or ISO : 7 (seven Nos)

OT TABLE OT TABLE QTY: Make: Model: Sl No SPECIFICATION Specify Compliance Actual Yes No 1 Description of Function 1.1 System for cardiac surgery with all accessories 2 Operational Requirements 2.1 Multipurpose powered OT table, C- Arm Fluoroscopic compatible, suitable for all major surgical procedures including plastic surgery, complete with a corded handset with battery level indicators and moulded, anti-static, seamless mattress with radio-translucent top 3 Technical Specifications 3.1 Table should feature of table top with a traverse of minimum of 250 mm or more, either cranially or caudally 3.2 Full length X-ray translucent top with removable & interchangeable head and leg sections with an auto-locking mechanism. 3.3 Table must allow for unrivalled C-arm access and kidney break positioning without the need to move the patient. 3.4 The handset should offer controls for trendelenberg / reverse trendelenberg, lateral tilt, flexion/extension (90/230 degree), longitudinal tabletop traverse and height functions (min, height around 700-800mm and max. height around 1000-1200 mm). 3.5 The brakes, wheels and castors should be controlled by two foot pedals provided at either end of the table. 3.6 The table should feature an integrated stand by panel for controlling the movements in case of handset loss or battery failure. 3.7 The Table stem should be located under the middle of the back section making the tabletop eccentric. 3.8 Table should be able to carry heavy patients and have a capacity of up to 300 kgs with an option for width extension of obese patients. 3.9 Table should also be suitable for tall patients and have a length of at least 2000 mm 3.1 Table should offer low minimum height enabling the surgeon to operate even when seated. 3.11 The table should have divided leg section with mattresses, arm board & universal clamp 3.12 Should have facilities for manual operations in case of power failures 4 System Configuration Accessories, spares and consumables 4.1 System as specified 4.2 The table should be supplied with following necessary accessories including knee crutches: a. Arm supports-2