pre-bid minutes e-tender no. 183 to e-191 ( meeting...
TRANSCRIPT
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Light Source : High intensity with Halogen light source
of 12Volts, 100W power with back lamp in fast action
lamp changer with fiberoptic transmission cable.
JUSTIFICATION:- Please incorporate "Optional: 2 LED Illumination with average
life is of 60000 hours"
Reason for the amendement:- LED is latest technology with minimum maintenance
cost and longer life.
Accepted
Binocular Tube : Straight tube with focal length
170mm, 0°-180° Tiltable tube with focal length 170 mm
or 200mm with 10x or 12.5x widefield eyepieces.
JUSTIFICATION:-Titable tube is not normally used in ENT surgeries as per our
experience and hence can be taken as optional to reduce cost of the basic equipment.
Accepted
Field of view : 60mm to 10mm. JUSTIFICATION:- The Surgeons will have better field of view at the same cost. Not Accepted
2 3.1 Light Source : High intensity with Halogen light
source of 12Volts,100W power with back lamp in fast
action lamp changer with fiberoptic transmission cable.
LED Light Source (1.LED Light source is much brighter than the Halogen Light
Source. 2. LED Light Source consumes very less power and produces very less heat as
compared to the Halogen Light Source which consumes more power and produces
much more heat. 3. LED is having a warranty of 25000hours where as the Halogen
Lamp has a warranty of only 500 hours. 4. LED Light Source runs on Universal Input
Voltage range of 120v to 260v where as Halogen Light Source runs on a voltage input
of 220v to 260v. Thus LED Light Source can withstand extreme voltage fluctuation
where as Halogen Lamp will fuse the moment voltage increases beyond 240v. )
Accepted
11. Should be CE & US FDA approved Either CE & USA FDA Approved. (The vary basic purpose of applying for the CE
Certiñcation and the US FDA is thc same i.e. the "PRODUCT SAFETY". None of the
certification classifìes thc quality of the product. The procedure to test the Product
Safety is almost identical in both CE & US FDA. Any one of the certification either
CE & US FDA will ensure the same extent of product safety: Going ahead with both
the approvals will unnecessary increase the
product cost only Where the purpose of ensuring the product safety is ensured by
taking
any one of the approvals.)
Should be CE or US FDA
approved.
3 E-183 M/s. Carl Zeiss
India.ENT Operating
Microscope
11. Should be CE & US FDA approved Should be European CE or US FDA approved. And Microscope should have RED
DOT design award ( Either of the one approval may be considered, as standard.)
Should be CE or US FDA
approved.
4 E-183 M/s. Toshbro
Medicals
ENT Operating
Microscope
11. Should be CE & US FDA approved CE approved. No FDA approval. Should be CE or US FDA
approved.
5 E-183 M/s.Allied
Meditek/ M/s. Carl
Zeiss India.
ENT Operating
Microscope
4.2 Binocular Tube : Straight tube with focal length
170mm, 0°-180° Tiltable tube with focal length 170 mm
or 200mm with 10x or 12.5x widefield eyepieces.
Clarify which tubes you require. It should be either straight or Tiltable. Generally for
ENT Operating Microscope the Straight tubes are used and the Tiltable tubes are used
for the Neuro Microscope.
Accepted
4.2 Binocular Tube : Straight tube with focal length
170mm, 0°-180° Tiltable tube with focal length 170 mm
or 200mm with 10x or 12.5x widefield eyepieces.
Straight tube with focal length; 0 deg. - 160deg. Tiltable with 10x or 12.5x widefield
eyepiece.
Accepted for straight tube
with focal length 170mm,
0deg- 180deg.
4.3 Eye Piece : 10X - 12.5X wide field. Eye Piece : 10X - 12.5X. Not Accepted
4.4 Field of view : 60mm to 10mm. Field of view : 42mm to 11mm. Not Accepted
4.5 Fine Focus : Manual via focusing knob Fine Focus : Motorized via Footswitch Not Accepted
4.6 Magnification :Manual 5-step apochromatic
Magnification changer, Magnification factor
0.4/0.6/1/1.6/2.5
5x…20x (5 steps) Manual 5-step apochromatic
Magnification changer
4.7 Co-observation / Demonstration : Monocular /
Binocular.(can be optional.)
Binocular only. Accepted
Pre-Bid Minutes E-Tender No. 183 To E-191 ( Meeting Held on 30.8.2013)
1 E-183 M/s. DHR Holding
India Pvt. Ltd.
(Leica)
ENT Operation
Microscope
M/s. Toshbro
Medicals
ENT Operating
Microscope
E-183
E-183 M/s.Allied Meditek
ENT Operating
Microscope
6
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
4. Optics Should be fully Apochromatic. (This details are required to specifiy the optics
requirement- Due to Apochromatic coatings, more light is transferred to the viewers
eye, ensuring sighnificant increase in image resolution, contrast and depth
perception.)
Accepted
4.2 Binocular Tube : Straight tube with focal length
170mm, 0°-180° Tiltable tube with focal length 170 mm
or 200mm with 10x or 12.5x widefield eyepieces.
Binocular Tube : Strainght tube with focal length 170 mm OR o-180 Tiltable tube
with focal length 170 mm or 200 mm with 10x or 12.5 x widefield eyepieces (The
specification in the tender is confusing)
Accepted for straight tube
with focal length 170mm,
0deg- 180deg.
11 Shound be CE & FDA approved Should be European CE or US FDA approved. And Microscope should have RED
DOT design award ( Either of the one approval may be considered, as standard.)
Should be CE or US FDA
approved.
8 E-183 M/s. Toshbro
MedicalsENT Operating
Microscope
5.1 Mobility : Should be movable on 4 or 5 castors on a
sturdy circular or 'H' shaped base.
4 castors on Z shaped base Not Accepted
Stand should have ''Red Dot
Design''award having 4
lockable castors on 'H'shape
design.
9 E-183 M/s. Gunjan
Surgical
ENT Operating
Microscope
4.7 Co-observation / Demonstration : Monocular /
Binocular.(can be optional.)
Please clarify which co-observation tube required Monocular or Binocular. Binocular
10 E-183 M/s. Midas
Associates ENT Operating
Microscope
Light Source : High intensity with Halogen light source
of 12Volts, 100W power with back lamp in fast action
lamp changer with fiberoptic transmission cable.
Kindly include LED light source, since LED Light doesn’t require changing of Lamp
and hence no need of backup lamp.
Accepted
11
E-183
ENT Micromotor
Drill System with
Handpiece & Burrrs
Should be CE & US FDA approved Should be CE or US FDA
approved.
ENT Micro drill system
1. High speed not less than 80000 rpm
suggested top speed of 50000rpm, since in otology & ENT surgeries speed over
35000-40000rpm is not necessary, unless in case of neuro, spine or skull base surgery.
This will help reduce cost of equipment & its wear n tear.
Accepted
Micro Motor Handpieces:
1. Rated for minimum 80000rpm
2. Ball bearing type as to generate minimum heat &
vibration.
1. Changed to 50000rpm for above sted reason.
2. This more of an obsolete technology, most of the major companies now a days offer
Brushless DC technology. Advantage of this is long life span, low maintenance cost,
less frequent break downs, ensuring better up-time & hassle free usage.
1. Accepted
2. Accepted
Burs
3. Oil spray for hand pieces with Nozzel
4. Should be CE approved
3. In case of brushless DC Motors you do not need this, thereby decresing the
consumable cost.
4. Recommended for US FDA approval too, since on date many chinese/Korean
companies can offer CE approval with below par products. Thereby endangering both
quality & patient health.
3. Accepted
4. Should be CE or US FDA
approved.
7. Lateral Tilt Right/Left : +/- 25 Deg. Lateral Tilt Right/Left : +/- 21 Deg Lateral Tilt Right/Left : +/-
21 Deg (accepted)
8. Trendlensberg: +/- 20 Deg. Trenlenberg : +/- 26 Deg suitable for MIS Procedure Trenlenberg : +/- 26 Deg.
(accepted)
10. Leg Section- up down : Fixed Leg Section should be split type : Up +15 deg / Down -91 deg Leg Section should be split
type : Up +15 deg / Down -
91 deg.(accepted)
13. Four double swivel castors for easy movement of
the operation table
Two swivel castors for easy movement of the operation table Two swivel castors for easy
movement of the operation
table.(accepted)
M/s. BET Medical
M/s. Carl Zeiss
India.
M/s. Midas
Associates
ENT Operating
Microscope
E-183
E-183
12
ENT Micromotor
Drill System with
Handpiece & Burrrs
7
13 E-183 C-Arm compatible
Operation Table
with Fracture
attachment
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
14. Should be able to take a patient weight 250 to
270Kg.
Should be able to take a patient weight 150kg or above Minimum 250kg must.
15. Possibility of Beach chair position of 30deg. For
shoulder surgery
Beach chair position of 80deg. Should be possible For shoulder surgery Beach chair position of
80deg. Should be possible
For shoulder surgery.
(accepted)
For table to be compatible for fluoroscopy procedures with C-arm, Table top sliding at
least 300mm should be achievable. Slide should be both Head side and Leg Side to
achieve 100% fluoroscopy coverage
14 E-183 M/s. Smit Medimed
Pvt. Ltd.
C-Arm compatible
Operation Table
with Fracture
attachment
24 Should be CE & US FDA approved Should be CE or US FDA Approved. Should be CE or US FDA
Approved.
2.It should be Electrohydraulic (3-4) Chambers No chambers are use for lifting. It should have Maintenance free lifting system:
State-of-the- art lifting system comprising of YST310 Grade SHS Tube and and hi-
precision bearings with large contact surface which ensures the highest rigidity for
heavy loads ensures the highest rigidity for heavy loads and reduces the friction force
thus making the table up-down movements extra smooth and enable it to carry more
eccentric load without overloading the control system. Furthermore, There is virtually
no backlash(sideways play) which is a common problem with lifting system
comprising of cylinders or chambers with key-way. All bearings are permanently
grease lubricated thus making this lifting system almost maintenance free for lifetime.
It should have Maintenance
free lifting system. It should
be electric motorized oil
pump hydraulic with manual
foot pump i-e
electricohydraulic.(accepted)
4. Tabletop: 500mm x 1900mm Radiolucent, Table top
with horizontal excursion 25cm
Horizontal excursion 25 cm is not clear.
Tabletop: 500mm x 1900mm
Horizontal excursion is not
required.
6. Back Section: (-) 60 Deg. To (+) 90 Deg.
Whereas normally it is 30 degree down and 90 degree up
30 degree down and 90
degree up
11. System should have hand remote control system for
patient positioning & table Up- down adjustment and
another mounted on body of table
If the remote is mounted on body of the table, it is great disadvantaage. There is every
chance of water splitting on remote while cleaning the OT with water, which is usual
practice.
System should have wired
remote control system for
patient positioning & table
Up- down adjustment and
another panel control
mounted on body of table for
same purpose.
14. Should be able to take a patient weight 250 to
270Kg.
Worldwide load capacity is maximum 150kg if the load capacity is 250Kg-270Kg, it
is for bariatric surgery.
Minimum 250kg must
24. Should be CE & US FDA approved It should be CE or US FDA so more number of bidders can be participate. It should be CE or US FDA
C-Arm compatible Operation Table with Radio luscent
top
JUSTIFICATION:- "Any material of radio-luscent nature will do?
Usually acrylic table top is supplied as low cost substitute for radio-lucent purpose.
This material on use becomes opaque & low permeability; later gives hazy image.
Kindly confirm which material is your actual requirment & to be offered.
Carbon fiber prefered.
It should be Electrohydraulic (3-4) Chambers JUSTIFICATION:- Kindly clarify what mechanism shall be offered for the table to
function as Electro-hydraulic out of three types:-
a) Electric Motorised Actuator based system or
b) Electric Motorised Oil pump Hydraulic system or
c) Electric Motorised Oil Pump Hydraulic with Manual foot pump i.e Electrical and
Manual hydraulic dual function for emergency= Electro hydraulic.
Which type is your requirement & to be offered.
It should have Maintenance
free lifting system. It should
be electric motorized oil
pump hydraulic with manual
foot pump i-e
electricohydraulic.
