supply of medical equipment to various esic institutions ......equipment to various esic...

25
Tender Enquiry No.: U-16/30/130/2012-Procell/Equipment (162) Dated: 31/08/2018 Corrigendum No.2 This is in reference to tender no. U-16/30/130/2012-Procell/Equipment (162) for supply of Medical Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1 USG Machine with color Doppler (portable) Existing specification Amendment Portable Echo Machine Ulrasound machine with colour doppler (Portable) with integerated trolley Machine should be suitable for all abdominal and vascular applications 3. Should be a latest generation Electronic Phased array Color Doppler system with minimum 500 or more Electronic independent channels. Should be a Electronic Color Doppler system with minimum 50000 or more digital processing channels 5. Should be supplied with adult and pediatric cardiac and vascular probes of wide band transducers without frequency selection for higher sensitivity of response over a broad frequency range of operation. May be deleted 6. Should have 2D, M-mode, Anatomical M-mode, Color M-mode, PW and CW doppler, Steerable CW doppler. Should have 2D, M-mode, colour doppler, PW and CW doppler, 8. Should have minimum three active ports. Should have minimum two active ports. 9. Should have 2-4 Mhz broadband phased array sector probe for adult cardiac imaging. Should have 2-6 Mhz ( +/-3Mhz) convex phase array probe for abdominal imaging. 10. Should have 3-8 Mhz broadband phased array sector probe for paediatric and neonatal cardiac imaging. May be deleted 11. Should have 3-12 Mhz broadband Linear Array probe for vascular imaging. Should have 3-12 Mhz ( +/-2Mhz) broadband Linear Array probe for vascular imaging. Add point: Both probe should be provided with biopsy guide with 50 needles 12.Should have multi frequency convex array probe 3-10 MHz for paediatric imaging May be deleted 13.Pencil probe (optional) May be deleted 16. Should have color Tissue Doppler Imaging. Should have Tissue Doppler Imaging. HQRS. OFFICE EMPLOYEES’ STATE INSURANCE CORPORATION PANCHDEEP BHAWAN: C.I.G. ROAD: NEW DELHI 110 002 Tel Fax: 011-23234334, E-mail: [email protected] (An ISO-9001:2008 Certified)

Upload: others

Post on 13-Nov-2020

3 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

Tender Enquiry No.: U-16/30/130/2012-Procell/Equipment (162) Dated: 31/08/2018

Corrigendum No.2

This is in reference to tender no. U-16/30/130/2012-Procell/Equipment (162) for supply of Medical

Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted

Item Schedule No.1 USG Machine with color Doppler (portable) Existing specification Amendment

Portable Echo Machine Ulrasound machine with colour doppler (Portable) with integerated trolley

Machine should be suitable for all abdominal and vascular applications

3. Should be a latest generation Electronic Phased array Color Doppler system with minimum 500 or more Electronic independent channels.

Should be a Electronic Color Doppler system with minimum 50000 or more digital processing channels

5. Should be supplied with adult and pediatric cardiac and vascular probes of wide band transducers without frequency selection for higher sensitivity of response over a broad frequency range of operation.

May be deleted

6. Should have 2D, M-mode, Anatomical M-mode, Color M-mode, PW and CW doppler, Steerable CW doppler.

Should have 2D, M-mode, colour doppler, PW and CW doppler,

8. Should have minimum three active ports. Should have minimum two active ports.

9. Should have 2-4 Mhz broadband phased array sector probe for adult cardiac imaging.

Should have 2-6 Mhz ( +/-3Mhz) convex phase array probe for abdominal imaging.

10. Should have 3-8 Mhz broadband phased array sector probe for paediatric and neonatal cardiac imaging.

May be deleted

11. Should have 3-12 Mhz broadband Linear Array probe for vascular imaging.

Should have 3-12 Mhz ( +/-2Mhz) broadband Linear Array probe for vascular imaging.