15
16
E-183
M/s. Unimmedss
M/s. BET Medical
M/s. Gunjan
Surgical
C-Arm compatible
Operation Table
with Fracture
attachment
C-Arm compatible
Operation Table
with Fracture
attachment
E-183
13 E-183 C-Arm compatible
Operation Table
with Fracture
attachment
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
(3-4) chambers JUSTIFICATION:- "3-4 chambers" are for Mechanical hydraulic design. Last 15
years it is single encased system for any electric or electro hydraulic table. Kindly
amend.
Addressed in above points.
3. Table with C Arm Fluoroscopy Compatibility JUSTIFICATION:- For optimum result, the table top is essential & ideal to be made
of highest X-Ray permeable quality material i.e. CARBON FIBRE which is actually
radio-lucent acclaimed Nationally & Internationally.
If this is not specified, then Acrylic top will be offered as mentioned in # 1 above.
Kindly clarify.
Carbon fiber prefered.
4.Four double swivel castors for easy movement of the
operation table
JUSTIFICATION:- The casters shall be Anti-static or ordinary quality? Kindly
confirm.
Anti static prefered.
5. Should be CE & US FDA approved JUSTIFICATION:- US FDA approval for OT Tables under Class-I category is not
statutory in INDIA. CE mark is enough. This requires to be amended else NO Indian
manufacture will quality & could be single tender.
In the past for all tables purchased by DHS are with CE mark only. So, kindly amend
as "CE" or US FDA.
It should be CE or US FDA
17 E-183 M/s. Smit Medimed
Pvt. Ltd.
C-Arm Compatible
Operation Table
with Urology
attachment
26 Should be CE & US FDA approved Should be CE or US FDA Approved. Should be CE or US FDA
Approved.
1. Eccentric Pillars JUSTIFICATION:- No details of Urology attachment exist in the tender
specification. Kindly furnish the details of Urology Attachment specificatio & qty
reqd on each.
No Change.
1a. Eccentric Pillars JUSTIFICATION:- "Eccentric Pillars" generally means Pillar at Head end under back
section. If so, then Back section Up/down as per Sr.23 is mentioned adjustable; HOW
would it be technically possible when the Back section is fixed with pillar? Hence,
Specification Sr.No. 23 is required to be deleted? Kindly clarify
No Change.
2. Detachable, head, leg & pelvic section JUSTIFICATION:- "Pelvic Section" is never detachable & is reqd. to be clarified.
Under Sr. 10 only Head & leg section is demanded as Interchangeable i.e. detachable.
So, other way Pelvic section detachable is not demanded. Hence, Kindly clarify.
Detachable, head, leg
section.
13.It should have SFC paddings with multi-layer
construction.
JUSTIFICATION:- The term "SFC" padding with multi-layer construction. Kindly
remove the Brand RESTRICTION to Generic name "Latex Free quality multi-layer
construction mattress"
It should have latex free
multilayer construction
mattress.
4. Should be CE & US FDA approved JUSTIFICATION:- US FDA approval for OT Tables under Class-I category is not
statutory in INDIA. CE mark is enough. This requires to be amended else NO Indian
manufacture will quality & could be single tender.
In the past for all tables purchased by DHS are with CE mark only. So, kindly amend
as "CE" or US FDA.
Should be CE or US FDA
Approved.
3.Detachable, head, leg & pelvic section Pelvic section is fixed. It can not have detachable. Please clarify. Detachable, head, leg section.
5.Fine sectional radio – translucent It should be five sectional ratio- translucent Five sectional radio –
translucent.
13.It should have SFC paddings with multi-layer
construction.
Please clarify the mattress depth. Generally it is 50mm & it shold be foam mattress
which is easily washable.
It should have latex free
multilayer construction
mattress.
25.Load Capacity: 250Kg to 270Kg. Worldwide load capacity is maximum 150kg if the load capacity is 250Kg-270Kg, it
is for bariatric surgery.
No Change.
16
E-183
E-18318
M/s. Unimmedss
19
C-Arm Compatible
Operation Table
with Urology
Attachment
Gunjan Surgical
M/s. Unimmedss C-Arm Compatible
Operation Table
with Urology
Attachment
C-Arm compatible
Operation Table
with Fracture
attachment
E-183
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
26. Should be CE & US FDA approved It should be CE or US FDA so more number of bidder can be participate. Should be CE or US FDA
Approved.
Houmium: Yag Laser with minimum power setting
100W
Holmium YAG Laser with minimum power setting should be 50 to 100W Want minimum 100W.
Laser Power: 100W Laser Power should be 50 to 100W instead of 100W. Want minimum 100W.
JUSTIFICATION- There are different size of foot prints (0.22NA to 0.35NA) of
lasers in the market. Our laser is 50 watts but it out performs a 100 watts laser. It can
do everything which a 100 watts laser does, with the same efficiency. In fact it can do
certain additional procedures which are not possible by other 100 watts lasers. (Like
LITT). This has been possible dure to fourth generation advancements, wherein we
can use a narrow foot print of laser & fibre wiht 0.22NA (numeric aperture), as
against 0.35 NA which is used by the 100 watts laser. It actually means that our laser
beam acts as a sharper knife, thus requiring lesser wattage (force) to give the same
cutting efficiency. Actually theuse of laser energy for achieving same cutting
efficeincy provides gentle treatment to the patient leading to lesser desiccation and
faster recover. So our 50W is parallel to 100W. Machine can do prostate
Enucleation, Prostate Vaporescetion, Prostate LITt, Uteric Stones, Renal Stones,
Stricture Tumor, Endopyelotomy, Bladder Neck Incision etc.
Fibre sizes should be 220, 365,600 microns Fibre sizes should be 230, 365,600 microns 200/220/230,365, 550/600
microns.
JUSTIFICATION- Sizes indicate the core diameter of the fibers and core diameter are
direclty proportionally to the delivery of energy.
Outer continuous irrigation sheath "e-line"26.5fr. Outer continuous irrigation sheath "e-line"26fr. Outer continuous irrigation
sheath "e-line"26 fr.
The equipment should have single laser head The single laser head is not sufficient for output power of 100W. The minimum laser
heads should be two.
The minimum laser heads
should be two.
The equipment should have single flash lamp For two laser heads, there should be two flash lamps. There should be two flash
lamps.
The equipment should have single Set of mirrors For each set of laser head and flash lamp, there should be 2 mirrors each ( one full
reflection & another partial reflection.
there should be 2 mirrors
each ( one full reflection &
another partial reflection.)
Point no 14 a says 220 um fiber. The 220 um fiber is very fragile. And currentl 273 um fibre is in use worldwide. Should provide Fibre
200/220/230/,365,550/600.
Point no. 10- Faclity of Holvop Holvop means Holmium Laser vaporisation of Prostate. But Vaporisation proedure is
not possible with Homium Laser as it is a pulsed laser.
Accepted
Point no. 11 - Equipment should be Air cooled The new technology of refrigerant cooling is used. Should provide proper
cooling system.
POINT No.1, Holmium YAG Laser with minimum
power setting should be 50 to 100W instead of 100W
Want minimum 100W.
19
20 E-184 M/s. Jay Pharma
Laboratories
Holmium YAG
Laser
C-Arm Compatible
Operation Table
with Urology
Attachment
Gunjan Surgical
M/s. Healthware
Pvt. Ltd.
JUSTIFICATION- There are different size of foot prints (0.22NA to 0.35NA) of
lasers in the market.Our laser is 50 watts but it out performs a 100 watts laser. It can
do everything which a 100 watts laser does, with the same efficiency. In fact it can do
certain additional procedures which are not possible by other 100 watts lasers. (Like
LITT). This has been possible due to fourth generation advancements, wherein we can
use a narrow foot print of laser & fibre with 0.22 NA ( numeric aperture), as against
0.35 NA which is used by the 100 watts laser. It actually means that our laser beam
acts as a sharper knife, thus requiring lesser wattage (force) to give the same cutting
efficiency. Actually the use of laser energy for achieving
same cutting efficiency provides gentle treatment to the patient leading to lesser
desiccation and faster recovery. So our 50W is parallel to 100W. Machine can do
prostate Enucleation, Prostate Vaporescetion, Prostate LITT, Uteric Stones, Renal
Stones, Stricture Tumor, Endopyelotomy, Bladder Neck Incision etc.
Ho-YAG laser
specifications for
tender
E-18421
E-183
22 E-184 M/s.
InterkardioHealthca
re Techologies
Holmium YAG
Laser
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
POINT No.13 b. Laser Power should be 50 to 100W
instead of 100W.
Want minimum 100W.
POINT No.14 a). Fibre sizes should be 230, 365, 600
microns instead of 220, 365 & 550 microns.
JUSTIFICATION- Sizes indicate the core diameter of the fibers and core diameter
are directly proportionally to the delivery of energy.
200/220/230,365, 550/600
microns.
POINT No.15 B) b. Outer continuous irrigation sheath
“e-line” 26 fr. instead of 26.5 fr.
26 fr. instead of 26.5 fr. Outer continuous irrigation
sheath "e-line"26 fr.
POINT No.15 B) c. Inner continuous irrigation sheath
“e-line” 24fr. instead of 23.5fr.
24fr. instead of 23.5fr. Inner continuous irrigation
sheath “e-line” 24fr.
23 E-184 M/s. Midas
Associates
Holmium YAG
Laser
All Products quoted should be CE approved & FDA
USA approved of Single Parent Company.
Edoscope part which includes (b) morcoscope, © Laser Resectoscope (d) Fiber optic
Flexible Uretrorenoscope, € Flexible Video Cystoscope, (f) Flexible Nephroscope
should be floated as a separate tender all together. Manufacturers/Sole distributors for
the Holmium Yag laser are not the same manufacturers for the endoscope component
& vice-versa.
All Products quoted Should
be CE or US FDA approved.
Endoscpes part which
included in tender
specification can be of one
company and laser unit can
be of other company.Both
should be quoted together in
one tender. Bidder should be
also responsible for service
support during warranty &
after warranty period for both
parts(Enscopes as well as
Holmium laser.)
24 E-184 Holmium YAG
Laser
The equipment should have a narrow foot print
(Numeric Aperture) of 0.22NA.
The equipment should have a
narrow foot print (Numeric
Aperture) of minimum
0.22NA.
13. c.Max. Laser Energy: 4500mJ at tissue level Laser Energy: 0.2 to
3.5Joules.
13. d.Repetition rate: 8-30Hz Repetition rate: 5-50Hz
JUSTIFICATION- There are different size of foot prints (0.22NA to 0.35NA) of
lasers in the market.Our laser is 50 watts but it out performs a 100 watts laser. It can
do everything which a 100 watts laser does, with the same efficiency. In fact it can do
certain additional procedures which are not possible by other 100 watts lasers. (Like
LITT). This has been possible due to fourth generation advancements, wherein we can
use a narrow foot print of laser & fibre with 0.22 NA ( numeric aperture), as against
0.35 NA which is used by the 100 watts laser. It actually means that our laser beam
acts as a sharper knife, thus requiring lesser wattage (force) to give the same cutting
efficiency. Actually the use of laser energy for achieving
same cutting efficiency provides gentle treatment to the patient leading to lesser
desiccation and faster recovery. So our 50W is parallel to 100W. Machine can do
prostate Enucleation, Prostate Vaporescetion, Prostate LITT, Uteric Stones, Renal
Stones, Stricture Tumor, Endopyelotomy, Bladder Neck Incision etc.
22 E-184 M/s.
InterkardioHealthca
re Techologies
Holmium YAG
Laser
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
13.f.Aiming Beam, green : 635nm, >1mW, adjustable
for better contrast at tissue level.
Aiming Beam,
green(532)/Red (635 or 650)
, >1mW, adjustable for better
contrast at tissue level.
13.h. Power required : 230VAC with 30Amps at single
phases
Power required : 230VAC
with 30Amps at single
phases. Electrical output
requirement should be born
byCompany.
14. a) Fibre 220,365,550 microns :- 05Nos. each Fibre 220,365,550 microns :-
10Nos. each
14. b) Vaporization fibre 800mocron (Reusable) :- 1
No.
Vaporization fibre
800micron (Reusable) :- 5
No.
14. c) Fibre for LITT ( Laser Induced Thermo Therapy)
:- 1 No
Fibre for LITT ( Laser
Induced Thermo Therapy) :-
2 No
The equipment should be from standard manufacturer
preferably from European/USA country.
Should be CE or US FDA
approved.
Accessories:-
a) Goggles:- 2no.
b) Diamond Cutter:- 1 no.
c) Stripper/clipper:- 1no.
d) Manual:- 1set
Accessories:-
a) Goggles:- 4nos.
b) Diamond Cutter/ Ceramic
Scissor:- 1 no.
c) Stripper/clipper:- 1no.
d) Manual:- 1set
e) Fibre Inspection scope-
01no.
c. Rotation morcellator reusable, diameter 4.75mm,
working length 350mm comprising outer and inner
blade (2no.).
c. Rotation morcellator
reusable, diameter 4.75mm,
working length 350mm
comprising outer and inner
blade (2 sets of blades).
19.The company should have service backup with
trained engineer in the region.
The company should have
service backup with trained
engineer in the region.
Service should be given in
seven working days after
reporting complaint. For
delay penalty of Rs. 5000/-
per day will be charged.
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Should provide adequate &
proper training to the end
user.
Printer: Facility to print on Inbuilt thermal printer Facility to print on Inbuilt thermal printer as well as on plain paper via any
Deskjet/Laser printer. JUSTIFICATION-
In government hospitals, once the initially supplied thermal paper is consumed, there
is always a scarcity of thermal papers. To utilize the device even when there is no
thermal paper available, we recommend there should be facility of printing via
deskjet/laser printer on plain A4 papers which are readily available.
Inbuilt thermal printer as well
as on plain paper via any
Deskjet/Laser printer.
System should be upgradable Explain in detail. To avoid confusion kindly explain, System should be upgradable to
what?
Should be upgradable
features like internet
connectivity,wireless central
monitoring upto 4 bed.
Should be CE & FDA approved Should be CE/FDA approved
JUSTIFICATION-CE and FDA are equivalent to each other which represent
performance & safety of medical products. Hence, either of the standards will ensure
the product quality, functionality & safety. Specifying both the standards will restrict
the tender only to Multinational Companies and will cause injustice to many of the
reputed Indian manufacturers. Hence we recommend the requirement should be
CE/FDA approved.
CE or US FDA approved.
CE or US FDA approved.
System should be Virus Protecting (Firewall, C/C++) Kindly remove this point . JUSTIFICATION-
Fetal monitor will work on proprietary firmware/software and hence there will be no
access to internal software. Hence this requirement is not valid.
24 E-184 M/s. Maestros
Mediline Systems
Limited
Featal Monitor
Display minimum 5.6” Display should be minimum 7.1” color display JUSTIFICATION-
Monochrome displays are outdated hence difficult to source & repair. Specification
leaves a scope of quoting this outdated technology as display type is not mentioned.
Hence we recommend, “Color Display” should be specified.
Also the size asked i.e. 5.6” will be insufficient for monitoring of twin babies. 7.1”
screen size will be more suitable for viewing of twin FHR pattern, which also comes
in less cost than that of 5.6” screen.
Patient Database: It should store more than 10 hours,
memory to store all data.
Facility of Inbuilt Analysis of the FHR pattern JUSTIFICATION-As
many a times, gynecologist may not be present near the patient and inbuilt analysis
will help the technician to understand Fetal distress on time and report accordingly.
25 We would like to bring it to your attention that there is
no local manufacturer for patient monitors & fetal
monitors who has both CE & USFDA certificate. This
means no Indian manufacturer will able to quote this
tender.
The USFDA is required only in the USA and more than 50 countries accept CE
certifications. Moreover products under tender consideration are not self certified
products & they require notifying body to certify it. Getting USFDA certification is
difficult not because of local products are of inferior quality but because of cost
involved in getting each model certified and lack of government support.
E-184 M/s. Maestros
Mediline Systems
Limited
Fetal Monitor
No Change.
System should be Virus
Protecting.
No Change.
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Delivery Period &Place of Delivery: The goods should
be delivered within 45 days from the date of receipt of
supply order to the consignee.Should Provide Training
to the end user
Kindly amend it to 75days for imported items from the date of receipt of purchase
order
JUSTIFICATION:-In case of imported items like ours and multiple nsignees involved,
75 days is the minimum time for arranging delivery from the date of receipt of
confirmed supply order to the various locations as per tender.
It should have clinical event marker It should have clinical event marker and automatic fetal movement detection.
JUSTICATION:- This is a very important feature and must be
available in a fetal monitor.
Some times, during labor pains or due to wage perceiving power, events marked by
the patients with the help of marker are not correct.
Therefore, availability of automatic fetal movement detection helps linician to have an
exact idea of gross fetal movement and crosschecking
the perceiving power of the patient.
No Change.
5. It should have battery back up of 4-6 hours. It should be supplied with a suitable rated UPS with 30 minutes
backup.
JUSTIFICATION:- The fetal monitor is diagnostic equipmentmeant to conduct 20
minutes NST (Non-Stress Test) and not an equipment to be used during
transportation.
Due to continuous usage of thermal printer,integrated battery backup is not available
with most of the reputed vendors.
Hence, this point seems to be a vendor specific and need to be amended as requested.
A UPS will also protect the equipment with sudden fluctuations / failures of power.
No Change.
Accessories
Should provide rechargeable battery along with
recharging unit (Charger/Adaptor).
To be deleted
JUSTIFICATION:- As per request above
No Change.
1.Display Minimum 5.6” 1. High Resolution Colored Display Minimum 5.6”
JUSTIFICATION:- Now days, for all monitoring equipments color
display is essential for better visibility and easy
differentiation in waveforms and numerics.
Available with most of the vendors and hence,
must be the part of specification to prevent an
inferior product with poor resolution and
visibility.
No Change.
CE or US FDA approved.
26 E-184 M/s.
PhilipsElectronics
India Limited
Foetal Monitors
25 We would like to bring it to your attention that there is
no local manufacturer for patient monitors & fetal
monitors who has both CE & USFDA certificate. This
means no Indian manufacturer will able to quote this
tender.
The USFDA is required only in the USA and more than 50 countries accept CE
certifications. Moreover products under tender consideration are not self certified
products & they require notifying body to certify it. Getting USFDA certification is
difficult not because of local products are of inferior quality but because of cost
involved in getting each model certified and lack of government support.
E-184 M/s. Maestros
Mediline Systems
Limited
Fetal Monitor
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Patient Database:It should store more than 10 hours,
memory to store all the data. In case the printer goes out
of order, machine should continue monitoring and then
download to printer afterwards for printing or be
viewed.
Patient Database:
It should store more than one hour, memory to store all the data. In case the
printergoes out of order, machine should continue monitoring and then ownload to
printer afterwards for printing.
JUSTIFICATION:- This is a vendor specific point and need to be amended to make it
generalized and encouraging healthy competition. Normally, one hour storage in a
Foetal monitor is more than sufficient as the Fetal monitor is used for a 15-20 minutes
non-stress test only, for which one hour memory is sufficient. There is no significance
of much data in memory as the hard copy of an NST is must for prevention against
medico-legal cases
No Change.
Computer interface through RS232 connection Computer/ Central Station interface through RS232/ LAN connection
JUSTIFICATION:- The mentioned point in specification is vendor
specific and need to be made generalized as
requested to encourage more reputed bidders
and healthy competition.
No Change.
System should be Upgradable System should be Upgradable for triplet monitoring and NST through telemetry.
JUSTIFICATION:- It is essential to define upgradability requirement, else, this point
may be misunderstood by the vendors and will be taken in their own convenient ways
to manage the specification.Triplet monitoring & fetal monitoring through telemetry is
an advanced but important feature
and available with all reputed vendors for this product.Looking at the trends in a
particular area features like triplet monitoring and telemetry transducers can anytime
be upgraded.
Should be upgradable
features like internet
connectivity,wireless central
monitoring upto 4 bed.
27 E-184 M/s. Paramount
Enterprise
Foetal Monitor keep both USFDA and CE approval as must for
equipment
Please note that CE and USFDA certification are two different processes. CE
certification is a one of the constituent of USFDA market approval process but the
device is allowed market in US only if one of the above stated accredited organization
certify performance standards within the acceptable limit set by USFDA
CE certification guidelines states that The CE marking shall be affixed only by the
manufacturer. By affixing or having affixed the CE marking, the manufacturer
indicates that he takes responsibility for the conformity of the product with all
applicable requirements set out in the relevant Community harmonisation legislation
providing for its affixing. The point to be noted here is “manufacturer indicates that
he takes responsibility for the conformity of the product” and performance standards
are not tested and accredited by any above listed third party accredited organization.
Hence, we appeal to honorable jury not to fall prey to misleading request made by
some companies to change USFDA & CE approved term to USFDA or CE in lieu of
patient interest.
CE or US FDA approved.
26 E-184 M/s.
PhilipsElectronics
India Limited
Foetal Monitors
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
28 E-184 M/s. Biomedicon Foetal Monitor USFDA and CE approval JUSTIFICATION:-
In view of United States Food and Drug Administration, fetal ultrasonic monitor is the
device used to represent some physiological condition or characteristic in a measured
value over a period of time (e.g., perinatal monitoring during labor) or in an
immediately perceptible form (e.g., use of the ultrasonic stethoscope). This device
designed to transmit and receive ultrasonic energy into and from the pregnant woman,
usually by means of continuous wave (doppler) echoscopy.
Looking at the potential risk associated transmit and receive ultrasonic energy into
and from the pregnant woman and fetus, USFDA has categories this device under
TITLE 21--FOOD AND DRUGS; CHAPTER I--FOOD AND DRUG
ADMINISTRATION; DEPARTMENT OF HEALTH AND HUMANSERVICES;
SUBCHAPTER H--MEDICAL DEVICES; Subpart C--Obstetrical and Gynecological
Monitoring Devices; Sec. 884.2660 Fetal ultrasonic monitor and accessories
&Classification, Class II & is must to take performance standards accredited from any
one of the following organization to seek marketing clearance in United States.
Please note that CE and USFDA certification are two different processes.CE
certification is a one of the constituent of USFDA market approval process but the
device is allowed market in US only if one of the above stated accredited organization
certify performance standards within the acceptable limit set by USFDA CE
certification guidelines states thatThe CE marking shall be affixed only by the
manufacturer. By affixing or having affixed the CE marking, the manufacturer
indicates that he takes responsibility for the conformity of the product with all
applicable requirements set out in the relevant Community harmonisation legislation
providing for its affixing. The point to be noted here is “manufacturer indicates that
he takes responsibility for the conformity of the product” and performance standards
are not tested and accredited by any above listed third party accredited organization.
Hence,we appeal to honorable jury not to fall prey to misleading request made by
CE or US FDA approved.
4. As “ CE” is based on international standards more than 50 countries accepts CE
certification including Europe , Latin America, Australia , Canada, Middle East Asia
& South East Asia & USFDA is only required for the USA only.
CE or US FDA approved.
29 E-184 M/s. Maestros
Mediline Systems
Limited
Foetal Monitor We appreciate DHS’ intension & effort to improve
overall quality & effectiveness of the products
purchased through above tenders. However making
both CE & FDA compliance mandatory may not
guarantee intended results. Moreover it will severely
impact local manufacturers as none of the Indian
company will be able to bid & DHS will end up
purchasing devices at huge premium in foreign
exchange.
1. In recent past, performance & inaccuracy in FDA approved machines (under this
tender requirement) has resulted in death of patients & company has withdrawn all the
devices from market (REF: USFDA website).
2. The devices (under this tender) are not self certified. For “CE “it requires
notifying body to certify it. The process of certification is similar to FDA. The
difference is CE is based on international standards & FDA is based on American
standards (REF: USFDA website).
3. China’s regulatory requirement called SFDA is based on USFDA (REF: USFDA
website). So it is easy for Chinese manufacturer to comply the requirement. Hence
DHS might end up purchasing all Chinese devices ignoring all Indian manufacturers.
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
5. WHO recommends governments of countries without national regulation of
medical devices to follow certification based on international standards like ISO
13485 & IEC. Which is covered under CE certification (REF: WHO guidelines for
medical device regulation).