Add point: Both probe should be provided with biopsy guide with 50 needles

12.Should have multi frequency convex array probe 3-10 MHz for paediatric imaging

May be deleted

13.Pencil probe (optional) May be deleted

16. Should have color Tissue Doppler Imaging. Should have Tissue Doppler Imaging.

HQRS. OFFICE

EMPLOYEES’ STATE INSURANCE CORPORATION PANCHDEEP BHAWAN: C.I.G. ROAD: NEW DELHI – 110 002

Tel Fax: 011-23234334, E-mail: [email protected] (An ISO-9001:2008 Certified)

Page 2: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

17. Should have gain control in Axial Plane. May be deleted

18. Should have triple imaging possibility on the system.

Should have duplex/triplex imaging possibility on the system.

19. Should have PW/CW Doppler facility in all imaging phased array sector probes.

Should have colour doppler facility in both the probes

20. Should have 15” or more high resolution TFT monitor with tilt and swivel facility and should be able to view in all angles and all light conditions.

Should have 10” or more high resolution LCD/TFT monitor with tilt and swivel facility.

21. Should have greater than 5000 images in the system hard disk drive

Should have integrated hard disk for image storage /recall.

22. Should have in built CD/DVD writer. Should have in built CD/DVD writer/ USB Port. It should be DIACOM ready

23. Should have patient reporting page with embedded images.

May be deleted

25. Should be supplied with thermal printer and 6 packs of thermal paper and the unit should have option to connect external printer.

The unit should have option to connect external printer.

28. Should have safety certificate from a competent authority CE / FDA (US) / STQC CB certificate / STQC S certificate or valid detailed electrical and functional safety test report from ERTL. Copy of the certificate / test report shall be produced along with the technical bid.

Should have safety certificate from a competent authority CE / FDA (US) / BIS

Item Schedule No.2 500mA X-Ray digital

Existing specification Amended

A high-frequency radiography system for various radiographic examinations. X-ray tube and x-ray generator should be from the same principal manufacturer.

A high-frequency radiography system for various radiographic examinations. X-Ray tube and X-Ray generator should be compatible

1b. Output 50 kW or more. Output 40 KW or more

1e.It should have high speed starter. May be deleted

1g.Anatomical programming radiography should be possible. May be deleted

2d. Please mention tube loading for small focus and large focus, should be at least 30 kW for small focus and at least 50 kW for large focus. mention tube loading for small focus and large focus

Page 3: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

2e.Anode heat storage capacity should be at least 200kHU or more. Mention heat dissipation rate.

Anode heat storage capacity should be at least 100 kHU or more .Mention heat dissipation rate

2j. Variable source to image distance (SID)—150 cm or more in vertical position and 180 cm or more in horizontal position.

Variable source to image distance (SID)- 150 cm or more in vertical position and 100 cm or more in horizontal position.

6a.Voltage stabilizer servo controlled 80 kVA or as required. Voltage stablizer servo controlled 65 kVA or more

Item Schedule No.3 Laparoscopy set

Existing specification Amendment 2.High Definition Medical Grade Monitor Screen diagonal – 26”

High Definition Medical Grade Monitor Screen diagonal:25" - 28"

Specifications Specifications

Reaction Time – 8ms Rated power : 115 watts Reaction Time: 6-10ms

Rated power : 115 watts Rated Power:110-120 watts

Screen Dimensions : 643 x 396 x 87mm Screen Dimensions:643x396x87mm (+/-5%)

3.Xenon Light Source with fiber optic cable Xenon Light Source with fiber optic cable

Lamp type:- Xenon 15V, 300 Watt Lamp type 14-18V,240-320 watts

Color Temperatures 6000K Colour Temperature: 5600- 6600 K

4.Insufflation Unit-20 Lit. Insufflation Unit-20 Lit.

• Clear, adjacent display for set value and actual value allow easy monitoring of insufflations process

Clear, adjacent Digital display for set value and actual value allow easy monitoring of insufflations process

Gas flow/min 0-20 Ltrs Gas flow/min 0-25 Ltrs

Weight 6 kg Weight 5-8kg

Instruments Instruments

Telescopes Telescopes

1. Forward-Oblique Telescope 30° enlarged view, diameter 10 mm, length 31 cm, autoclavable, fiber optic light transmission incorporated.

Forward-Oblique Telescope 30° enlarged view, diameter 10 mm, length 30-32cm , autoclavable, fiber optic light transmission incorporated.