6. Indian device companies do not go for FDA is not because their products are
substandard. This is because getting USFDA for each model is very expensive & there
is no government support. (NOTE: Not all the devices even from most reputed MNC’s
are FDA approved)
7. FDA is enforced law in USA. Companies pay huge money to get certified &
maintain it. However the law cannot be enforced in INDIA. So DHS will only end up
paying premium to purchase.
29 Considering above points we requires DHS to consider changing specification to CE
OR FDA.
1. GENERAL DESCRIPTIO
Modular & Suitable for Adult/Paediatric/ Patients
monitoring .Minimum 15 inches multi-colour TFT
display screen.
Eight Channel digital and waveforms/ traces display.
Capability of storage of patient data and printing of
patient reports.
Please make it Touch Screen
JUSTIFICATION:- Tocuh screen is easy to operate & it is latest technology.
No Change.
3.ECG
Multichannel (up to 12 lead) ST segment analysis
3 or 5 lead with cascade waveform facility.
Monitoring, Diagnostic & OT modes of monitoring of
ECG
Simultaneous Multi-lead ECG monitoring of 7 ECG
lead
HR range 20-350 BPM
HR/PR Source selection facility from Automatic,Spo2
IBP and NIBP.
Please make it as- Simultaneous Multi-lead ECG monitoring of 8 ECG lead
JUSTIFICATION:- There is no logic for 7 leads. Where as if you have 8 leads- along
with 6 leads you can get addition 2 chest leads. With lead II, V4 & V5 one can detect
96% of ischemia changes
No Change.
Automatic arrhythmia detection & alarm for standard &
lethal arrhythmia
Please mention the no. of arrythmias as >20.
JUSTIFICATION:- The same is asked for in the central monitor specs. If monitor has
the capacity of detecting >20 arrythmias, then only it will come to central monitor
No Change.
4. PULSE OXYMETRY
Nellcor or Masimo technology.
please add- Nihon Kohden Technology
JUSTIFICATION:- Nihon Kohden is the Inventor of Pulse Oximetry
No Change.
10. TRENDS & ALARMS
72 Hrs. non-volatile graphical/tabular trends with zoom
facility and separate dedicated trend for storing min 200
NIBP readings
As 72 hrs memory is asked for, the NIBP reading should be stored for 72 hrs
JUSTIFICATION:- The 72 hrs data of NIBP will give you the complete picture.
No Change.
Should have Alarm recall facility for last 24 Alarm
events with date,time and Message
As 72 hrs memory is asked for, the alarm events should be stored for 72 hrs
JUSTIFICATION:- The 72 hrs data of alarms will give you the complete picture.
No Change.
CE or US FDA approved.
29 E-184 M/s. Maestros
Mediline Systems
Limited
Foetal Monitor
Item : 4 Multi Para
with Central Work
Station - Qnty 20
nos.
M/s.Nihon KohdenE-18430
We appreciate DHS’ intension & effort to improve
overall quality & effectiveness of the products
purchased through above tenders. However making
both CE & FDA compliance mandatory may not
guarantee intended results. Moreover it will severely
impact local manufacturers as none of the Indian
company will be able to bid & DHS will end up
purchasing devices at huge premium in foreign
exchange.
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Please add - Monitor should be upgradaeable to Sepsis protocol
JUSTIFICATION:- With Sepsis Protocol, the fluid management is better in sepsis and
patients under septic shock in an ICU
No Change.
11.RECORDER
Inbuilt dual channel thermal array recorder
Please remove this line
JUSTIFICTION:- The Printer is asked for at the central monitor and the print out can
be taken from Bedside Monitor. Hence no need of Recorder or printer at every bed.
Can be removed
Include Laser Printer and dual channel strip chart
recorder
Please remove this line
JUSTIFICTION:-Same as above
No Change.
12. OTHERS
Should have facility to download trend data on USB
and SD Card.
Please remove this line
JUSTIFICTION:-The monitors are being connected to Central Monitor and Central
mnoitor has memory and USB port. No need of transfering the data from monitor.
No Change.
13.ACCESSORIES
5 Lead ECG with clips – 2 sets Please add 12 Lead ECG Cable to be quoted as an option
JUSTIFICTION:-12 Lead ECG is asked for in the Central Monitor Specs
No Change.
16.STANDARDS, SAFETY & TRAINING
Should be USFDA & CE approved product
Shall meet the safety requirements as per IEC 60601 – 2-
27: 1994 – Medical electrical equipment – Part 2:
Should have local service facility. The service provider
should have the necessary equipments recommended by
the manufacturer to carry out preventive maintenance
test.
Back to back warranty to be taken by the supplier from
the principal to supply spares for a minimum period 10
years.
Comprehensive warranty for 2 years and provision of
CMC for next 8 years.
Please add - The manufacturer should quote their latest model not introduced before
the year 2008.
JUSTIFICATION :- The technology changes every 5 years. Older model will phase
out fast. The Govt should get the latest technology & models.
No Change.
17.DOCUMENTATION
CNS should have 24 hr stored patient data monitoring –
trends
The storage should be 72 hrs. Same is asked for in the monitor
JUSTIFICATION:- 72 hrs. is better than 24 Hrs.
No Change.
CNS should have 24 hr event review facility CNS
should have multi lead arrhythmia and ST review
facility.
The storage should be 72 hrs. Same is asked for in the monitor
JUSTIFICATION:-72 hrs. is better than 24 Hrs.
No Change.
Item : 4 Multi Para
with Central Work
Station - Qnty 20
nos.
M/s.Nihon KohdenE-18430
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
CNS should have 50 alarms strips storage per bed CNS
should offer wave review with 24 hr full disclosure
CNS should support HL7 output
wave review also should be 72 hr full disclosure
JUSTIFICATION:- Memory should be common
No Change.
CNS should have option for 12L ECG monitoring for
detailed analysis of individual bed without
compromising on full ICU monitoring.
Please add 12 Lead ECG monitoring & analysis
JUSTIFICATION:- 12 lead ECG analysis reduces the need of taking ECG print outs
from ECG machines
No Change.
CNS should have facility for interfacing Holter data for
analysis, in case of the Holter from the same brand is
available.
Please remove this line
JUSTIFICATION:-Every hospital may not have Holter or may not have it from the
same company
No Change.
CNS should export the ICU patient data to Holter for
analysis
Please remove this line
JUSTIFICATION:-Every hospital may not have Holter or may not have it from the
same company
No Change.
CNS should have advanced arrhythmia analysis
package (more than 20 arrhythmia analysis should be
possible) Should have 12 LECG Monitoring & view
possible at CNS.
please add 12 Lead ECG Monitroing , Analysis & View
JUSTIFICATION:-same as above
No Change.
CNS should operate on Microsoft Windows NT
workstation operating system.
Please remove this line
JUSTIFICATION:- The operating system of Linux is better.
No Change.
2.1 (iv) Bill of entries to access that the product is
imported in India since last 3 years
Please remove this line
JUSTIFICATION:-The product may be available in India thru privious distributor.
The Bill of Entries cant be given.
No Change.
2.5 The eligible Bidder must submit particulars of
quantity of the past supplies made as per the
performance statement Format provided in the
tender document without any alteration, during the
last Three calendar years, out of this at least 25 %
quantity for similar Product as specified in the
Technical Specification and in the Schedule of
Requirements & must have been supplied in any one
of the last 3 (Three) calendar years,
Please allow the performance certificate from any country as the product is imported No Change.
Last date of Tender Submission- 11/09/2013 Please Extend the date. The time remaining is too short. The digital Signature is to be
acquired.
Modular & Suitable for Adult/Paediatric/ Patients
monitoring .
Modular & Suitable for Adult/Paediatric/ Patients monitoring
JUSTIFICATION :- Kindly specify as to what does user mean by modular. Does it
mean that modules should be removed from one monitor and plugged into another by
user freely
Modular means detachable
modules which are freely
exchangable between two
monitors and the same model
and not exchangable cable.
Item : 4 Multi Para
with Central Work
Station - Qnty 20
nos.
M/s.Nihon KohdenE-18430
31 E-184 M/s. Schiller
Healthcare India
Pvt.Ltd.
4 Multipara Monitor
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Minimum 15 inches multi-colour TFT display screen. we request that atleast 14 inches or more should be accepted and the screen should be
touchscreen
JUSTIFICATION:-As nowadays all reputed brands have touchscreen display
12" and above display
screen.
Display of Plethysmograph with Pulse Strength
indicator & SpO2 values & perfusion index.
Display of Plethysmograph with Pulse Strength indicator & SpO2 values & perfusion
index bar graph.
JUSTIFICATION:-Perfusion is shown as bar graph in monitors
No Change.
ETCO2
Should be Main Stream capnography with display of
CO2 and digital Values of EtCO2, FiCO2 & RR
No Change.
Flow rate :- 50ml/min
Include Laser Printer and dual channel strip chart
recorder
This should be deleted as already the same has been asked below in Central Station No Change.
Should have facility to download trend data on USB
and SD Card.
Facility to download on USB OR SD Card
JUSTIFICATION:- Request for storage on either of one should be accepted as data
storage is already available in central station as well
No Change.
Suitable ONLINE UPS with maintenance free batteries
for minimum one-hour back up should be supplied with
the system
It should be online UPS OR internal rechargeable battery
JUSTIFICATION:- As monitors have internal rechargeable battery
No Change.
Central station should have facility to display upto 20
real time waves at a time and upgradable upto 32 beds
in future
Central station should have facility to display upto 16 real time waves at a time
JUSTIFICATION:- The monitors are asked for 4 bed and each bed there are only 3
parameters where waveforms are seen. Hence the maximum each bed will show is 9
or if 12 Lead ECG option is taken that 15 waveforms can be seen.
No Change.
CNS should have option for 12L ECG monitoring ECG asked in monitors is 5 Lead & hence maximum 7 lead ECG can be seen per bed No Change.
CNS should have facility for interfacing Holter data for
analysis, in case of the Holter from the same brand is
available.
should be deleted
JUSTIFICATION:- As holter is different machine
No Change.
CNS should export the ICU patient data to Holter for
analvsis
should be deleted
JUSTIFICATION:- As holter is different machine
No Change.
CNS should have advanced arrhythmia analysis
package (more than 20 arrhythmia analysis should be
possible) Should have 12 LECG Monitoring & view
possible at CNS.
CNS should have advanced arrhythmia analysis package (more than 15 arrhythmia
analysis should be possible)
No Change.
Should have 12 LECG Monitoring & view possible at
CNS.
Should have 7 lead ECG monitoring
JUSTIFICATION:- As monitor is been asked for 5 lead ECG cable
No Change.
Modular & Suitable for Adult/Paediatric/Patients
monitoring
The monitor should be modular suitable for adult/pediatric patient monitoring.
Modules/ servers should be freely exchangeable within monitors across the ICU
without any technical help by the end user.
JUSTIFICATION:- This is highly important to define ‘modularity’ to its true and ideal
sense to avoid confusions,so that it is not misunderstood by the vendors in their own
different ways to manage the specification. Minimum 15 inches multicolour TFT
display screen. Minimum 10 inches multicolour TFT display screen.
Modular means detachable
modules which are freely
exchangable between two
monitors with the same
model and not exchangable
cable.
Kindly note main stream ETCO2 will not have flow rate whereas Side stream /
microstream ETCO2 will have flow rate.
JUSTIFICATION:-Hence ETCO2 should be microstream measurement type
32 E-184 M/s. PacketBio 4 Multi-para with
Central Work
Station
31 E-184 M/s. Schiller
Healthcare India
Pvt.Ltd.
4 Multipara Monitor
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Minimum 15 inches multicolour TFT display screen. Minimum 10 inches multicolour TFT display screen.
JUSTIFICATION:-For parameters required to be monitored (ECG, espiration, NIBP,
SpO2, Temperature, ETCO2) as per tender specifications, even 10 inch display size of
the monitor is sufficient. This will help your esteemed institution to save money on the
procurement. Eight Channel digital and waveforms/ traces display. Six Channel
digital and waveforms/traces display. For parameters required to
12" and above display
screen.
Eight Channel digital and waveforms/ traces
display.
Six Channel digital and waveforms/traces display.
JUSTIFICATION:- For parameters required to be monitored as
per tender specifications, even 6 channels/waveforms are sufficient. This will help
your esteemed institution to save money on the procurement.
No Change.
2. PARAMETERS
Eight digital and waveforms/traces display Six digital and waveforms/traces display.
JUSTIFICATION:- For parameters required to be monitored as per tender
specifications, even 6 channels/waveforms are sufficient. This will help your esteemed
institution to save money on the procurement.
No Change.
Facility to monitor and display –ECG,
Respiration,NIBP, SpO2, EtCO2, Temp
Facility to monitor and display –ECG, Respiration,NIBP, SpO2,EtCO2, Temp and 2 x
invasive pressure.
JUSTIFICATION:- The investment on procuring ICU monitors being made by the
Government of Maharashtra should at least suffice for 8-10
years. 2 x invasive pressure monitoring is a routine practice now days in critical care
monitoring for most of the critical cases/diseases.
Hence, the equipment must be ready to monitor 2 x invasive pressure and 1 x
temperatures monitoring any time to handle all kind of medical mergencies and
critical cases.
No Change.
Should be upgradable to monitor advance parameters
like Continuous Cardiac Output, AGM and BIS at any
time.
Should be upgradable to monitor advance parameters like Continuous Cardiac Output,
AGM and BIS at any time.
JUSTIFICATION:- Looking at modularity requirement, we appreciate the vision of
No Change.
3. ECG
Simultaneous Multi-lead ECG monitoring of 7 ECG
lead
Simultaneous Multi-lead ECG monitoring of 12 ECG lead
JUSTIFICATION:- 12 lead ECG monitoring is essential for handling cardiac
diseases and emergencies and hence, very important to have this facility.
Feature available with many vendors in the industry.
No Change.
4. PULSE OXIMETRY
Nellcor or Masimo technology. Nellcor or Masimo or FAST technology.
JUSTIFICATION:- Philips has its own patented technology with brand name Philips
FAST SpO2 (Fourier Artifact Supression Technique), which is well accepted and
being used with its over 5,00,000 patient monitors world vide. Philips FAST SpO2 is
considered to be equivalent to
Masimo Technology and works very well in low perfusion conditions.
A detailed comparative & clinical study is enclosed herewith for your immediate
reference. We request you to please help with your acceptance on the same and amend
the specification accordingly
Nellcor or Masimo
technology./equivalent
technology which is without
motion artifacts & accuratly
measures during
hypothermia,hypotension,bra
dycardia &low perfusion
state
PR Range: 20 to 230 BPM PR Range: 30 to 230 BPM
JUSTIFICATION :- The required limits in specifications are company specific.
Kindly amend as per
request to accommodate more bidders and healthy competition.
No Change.
8 TEMPERATURE
32 E-184 M/s. PacketBio 4 Multi-para with
Central Work
Station
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Two channels and with two units (0c and 0F) 0F)
selectable
Single channels and with two units (0c and 0F) selectable
JUSTIFICATION:- Having single temperature monitoring facility is
more than sufficient and normally practiced in various clinical conditions.
This will help reducing the cost of procurement and encourage more competition
No Change.
10 TRENDS
72 Hrs. non volatile graphical/tabular trends with zoom
facility and separate dedicated trend for storing min 200
NIBP readings
24 Hrs. non volatile graphical/tabular trends.
JUSTIFICATION:- The point in the specifications is company specific and restricts
many reputed vendors to
No Change.
11. RECORDER
Inbuilt dual channel thermal array recorder Please delete this point
JUSTIFICATION:- Since, the requirement is for 04 monitors with central station and
central station will have its own printer /recorder having additional inbuilt recorders
Can be removed.
13 ACCESSORIES
NIL Please include 02 cables for invasive pressure monitoring with 02 nos. disposable
transducer with each monitor
JUSTIFICATION:- This is as per our suggestion towards point no.2 of your
No Change.
REQ1UEST FOR BUYING MONITORING
SYSTEMS WITH UPGRADABLE PLATFORM FOR
ELECTRONIC CHARTING AND e-ICU.
NIL The monitoring system should be upgradable to a proven a proven integrated
integrated charting solution with a capability of remote monitoring the ICU.
JUSTIFICATION:- With the help of charting solution, flowsheets
No Change.
1. A2. High Definition Surgical vido camera system JUSTIFICATION:- Please make "Camera Head should be fully Autoclavable". This
condition makes the tender specificaiton as Closed specification favouring only couple
of manufacturers.
Autoclavable is prefferd.
2. A6. USB-3Nos JUSTIFICATION:- USB 3 nos as optional": This condition makes the tender
specification as Closed specification favouring only couple of manufacturers,
2 to 3 nos. USB is accepted.
3. LED Light Source JUSTIFICATION:-Optional Halogen Light Sources as against this becomes closed
specification.
only LED source.
4. CE & FDA Approved JUSTIFICATION:- The tender conditon says CE & FDA approved where as it should
read as FE and/or FDA approved as one approval is sufficient for the quality.
CE or US FDA approved.
A High Defination surgical video camera -3ccd Pl delete points - 1, 2, 4, 5, 6 and 8 for the camera product
JUSTIFICATION:- These points belongs to a single specific company
And most of the branded companies do not have these points in their products
1.video recording and still image capture
2.head should be autoclave
4.USB / network storage and streaming
captures
5 video recording and still image capture
6 USB -3nos
Ethernet -1no.
8 The system should offer a remote login
via internet IP enabled
1. No change.
2. Autoclavable is prefferd.
4. No change.
5. No change.
6. 2 to 3 nos. USB is
accepted.
Ethernet removed.
8. Removed.
E Insufflator
33 E-184 M/s. PacketBio 4 Multi-para with
Central Work
Station
USFDA / CE, IEC 60601-1 JUSTIFICATION:- EC-Certificate, ISO13485, IEC 60601-1, AMMI EC-13, AMMI
SP10, ISO 9919
.Independently validated through simulators & results tested against industry
benchmarks
.Providing high levels of safety & accurate results
32 E-184 M/s. PacketBio 4 Multi-para with
Central Work
Station
35 E-185 M/s. Arnit
Meditech
laparoscopy System
with Instruments
34 E-185 M/s. Esskay
Surgicals
Laproscopy
Instrumnet
No Change.
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
1 Flow rate -> 15 lit/min Should be 40lit/min
JUSTIFICATION:- Usefull for Obesity patients also
No change.
G instruments for Laparoscopy
CE and USFDA approved It should be CE or USFDA
JUSTIFICATION:- CE is for European Make equipments And USFDA is for
American Make equipments.
Request - Pl make the changes in the specifications so that more companies should
participate in the concerned tender.
CE or US FDA approved.
36 E-185 M/s. Healthware
Pvt Ltd.
Laproscopy
System with
Instruments
LED Light Source LED Light Source
JUSTIFICATION:- It should be written as LED/Xenon Surgeons still prefers
Xenon Light source. For Advance surgical procedures Xenon Light source is
preferred. This system is globally accepted.
only LED source.
37 telescope
Working length – 330 mm
telescope
JUSTIFICATION:- It should be 300-330mm. This is specifically for one company.
Needs to be in the range. working length 330mm.
No change.
A.High definition surgical video camera system – 3
CCD
1.It should give full HD output of 1920x1080
progressive it should have 2 Buttons on camera head for
4 programmable functions, such as video recording, still
image capture. white balance Enhancement etc.
1. To be changed to 1280 x 1024p or 1920x1080p. No change.
2. Camera head should be fully Autoclavable. 2. Not all companies have this, to be elimenated from Technical Specifications, or else
only 2 companies can compete, making for an unfair enviornment.
Autoclavable is prefferd.
6.It should have following digital outputs----
DVI-D :- 1 no, USB:- 3 nos, ETHERNET:- 1 no
6. This is specifica to only one company technically & unfair to others. Instead we
suggest having Digital output-2nos. Minimum.
2 to 3 nos. USB is accepted.
8. The system should offer a remote login via internet IP
enabled.
8.This is specifica to only one company. Should be removed. Removed this specification.
D. Telescope (Direction of view – 0 degree, 30
degree )
5.Field of view – 75 degree 5. Field of view should be as per date 105 degree. Field of view 75 to 105
degree
6. High speed – III optics for high resolution 6. Such a terminology doesn’t exist with any reputed International major Endoscope
manufacturer, it is misleading & falsfield claim by one particular company, making
the tender one sided. Should be removed.
Removed this specification.
9. Sapphire tips at the distal and proximal end. 9.This is from a single vendor & not applicable to Industry Standards. Should be
removed.
Removed this specification.
10.Nitrogen filled optical system to avoid interior
condensation.
10. This is falsfield technical specification to suit one individual company. Rather
simple physics states that Nitrogen is a cold inert gas, when it shall come in contact
with any warm outer surface condensation will occur. How does it help? Kindly
remove this.
Removed this specification.
35 E-185 M/s. Arnit
Meditech
laparoscopy System
with Instruments
38 Laproscopy System
with Instruments
E-185 M/s. MIDAS
ASSOCIATES
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
11. Triple tube design for higher stability 11. This is too technical & impossible to prove. No Internationally reputed company,
whether Karl Storz, Richard Wolf, Stryker or Olympus states this. Hence kindly
remove.
Removed this specification.
F.LED Light sources
6.Digital display of lamp hour meter in front panel. 6. This is present in Xenon light source & no LED, hence kindly remove. This point for xenon light
only, so removed this
specification.
9. Fiber Optic Cable – Autoclavable, Waterproof,
resistant to chemical solution, compatible with light
source - 02 Nos.
Length:- 250cm to 300cm.
9. No diameter is mentioned, cost varies on this,kindly mention diameter. Our
suggestion is 5mm Fibreoptic bundle dia.
Diameter is 5 to 10mm.
G.Instruments for laparoscopy As per observation, Technical specification as per date stating: PEEK material, Three
way take apart, Stem flushing for hygiene & maintenance is not mentioned for the
forceps. Again to standardize number of players length should mentioned be 33-
36cms for forceps.
No change.
10.Metzenbaum scissors lengths 36 cm, size 10mm 10. This might be an error, size should be 5mm. Metzenbaum scissors lengths
36 cm, size 5mm.
16. Port closure needle store type x 1 no 16. This is company specified name & unfair to others. " Storz type" should be
removed.
Port closure needle.
23.Should provide suitable trolley for instrument- 01No. 23. Do you mean Endoscopy Trolley? Again this would be local, So please mention
that.
Laproscopy Trolly for
laproscope and monitor.
24. Should provide Formalin Chamber - 01 No. 24. This is a local item, please state that. Any Make is considered.
25. S.S. Tray for hand instruments - 02Nos. 25.Kindly specify in detail the requirment. For Cleaning & laying down
Instruments
27.It should have an international standard safety
requirement. CE certified & USFDA approved.
27. Are all the products being asked for to be having CE & US FDA certification?
Kindly confirm
CE or US FDA approved.
39 E-186 M/s. Rattan Sales
Corp.
deep freezer -80
degree
USFDA & CE with the rising prices of dollar and with USFDA only foreign manufacturers would be
able to participate and our local n indigenous companies would be left out. USFDA
OR CE instead of USFDA & CE
Should be CE or US FDA
approved
40 E-186 M/s. Gunjan
Surgical &
Scientific Co.
,-80 degree cl.
Refrigerator (Deep
freezer-80 degree
cl)
Should be CE & US FDA approved JUSTIFICATION:- It should be CE or US FDA so more number of bidders can be
participate
Should be CE or US FDA
approved
41 E-186 M/s.ESCO
BIOTECH PVT.
LTD.,
,-80 degree cl.
Refrigerator (Deep
freezer-80 degree
cl)
,-70 to -90 Degree Centigrade ,-50 to -86 Degree Centigrade
JUSTIFICATION:- 80 Degree Centigrade is required for such applications.
1) Very low power Consumption compared to our competitors
2) Fast cooling down time
3) Fast recovery of temperature after opening of the door
4) 2 years warranty on the whole system
No change.