2.Forward-Oblique Telescope 30° enlarged view, diameter 5 mm, length 29 cm, autoclavable, fiber optic light transmission incorporated, connection for fiber optic light cable offset by 90°.

Forward-Oblique Telescope 30° enlarged view, diameter 5 mm, length 28-30cm, autoclavable, fiber optic light transmission incorporated, connection for fiber optic light cable offset by 90°.

3.Straight Forward Telescope 0° enlarged view, diameter 10 mm, length 31 cm, autoclavable, fiber optic light transmission incorporated.

Straight Forward Telescope 0° enlarged view, diameter 10 mm, length 30-32cm, autoclavable, fiber optic light transmission incorporated.

Page 4: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

4.Straight Forward Telescope 0° enlarged view, diameter 5 mm, length 31 cm, autoclavable, fiber optic light transmission incorporated.

Straight Forward Telescope 0° enlarged view, diameter 5 mm, length 30-32cm, autoclavable, fiber optic light transmission incorporated.

Laproscopic Dissecting & Grasping Forceps Laproscopic Dissecting & Grasping Forceps

1.Three part laparoscopic autoclavable KELLY Dissecting and Grasping Forcep, 360 degree rotational sheeth, with connector pin for unipolar coagulation, size 5 mm, length 36 cm, long, double action jaws, with ergonomic plastic handle with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button.

Three part laparoscopic autoclavable KELLY Dissecting and Grasping Forcep, 360 degree rotational sheeth, with connector pin for unipolar coagulation, size 5 mm, length 34-40 cm, long, double action jaws, with ergonomic plastic handle with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button.

2.Three part laparoscopic autoclavable CROCE-OLMI Grasping Forcep, 360 degree rotational sheeth, size 5 mm, length 36 cm, long, double action jaws, ergonomic metal handle with plastic finger rings with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button.

Three part laparoscopic autoclavable CROCE-OLMI Grasping Forcep, 360 degree rotational sheeth, size 5 mm, length 34-40 cm, long, double action jaws, ergonomic metal handle with plastic finger rings with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button with locking facility

3.Three part laparoscopic autoclavable Bowel Grasping Forcep, double action jaws, fenestrated, 360 degree rotational sheeth, size 5 mm, length 36 cm, long, double action jaws, ergonomic metal handle with plastic finger rings with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button.

Three part laparoscopic autoclavable Bowel Grasping Forcep, double action jaws, fenestrated, 360 degree rotational sheeth, size 5 mm, length 34-40cm, long, double action jaws, ergonomic metal handle with plastic finger rings with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button with locking facility

4.Three part laparoscopic autoclavable Right Angled Dissecting and Grasping Forcep, double action jaws, fenestrated, 360 degree rotational sheeth, size 5 mm, length 36 cm, long, double action jaws, ergonomic metal handle with plastic finger rings with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button.

Three part laparoscopic autoclavable Right Angled Dissecting and Grasping Forcep, double action jaws, fenestrated, 360 degree rotational sheeth, size 5 mm, length 34-40cm, long, double action jaws, ergonomic metal handle with plastic finger rings with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button with locking facility

Page 5: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

5.Three part laparoscopic autoclavable MANHES Grasping Forcep with ratchet, Tiger Jaws, 2X4 teeth, 360 degree rotational sheeth, with connector pin for unipolar coagulation, size 5 mm, length 36 cm, long, double action jaws, with ergonomic plastic handle with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button.

5.Three part laparoscopic autoclavable MANHES Grasping Forcep with ratchet, Tiger Jaws, 2X4 teeth, 360 degree rotational sheeth, with connector pin for unipolar coagulation, size 5 mm, length 34-40cm, long, double action jaws, with ergonomic plastic handle with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button.

6.Three part laparoscopic autoclavable ANVIL Grasping Forcep, double action jaws, fenestrated, 360 degree rotational sheeth, size 5 mm, length 36 cm, long, double action jaws, ergonomic metal handle with plastic finger rings with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button.