38 Laproscopy System
with Instruments
E-185 M/s. MIDAS
ASSOCIATES
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
1) Micropipette- 50ul variable Vol. Volume [ul]: 5.0 to 50.0
JUSTIFICATION:- Most commonly use is 10-100 ul. In other size of Micropipette
you have mentioned CE mark. Suggestion-it should also have CE mark.
Volume [ul]: 5 to 50 CE
mark
2) Micropipette- 200ul variable Vol. Volume [ul]: 50 to 200
JUSTIFICATION:- It should be 20-200 ul Suggestion - it should also have CE mark.
Volume [ul]: 50 to 200 CE
mark
3) Micropipette- 100ul variable Vol. Volume [ul]: 200 to 1000
JUSTIFICATION:- It should be 100-1000 ul Suggestion - it should also have CE
mark.
Volume [ul]: 100 to 1000
with CE mark
4) Micropipette- 1000ul variable Vol. Volume Range: Multichannel pipette (8 channels) 30-300 ul
JUSTIFICATION:- In heading you have mentioned 1000 ul Variable volume. Please
clarify.
Volume Range: Multichannel
pipette (8 channels) 30-300
ul
43 E-187 M/s. Rattan Sales
Corp.
cryo bath USFDA & CE with the rising prices of dollar and with USFDA only foreign manufacturers would be
able to participate and our local n indigenous companies would be left out. USFDA
OR CE instead of USFDA & CE
USFDA or CE approved
44 E-187 M/S. Fine Care
Biosystems – India
Multichannel Pipette 30-300 ul Multi channel pipette Safe-Cone Filters to prevent contamination and damage of pipette
JUSTIFICATION:- is not required. This specs increases the initial cost of product
and also operating cost of pipette as it is expected to change filter minimum once a
day depending upon usage of pipette. This filters are not available in open market and
user is forced to purchase from one company without any check on pricing. Instead of
such spec, exactly same purpose can be served by filter tips. They are economical and
marked by various companies. So the spec # 9 should read “Adaptable to wide type of
tips including filter tips”
Adaptable to wide type of
tips including filter tips
45 E-187 M/S. Sun Medical
Systems
Multichannel Pipette Multichannel Pipette – variable Vol. (30-300μl). Safe Cone Filter to prevent contamination and damage of pipette
JUSTIFICATION:- Safe-Cone Filters to prevent contamination and damage of
pipette” is not required. This specs increases the initial cost of product and also
operating cost of pipette as it is expected to change filter minimum once a day
depending upon usage of pipette. This filters are not available in open market and user
is forced to purchase from one company without any check on pricing. Instead of such
spec, exactly same purpose can be served by filter tips. They are economical and
marked by various companies. So the spec # 9 should read as “Adaptable to wide type
of tips including filter tips”
Adaptable to wide type of
tips including filter tips
46 E-189 M/s. Rattan Sales
Corp.
blood storage
cabinet
USFDA & CE with the rising prices of dollar and with USFDA only foreign manufacturers would be
able to participate and our local n indigenous companies would be left out. USFDA
OR CE instead of USFDA & CE
USFDA or CE approved
3.Based on optical principle, LED with 450 nm Based on Electro magentic/ Viscocity/ Optical/ Immunoturbidmetric/LED (Optical &
LED are old outdated technology, They are china based & have problem with
Lipemic/Turbid/Hemoloysed/High Bilirubin Based Sample.
Based on Electro magentic/
Viscocity/ Optical/
Immunoturbidmetric/LED
with 450 nm or MORE
47 E-188 M/s.Suyog
Diagnostic
Coagulometer
42 E-187 M/s. Triton
Technologies
Instrument &
Equipments
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
4.Should have integrated incubation block 24 pre-
warming positions, 4 measuring positions
4. Should have 12 to 24 prewarming position, 4 measuring position at 37degree
Celsius. ( Many competitors can quote. The original specification was
INSTRUMENT SPECIFIC no other company can quote.)
Should have 12 to 24
prewarming position, 4
measuring position at
37degree Celsius.
9.Printer should be attached to the computer. It should have inbuilt Printer. And should have option to connect with RS 232
interface. (As these are stand alone models so there is no separate computer or
exteranl printer provided it will add cost to instrument.)
Printer should be attached to
the computer or It should
have inbuilt Printer.
12. System should be open so that any reagent can be
used
System manufacture should have their own reagent compatible on the system. & also
open for other reagent from any competitor.( Should be useful if government in
following any accrediation program such as CAP. NABL or ISO.
No change.
13.Should be CE & USFDA Approved Should have CE/US FDA/ISO approvals ( As all the bodies are recommended) 13.Should be CE or USFDA
or ISO Approved
14. Equipment with standard accessories reagents
for at least 500 blood samples and standards for
calibration.
Equipment should be provided with standard accessories for 500 tests anf reagent for
at least 50 blood samples & standard for calibration for Factor 8 & Fibrinogen. ( This
will reduce down basic cost of equipment. Reagent have shelf life. There is no
mention of which test parameters required.)
Equipment with standard
accessories reagents for at
least 50 blood samples ,
controls N+P and
calibrator.and standards for
calibration for Factor 8 &
Fibrinogen. Should
separately quote prices for
Fibrinogen & factor 8
Pg. 9, Sr.16, Line1 - Sample
Sample will be called for demonstration within a week
from
responsive bidders after evaluation of Envelop No.1.
Since the tests are critical and expensive, with WET demonstration of the technically
qualified renderers at the time of demonstration with experts opinion with running the
sample on all the approved instruments with running calibration and quality control
for Factor VIII and Fibrinogen tests. ( Since the equipments is for Quality Control
Check at Blood Banks, this evaluation will help in getting which would be functional
for long run and user will be benefited.)
No change.
Pg. 14, Sr. 18, Line2.
The goods should be delivered within 45 (Forty Five)
days from the date of receipt of supply
order to the consignee.
Delivery period 90 days (As the consignee list is all over Maharashtra.) No change.
SR No-4 COAGULOMETER
should be Microprocessor controlled Same, no Change required
Semi-automated with at least 4 channels optics Same, no Change required
Based on optical principle, LED with 450 nm Based on optical principle, LED with 450 nm or MORE
JUSTIFICATION:- Since at 450 nm there is interference of Hemolysis, Ictericity and
lipeamic samples.
Based on Electro magentic/
Viscocity/ Optical/
Immunoturbidmetric/LED
with 450 nm or MORE
49 E-188 M/s. Transasia
Biomedicals Ltd
Sr no. 4
COAGULOMETER
47 E-188 M/s.Suyog
Diagnostic
Coagulometer
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
should have integrated incubation block of 4 or more
pre-warming positions, As combination of 4 measurnig
positions.
should have integrated incubation block of 4 or more pre-warming positions, As
combination of 4 measurnig positions and 24 incubation block for pre warming seems
irrational combination and from single specific company.
JUSTIFICATION:- Suggested that if no. of channels are 4 nos., then incubation
positions should be 4 or more.
Should have 12 to 24
prewarming position, 4
measuring position at
37degree Celsius.
Suitable for PT, ap TT, fibrinogen, Thrombin time,
factors II, V, VII, VIII, IX, X, XI, XII, Fletcher, AT III,
Protein C and Protein S
Same, no Change required
Results can be represented in seconds,% activity, ratio,
INR, g/L, mg/I
Result can be represented in second, % activity, ratio, INR,g/L, mg/dI
JUSTIFICATION:- There is a typographic error mg/L
Results can be represented in
seconds, % activity, ratio,
INR, g/L , mg/dl
Should be able to store specific test parameters in the
systems
Same, no Change required
Should have LCD Display Same, no Change required
Printer should be attached to the computer Printer should be internal or external
JUSTIFICATION:- There is no mention of computer anywhere in the specs.
Moreover, this system does not run with a computer.
Printer should be attached to
the computer or It should
have inbuilt Printer.
should generate the standard curve for factor assays
automatically
Same, no Change required
A suitable UPS with 20 minutes backup should be
provided with the system
Same, no Change required
|Please allow outsourcing for UPS as none of the equipment manufacturers have UPS
manufacturing facilities.
System should be open so that any reagent can be used. same, no change required.
Should be CE & USFDA approved Should be CE & USFDA approved
JUSTIFICATION:- As agreed in the meeting.
Should be CE or USFDA
approved
Equipment with standard accessories reagents for at
least 500 blood samples, standards for calibarators
Equipment with standard accessories- cuvetters, Fibrinogen and Factor VIII, APTT,
Calcl2 reagents, OV Buffer for at least 50 blood samples, controls N+P and calibrator.
JUSTIFICATION:- This makes the specification specific for blood bank use. Else
there is no clarity on the reagents to be supplied, if all reagents are supplied for 500
tests it will be at least 6 times cost of equipment, and would be of no use to the blood
bank.
Equipment with standard
accessories reagents for at
least 50 blood samples,
controls N+P and calibrator.
and standards for calibration
for Factor 8 & Fibrinogen.
Should separately quote
prices for Factor 8 &
Fibrinogen.
Warranty Period 2 Years and AMC 3 Years Same. No change required Please see Note.
Uptime of equipment should be 98% and downtime is
less than 2% Service time for Mumbai in 4 hours and
out of Mumbai 24 hours.
Same. No change required
49 E-188 M/s. Transasia
Biomedicals Ltd
Sr no. 4
COAGULOMETER
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Sr No-4 COAGULOMETER Should Be Microprocessor controlled
Same, no change required
Semi -automated with at least 4 channels optics Same, no change required
Based on optical principle, LED with 450 nm Based on optical principle, LED with 450 nm OR MORE
JUSTIFICATION:- since at 450 nm there is interference of Hemolysis, Ictericity and
lipeamic samples
Based on Electro magentic/
Viscocity/ Optical/
Immunoturbidmetric/LED
with 450 nm or MORE
Should have integrated incubation block 24 pre-
warming positions, 4 measuring positions
should have integrated incubation block of 4 or more pre-warming positions, As
combination of 4 measuring positions and 24 incubation block for pre warming seems
irrational combination and from single specific company.
JUSTIFICATION:- Suggested that If no. of channels are 4 nos., then incubation
positions should be 4 or more.
Should have 12 to 24
prewarming position, 4
measuring position at
37degree Celsius.
Suitable for PT, apTT, fibrinogen, Thrombin time,
factors II, V, VII, VIII, IX, X, XI, XII, Fletcher, AT III,
Protein C and Protein S
Same, no change required
Results can be represented in seconds, % activity, ratio,
INR, g/L , mg/l
Results can be represented in seconds, % activity, ratio, INR, g/L , mg/dl
JUSTIFICATION:- There is a typographic error mg/L
Results can be represented in
seconds, % activity, ratio,
INR, g/L , mg/dl
Should be able to store specific test parameters in the
system
Same, no change required
Should have LCD display Same, no change required
Printer should be attached to the computer Printer should be internal or external
JUSTIFICATION:- There is no mention of computer anywhere in the specs.
Moreover, this system does not run with a computer
Should generate the standard curve for factor assays
automatically
Same, no change required
A suitable UPS with 20 minutes backup should be
provided with the system
Same, no change required
JUSTIFICATION:- Please allow outsourcing for UPS as none of the equipment
anufacturers have UPS manufacturing facilities.
System should be open so that any reagent can be used Same, no change required
Should be CE & USFDA approved Should be CE / USFDA approved
JUSTIFICATION:- As agreed In the meeting
Equipment with standard accessories reagents for at
least 500 blood samples,standards for calibrators
Equipment with standard accessories -cuvettes, Fibrinogen and Factor VIII , APTT ,
Calcl2 reagents, OV Buffer for at least 50 blood samples,controls N + P and
calibrator
JUSTIFICATION:- This makes the specification specific for blood bank use.
Else there is no clarity on the reagents to be supplied, if all reagents are supplied
for 500 tests it will be at least 6 times cost of equipment, and would be of no use
to the blood bank
50 E-189 M/s. Transasia
Biomedicals Ltd
COAGULOMETER
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Warranty Period 2 Years and AMC 3 Years Same, no change required Please see Note.
Uptime of equipment should be 98% and downtime is
less than 2% Service time for Mumbai in 4 hours and
out of Mumbai 24 hours
Same, no change required
Fully Automated ELISA reader
General specifications: System should include sample
predilution , dispensing reagents, multipippetting, plate
incubation, plate washing, plate shaking, plate reading
and data management with QC
Same, no change required.
Should be able to perform Elisa test for HIV 1&2,
HBsAg, HCV, VDRL and MP
Should be able to perform Elisa test for HIV 1&2, HBsAg, HCV, Syphilis (VDRL)
and Malaria.
JUSTIFICATION:- Clarification needed in the specs
Should be able to perform
Elisa test for HIV 1&2,
HBsAg, HCV, Syphilis and
Malaria.
Running mode: Batch wise continuous loading Running mode: Batch wise
JUSTIFICATION:- Elisa tests are batch wise tests and continuous loading in
batchwise tests have no meaning
Running mode: Batch wise
Should have robotic arm (1-2) , rotatable upto 270 for
plate transportation
Should have robotic arm (1-2 , with plate transportation
JUSTIFICATION:- Rotatable 270 deg, is a closed specification
Should have robotic arm (1-
2), rotatable for plate
transportation
Parallel sample pipetting for high speed performance Same, no change required.
Lot recording and control Same, no change required.
Full data processing & evaluation with integrated QC
data management
Same, no change required.
Integrated liquid level detection, reagent specific liquid
handling
Same, no change required.
Liquid control monitoring system for liquids , waste &
reagents
Same, no change required.
System should be open for use with any Elisa kit Same, no change required.
Should be CE & USFDA approved Should be CE / USFDA approved
JUSTIFICATION:- As discussed in the meeting
Should be CE / USFDA
approved
Vendor must supply one computer & printer, with UPS
along with the instrument
Same, no change required.
50 E-189 M/s. Transasia
Biomedicals Ltd
COAGULOMETER
51 M/s. Transasia
Biomedicals Ltd
Fully Automated
ELISA reader
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Vendor must supply All required containers like Buffer
bottles, reagent containers etc.
Same, no change required.
Safety features Same,no change required
Liquid detection Same,no change required
Clot detection Same,no change required
Color monitoring clock Same,no change required
Lot management Same,no change required
Positive barcode identification of all labware ( samples,
microplate, reagents, controls etc)
Positive barcode identification of all labware ( samples)
JUSTIFICATION:- NACO supplies do not have barcoded reagents and micoplates. It
makes the system closed and conflict with spec 1.09
NO Change.
Equipment built in software to manage multiple Elisa Same, no change required.
RS232 connectivity & data sharing ability with
software
Same, no change required.
Integrated with software which converts data in ASTM
or ASCII format & communicates with other software
Same, no change required.
Integrated Quality Control ( Levey Jennings Chart)
should be operated
Same, no change required.
Technical specifications
Plate Capacity- 4 plates upgradable to 6 plates Plate Capacity- 4 plates OR Plate Capacity - 4 plates with 2 plates equivalent elisa
processor as standby
JUSTIFICATION:- There is no system upgradable to 6 plates. Moreover all other
specs will change to 6 plates system.Clarification needed in specifications.
Plate Capacity- 4 plates.
Sample capacity: 120-180 samples tube position having
continuous loading
Sample capacity: 120-180 samples tube position .Suggested to make minimum 100
Samples position
JUSTIFICATION:- Batch systems have no use of continuous loading
Sample capacity: 100-180
samples tube position having
continuous loading
51 M/s. Transasia
Biomedicals Ltd
Fully Automated
ELISA reader
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Pipetting system: a) Pipetting Channels-2/4 pipetting
Channels ( washable or disposable tips) b) volume
range: 10-1000 ul c) Needle size: 1000ul, d) Needle
wash must be present in the system for complete wash
of needles( inside & outside) e) Reagent capacity-
adequate to conduct 4 to 5 elisa test simultaneously f)
Precision : ( at 10 ul)< 5 % Precision (at 100ul )< 2.5%
Pipetting system: a) Pipetting probe-1 ( washable or disposable tips) b) volume
range: 10-1000 ul c) Needle size: 1000ul, d) Needle wash must be present in the
system for complete wash of needles( inside & outside) e) Reagent capacity- adequate
to conduct 4 to 5 elisa test simultaneously f) Precision : ( at 10 ul)< 5 % Precision (at
100ul )< 2.5%
JUSTIFICATION:-Needles are outdated, robotic probes are the latest
Pipetting system: a) Pipetting
probe-1 ( washable or
disposable tips) b) volume
range: 10-1000 ul c) Needle
size: 1000ul, d) Needle wash
must be present in the system
for complete wash of
needles( inside & outside) e)
Reagent capacity- adequate
to conduct 4 to 5 elisa test
simultaneously f) Precision :
( at 10 ul)< 5 % Precision (at
100ul )< 2.5%
Incubator: Ambient & heated module capacity- 4 each Same, no change required.
Micro plate washer: should have 8 channels for
aspiration. 8 channels for dispensing 1-8 wash cycles.
Wash solution- container with level detector, multi
reagent washer module, Should have dispensing
accuracy residual volume < 5 ul per well. Waste bottle
should have level sensor.
Same no change required
Microplate reader : a) 8 measurement channel b)
wavelength range- 400-800 nm & must have 405,
450,492 & 620 nm filter c) Accuracy better than +-
10% d) Resolution 0.001-0.100 c) built in shaking with
programmable speed & time f) measuremnt mode:
single & dual wavelength reading ( preferably 450 &
620 nm)
Same no change required
Warranty Period 2 Years nd AMC 3 years: Uptime of
equipment should be 98% and its down time is less than
2 %. Service time for Mumbai 4 hours and out of
Mumbai 24 hours
Same no change required Please see Note.
Sr No-5 SEMI AUTO ANALYSER52 M/s. Transasia
Biomedicals Ltd
Sr No-5 SEMI
AUTO ANALYSER
51 M/s. Transasia
Biomedicals Ltd
Fully Automated
ELISA reader
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
It should Be Microprocessor controlled,programmable
semi auto analyser to perform routine biochemistry
tests(including end point,fixed time,bi-chromatic &
kinetic assays),enzyme immunoassays (with
multistandard curve calibration & memorization ) etc.
Same, no change required
It should offer a minimum of 150 open user definable
chemistry parameters with 1000 test patient results
storage facility.
Same, no change required.
JUSTIFICATION:- Memory storage necessary for follow up patients to retrieve data.
It should have a peltier controlled reading block and
aflow cell volume of 33uL with temperature
programmable for 25,30 & 37 C .
Same, no change required.
It should not require aspiration volume more than200uL Same, no change required.
It should have closed or open vial sample analysis
system
Not applicable to Semi Auto Analyser
JUSTIFICATION:- to be deleted as it is applicable in cell counter
No Change.
Should offer built in quality control system Same, no change required.
It should have facility for automatic zero setting and
repeat measurement by read key.
Same, no change required.
It should be able to perform monochromatic and
bichromatic measurements.
Same, no change required.
Flow cell with peristaltic pump should be part of main
unit.
Same, no change required.
It should have 6-8 narrow band static interferance filter
( range minimum 340-700)
Same, no change required.
The software should be user friendly with LCD display
and built in full thermal printer with connectivity to
external printer ,direct keyboard facility.
Same, no change required.
It Should have facility to store reagent blank O.D and
two level QC memory should be available with
photometric range from 0 to 2.5 O D .
Same, no change required.
52 M/s. Transasia
Biomedicals Ltd
Sr No-5 SEMI
AUTO ANALYSER
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
The software should be user friendly and guide the
programmer step by step.It shoulld have access
keys/touchscreen to select parameter directly and
alphanumeric patient ID.
Same, no change required.
Should have capacity to store at least 200 numeric
patient results
Same, no change required.
The manufacturer/supplier should have full fledged
service force and good installation base for the quoted
equipment
Same, no change required.
It should be CE or US FDA approved. Same, no change required
JUSTIFICATION:- As agreed In the meeting
Should provide two years comprehensive warranty for
the quoted model and also quote AMC for five years
seperately Company Should provide technical support
,required spare parts and comnsumables for five years
after warranty period.
Same, no change required. Please see Note.
Demonstration Compulsory Same, no change required.
Should provide training to the end users Same, no change required.
Should provide operitating and service manual Same, no change required.
Power supply:- 230V +- 15% 50 Hz _+ 3% Same, no change required.
Tropicalisation :1.Operating room temp upto 40*C
2. Storage room temp upto 60* C 3.Relative humidity
upto 90% non condensing
Same, no change required.
Should provide System Compatible UPS preferably sine
wave based with duration of four hours
Semi auto analyser manufacturers do not manufacture UPS ,it is outsourced,
JUSTIFICATION:- If the capacity for back up is higher ,then a separate tender maybe
called so that reputed UPS manufacturers can participate
Should provide System
Compatible UPS preferably
sine wave based with
duration of Two hours
Should be CE & US FDA approved point No 16 ,repeated
JUSTIFICATION:- As agreed In the meeting
Should be CE or US FDA
approved
Warranty period 2 years and AMC 3 years Point No 17 ,repeated
JUSTIFICATION:- Clarification in specs needed
Please see Note.
Uptime of the equipment should be 98% and down time
is less than 2% service time for mumbai in 4 hours and
out of Mumbai 24 hours.
Same, no change required
52 M/s. Transasia
Biomedicals Ltd
Sr No-5 SEMI
AUTO ANALYSER
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
General specification: System should include sample
predilution, dispensing reagents, multipippetting, plate
incubation, plate washing, plate shaking, plate reading
and data management with QC
Same. No change required
Should be able to perform Elisa test for HIV 1 &2,
HBsAg,HCA,VDRL and MP
Should be able to perform Elisa test for HIV 1 &2, HBsAg,HCA, Syphilis (VDRL)
and Malaria.
JUSTIFICATION:- Clarification needed in the specs
Should be able to perform
Elisa test for HIV 1&2,
HBsAg, HCV, Syphilis and
Malaria.
Running mode: Batch wise continuous loading Running mode: Batch wise
JUSTIFICATION:- Ekisa tests are batch wise tests and continuous loading in
batchwise tests have no meaning
Should have robotic arm (1-2, rotatable upto 270 for
plate transportation
should have robotic arm (1-2, with plate transportation
Rotatable 270 deg, is a closed specification
Parsllel sample pipetting for high speed performance Same. No change required
Lot recording and Control Same. No change required
Full data processing & evaluation with integrated QC Same. No change requiredIntegrated liquid level detection, reagent specific liquid
handling.
Same. No change required
Liquid Control monitoring system for liquids, waste &
reagents
Same. No change required
System should be open for use with any Elisa kit Same. No change required
should be CE & USFDA approved Should be CE / USFDA approved
JUSTIFICATION:- As discussed in the meeting
Vendor must supply All required containers like Buffer
bottles, reagent containers etc.
Same. No change required
Safety features Same. No change required
Liquid detection Same. No change required
Clot detection Same. No change required
Color monitoring clock Same. No change required
Lot management Same. No change required
Positive barcode identification of all labware (samples,
microplate, reagents, conrols etc)
Positive barcode identification of all labware (samples)
JUSTIFICATION:- NACO supplies do not have barcoded reagents and micoplates. It
makes the systme closed and conflict with spec 1.09
Equipment built in software to mange multiple Elisa Same. No change required
53 E-189 M/s. Transasia
Biomedicals Ltd
Fully Automated
ELISA reader
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
RS232 connectivity & data sharing ability with
software
Same. No change required
Integrated with software which converts data in ASTM
or ASCII format & communicates with other software
Same. No change required
Integrated Quality Control (Levey Jennings Chart)
should be operated
Same. No change required
Plate Capacity- 4 plates upgradable to 6 plates Plate Capacity -4 plates Or Plate Capacity-4plates with 2 plates equivalent elisa
processor as standby
JUSTIFICATION:- There is no system upgradable to 6 plates. Moreover all other
specs will change to 6 lates systen. Clarification needed in specifications.
Sample capacity:120-180 samples tube position having
continuous loading
Sample capacity: 120-180 samples tube position. Suggested to make minimum 100
Samples position
JUSTIFICATION:- Batch systems have no use of continuous loading.
pipetting system: a) Pipetting Channels 2/4 pipetting
Channels (washable or disposable tips) b) volume
range: 10-1000 ul c) Needle size: 1000ul, d) Needle
wash must be present in the system for complete wash
of needles ( inside & outside) e) Reagent capacity
adequate to conduct 4 to 5 elisa test simultaneously f)
Precision: (at 10 ul) 5% Precision (at 100ul) 2.5%
pipetting system: a) Pipetting Channels 2/4 pipetting Channels (washable or
disposable tips) b) volume range: 10-1000 ul c) Needle size: 1000ul, d) Needle wash
must be present in the system for complete wash of needles ( inside & outside) e)
Reagent capacity adequate to conduct 4 to 5 elisa test simultaneously f) Precision: (at
10 ul) 5% Precision (at 100ul) 2.5%
JUSTIFICATION:- Needles are outdated, robotic probes are the latest
Incubator: Ambient & heated module capacity-4 each Same. No change required
Micro plate washer: should have 8 channels for
aspiration. 8 channels for dispensing 1-8 wash cycles.
Wash solution- container with level detector, multi
reagent washer module, Should have dispensing
accuracy residual volume 5 ul per well. Waste bottle
should have level sensor.
Same. No change required
Microplate reader: a) 8 measurement channel b)
wavelength range-400-800 nm & must have 405, 450,
492 & 620 nm filter c) Accuracy better than +-10% d)
Resolution 0.001-0.100c) built in shaking with
programmable speed & time f) measurement mode:
single & dual wavelength reading (preferably 450 &
620 nm)
Same. No change required
53 E-189 M/s. Transasia
Biomedicals Ltd
Fully Automated
ELISA reader
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Warranty Period 2 Years nd AMC 3 years: Uptime of
equipment should be 98% and its down time is less than
2% Service time for Mumbai 4 hours and out of
Mumbai 24 hours
Same. No change required Please see Note.
General Specifications:- General specifications:-
system should include sample pre
dilution, dispensing reagents, multi pipetting, plate
incubation,
plate washing, plate shaking, plate reading & data
management
with Q.C.
JUSTIFICATION:- 1. Should have multiple options for sample dilution, Microplate,
tube, intip dilution offers flexibility.
2. Direct Loading of Kit reagent bottles into the system to avoid reagent
contamination and reduce cost.
3. Air pressure monitoring for all sample and reagent pipetting to ensure accuracy and
safety.
No change
CE & US FDA Should be CE or US FDA Should be CE or US FDA
55 E-189 M/s. Bio-Rad
Laboratories Pvt.:td
Blood group & cross
match
1. Company should provide single antigen card for antigen negative blood.
2. Company should provide cards for details work up of Positive DAT.
3. Company should provide asian cell panel for antibody screening.
4. Company shuld provide quality control kit for Cross Match, Antibody Screening,
Grouping.
5. Company should provide different cards for patient DVI- and donor DVI+
Vendor should provide
microplate as well as gel
card. (System compatible).
Vendor should sperately
quote microplate as well as
price of various gel cards.
1. Company should provide
single antigen card for
antigen negative blood.
2. Company should provide
cards for details work up of
Positive DAT.
3. Company should provide
asian cell panel for antibody
screening.
4. Company shuld provide
quality control kit for Cross
Match, Antibody Screening,
Grouping.
5. Company should provide
different cards for patient
DVI- and donor DVI+
Specimen Slide throughput of atleast 200
slides/hourupto 600 slides per hour
Specifications through put should be atleast 400 to 600 slides per hour
Justification:- There is huge price difference between 200 throughput machine and
600 throughput systems.
Reagent stations, Slide rack as per i tender specifications does not fit in 200 through
put system.
atleast 200slides per hour.E-190 &
191
M/s. Trivitron
Health Care Pvt
Ltd.
190-Automated
Slide Stainer & 191-
Semi Auto Analyzer.
53 E-189 M/s. Transasia
Biomedicals Ltd
Fully Automated
ELISA reader
56
54 E-189 M/s. Bio-Rad
Laboratories Pvt.:td
Elisa Processor
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Should be CE & US FDA Approved Should be CE OR US FDA Approved
JUSTIFICATION:- CE has equivalent criteria's of FDA. But CE is applicable to all
countries and US FDA is applicable to US & European
countries only.
Should be CE OR US FDA
Approved
Warranty Period 2 years and AMC 3 years Warranty Period 2 years
JUSTIFICATION:- There is confusion between point no 21and 27, were in it is
normal practice of DHS to provide warranty of 2 years and freeze prices of AMC for
next 5 years. AMC for 3 years should be removed from point no 27.
Please see Note.
It Should have facility for automatic Zero setting and
repeat measurement by read key
Specifications Should have facility for automatic Zero setting.
JUSTIFICATION:- Repeat Measurement by direct key can
gives false results if repeat key is used during kinetic tests. During kinetic tests the
reaction is over by end of the time
period and by pressing repeat key as there is no reaction taking place hence will give
WRONG results.
No change
Warranty Period 2 years and AMC 3 years Warranty Period 2 years.
There is confusion between point no 21and 27, were in it is normal practice of
DHS to provide warranty of 2 years and freeze prices of AMC for next 5 years.
AMC for 3 years should be removed from point no 25.
Please see Note.
It shoule offer a minimum of 150 open user definable
chemistry parameters with 1000 test patient results
storage facility
JUSTIFICATION:- Memory Storage necessary for follow up patients to retrieve data. No Change.
Should provide System Compatible UPS preferable sine
wave based with duration of four hours
Semi auto analyser manufacuturers do not manufacture UPS, it is outsource,
JUSTIFICATION:- If the capacity for back up is higher, then a separate tender maybe
called so that reputed UPS manufacturers can participate.
Should provide System
Compatible UPS preferable
sine wave based with
duration of Two hours
Should be CE & US FDA approved Justification:- As agreed in the meeting Should be CE or US FDA
approved
Warranty period 2 years and AMC 3 years Justification:- Clarification in specs needed. Please see Note.
Eleganlty designed & Fabricated Water Bath with Lid
and Thermometer stand
JUSTIFICATION:-As you have asked for microprocessor based digital one. So it
does not require thermometer.
Thermometer stand is to be deleted.
No Change
Outer wall: Made of Mild Steel duly powder coated
after surface treatment.
JUSTIFICATION:-It should be fully Stainless steel outer as well as inner because it
is always filled with water & being S.S. Construction it will have rushed free
operation.
No Change
Inner Chamber: It is rectangular in construction & is
made of SEAMLESS (Mild steel stainless sheet
polished bright)
JUSTIFICATION:-nner chamber also should be S.S. for rushed free operation. It is
also recommended to have SEAMLESS inner chamber for leak proof operation. As
mentioned in specification, mild steel stainless sheet does not exist.
Inner chamber also should be
S.S. And SEAMLESS
E-190 &
191
M/s. Trivitron
Health Care Pvt
Ltd.
190-Automated
Slide Stainer & 191-
Semi Auto Analyzer.
57 E-191 M/s. Transasia
Biomedicals Ltd.
Semi Auto Anayser
58 E-191 M/s. Gunjan
Surgical &
Scientific Co.
Water Bath
56
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Chamber Size (mm): 240(L)X 150(W)X 50(D) approx. JUSTIFICATION:-Chamber Size should be approximate (270 mm x 130mm x 120
mm) +- 10mm Depth Should be minimum at least 120 mm so that test tube rack can
be immersed in water. This size is regular size for serological water bath.
Dimensions are approximate
.No Cahnge
Should be CE & USFDA approved JUSTIFICATION:- It should be CE or US FDA approved Manufacturer should be
ISO Company.
should be CE or US FDA
approved
Elegdniiy designed & Fdbricdied Woier Both with Lid
and Thermomeier slanci.
JUSTIFICATION:- Thermome'rer is nci required as H is a microprocessor based
digilal baih 8. it will direcl readoul lor lemperalure on LED display.
No Cahnge
Outer wall : Made of Mild Steel duly powderCooled
aiier surface ireairnen'f.
Wafer bath is always filled with waler l. hence it is essenlial lo have compiere
Stainless Sleel conslruclion lor rust-free operallon.
No Change
lnner Chamber: ll ís reclangular in construction & is
made of seamless (Mild steel stainless sheet polished
bright)
it is recommended to have seamless inner chamber for leak proof operation as water
bath is always filled with water & hence it is essential to have complete stainless steel
construciton for rust-free operation.
Inner chamber also should be
S.S. And SEAMLESS
serological Water
Bath
58 E-191 M/s. Gunjan
Surgical &
Scientific Co.
Water Bath
59 E-191 M/s.MEDICA
INSTRUMENT
MFG CO.
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Heating Element: Embedded heater element plate It is recommended to use immersion type tubular heater for faster heat transfer. No Change
Temperature Controller: Micro Processor Based Digital. Micro-processor based temperature controller with LED display. No Change
Chamber Size (mm): 240(L)X150(W)X50(D) approx. Length should be: 250 +- 10mm, width should be: 130+-10mm, Depth should be
atleast 120 mm so that test tube racks can be property immersed in water. Running
Regular Bath Size available in market is : 250X130X120mm
Dimensions are approximate
.No Cahnge
Should be CE & USFDA approved It should be CE or USFDA approved. Manufacturer should be ISO 13485 certifited . should be CE or USFDA
approved.
3. Inner Chamber: It is rectangular in construction & is
made of seamless (Mild steel stainless sheet polished
bright)
JUSTIFICATION:- Inner chamber should be stainless still rathar than mild steel
couters.
No Change
6. Heating Element: Embedded heater element plate. SS tabular heater instead of Plate No Change
9.Chamber Size(mm): 240(L)X 150(W)X 50(D)
approx.
Size 240 X 150 X 100 mm fine requested Dimensions are approximate
.No Cahnge
Should be CE & USFDA approved We request you to remove as there are many more manufacturers are available with
count from Pg.1 (Elegantly designed & Fabricated Water Bath with Lid and
Thermometer stand.)
should be CE or USFDA
approved.
12. Uptime of equipment should be 98% and down time
is less than 2% Service time for Mumbai in 4 hours and
out of Mumbai 24 hours.
Service time for Mumbai - One days
out of Mumbai- Three days
Service time for Mumbai - 12
Hrs
Out of Mumbai- Three days
61 E-191 M/s. Thermolab Water Bath Diamension Thermometer stand & up time & down
time of the water bath.
1. Diamension of the Water bath. (Internal & External) in L X W X D.
. As depth is mentioned as 50 mm
2. Thermometer Stand
3. Uptime & downtime of the Instrument
No Change
Note :-
Please refer Tender documents of Tender No.E-183 to E-191 Point No. 22.2 As per G.R. dated – 1st February, 2013
Annual maintenance Contract & CMC Should read as follows :-
(a) The tenderer will have to agree to enter into comprehensive maintenance contract (CMC) @ 5% of the ordered value of the equipment for the period of 5 years after completion of Warrantee Period.
(b) Tenderer will have to agree for Annual Maintenance Contract (AMC) @ 0.5% in Mumbai and 1% in other area after completion of CMC period.
(c) The Supplier will have to submit the Bank Guarantee from Nationalized/Scheduled Bank for the amount of AMC/CMC value. In case of non-compliance of AMC/CMC obligations, the tenderer will be liable to pay a penalty as
appropriate including blacklisting. Such Penalty shall be recovered from the amount of Bank Guarantee submitted.
(d) Payment for AMC/CMC on yearly basis will be made by the end user at the end of year after satisfactory performance report.
Last Date of Sale & Preparation of Bid is Extended up to 05.10.2013 up to 13.00 Hrs.
Closing of Bid is 05.10.2013 at 13.01 Hrs to 17.00 Hrs .
Date of Bid Submission is 05.10.2013 at 17.01 Hrs to 9.10.13 up to 14.00 Hrs .
Opening of Bid is 9.10.13 at 14.01 Hrs to 17.30 Hrs.
Jt. Director of Health Services,
( Procurement Cell ) Mumbai
serological Water
Bath
60 E-191 M/s. Smita
Scientific
Water Bath
59 E-191 M/s.MEDICA
INSTRUMENT
MFG CO.
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
Sr.
No
Tender
No.
Name of Bidder Equipment Name Tender Specification Query raised by Company Remark
.