Three part laparoscopic autoclavable ANVIL Grasping Forcep, double action jaws, fenestrated, 360 degree rotational sheeth, size 5 mm, length 34-40cm, long, double action jaws, ergonomic metal handle with plastic finger rings with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button with locking facility

7.Three part laparoscopic autoclavable MANHES Grasping Forcep with Hemostat style ratchet, duck-bill jaws, blunt, 360 degree rotational sheeth, with connector pin for unipolar coagulation, size 5 mm, length 36 cm, long, single action jaws, with ergonomic plastic handle with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button.

Three part laparoscopic autoclavable MANHES Grasping Forcep with Hemostat style ratchet, duck-bill jaws, blunt, 360 degree rotational sheeth, with connector pin for unipolar coagulation, size 5 mm, length 34-40cm, long, single action jaws, with ergonomic plastic handle with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button with locking facility

8.Three part laparoscopic autoclavable CLAW Grasping Forcep with ratchet, 2X3 teeth, 360 degree rotational sheeth, size 10 mm, length 36 cm, long, single action jaws, with ergonomic metal handle, can be dismantled with the press of a button.

Three part laparoscopic autoclavable CLAW Grasping Forcep with ratchet, 2X3 teeth, 360 degree rotational sheeth, size 10 mm, length 34-40cm, long, single action jaws, with ergonomic metal handle, can be dismantled with the press of a button with locking facility

9.Three part laparoscopic autoclavable Curved METZENBAUM Scissors, 360 degree rotational sheeth, with connector pin for unipolar coagulation, size 5 mm, length 36 cm, long, double action jaws, with ergonomic plastic handle with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button.

Three part laparoscopic autoclavable Curved METZENBAUM Scissors, 360 degree rotational sheeth, with connector pin for unipolar coagulation, size 5 mm, length 34-40cm, long, double action jaws, with ergonomic plastic handle with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button.

Page 6: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

10. Three part laparoscopic autoclavable Hook Scissors, 360 degree rotational sheeth, with connector pin for unipolar coagulation, size 5 mm, length 36 cm, long, double action jaws, with ergonomic plastic handle with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button.

Three part laparoscopic autoclavable Hook Scissors, 360 degree rotational sheeth, with connector pin for unipolar coagulation, size 5 mm, length 34-40cm, long, double action jaws, with ergonomic plastic handle with larger contact area at the finger ring to avoid pressure sores, can be dismantled with the press of a button.

11. Scissors Insert and outer tube, METZENBAUM Scissors, curved, length of blades 12 mm, double action jaws, size 5 mm, length 36 cm, package of 10, sterile, disposable.

Scissors Insert and outer tube, METZENBAUM Scissors, curved, length of blades 12 mm, double action jaws, size 5 mm, length 34-40cm, package of 10, sterile, disposable.

12. Scissors Insert with Outer Sheath, curved, double action jaws, spoon-shaped jaws, length of blades 17 mm, size 5 mm, length 36 cm, sterile, for single use, package of 10

Scissors Insert with Outer Sheath, curved, double action jaws, spoon-shaped jaws, length of blades 17 mm, size 5 mm, length 34-40cm, sterile, for single use, package of 10

13. Surgical Sponge Holder, for atraumatic dissection of tissue layers, size 5 mm, length 30 cm, consisting of: Handle, Outer Sheath, insulated Sponge Holder Insert

Surgical Sponge Holder, for atraumatic dissection of tissue layers, size 5 mm, length 28-32 cm, consisting of: Handle, Outer Sheath, insulated Sponge Holder Insert

15.Dissecting-Electrode with exchangeable electrode L-tip, autoclavable, ergonomic handling, size 5 mm, length 36 cm, with connector pin for unipolar coagulation,

Dissecting-Electrode with exchangeable electrode L-tip, autoclavable, ergonomic handling, size 5 mm, length 34-40cm, with connector pin for unipolar coagulation,

18.CUSCHIERI Liver Retractor, size 10 mm, length 36cm

CUSCHIERI Liver Retractor, size 10 mm, length 34-40cm

19. Fascial Closure Instrument for subcutaneous ligature of trocar incisions, size 2.8 mm, length 17 cm, USFDA, CE approved

Fascial Closure Instrument for subcutaneous ligature of trocar incisions, size 2.8 mm, length 16-18 cm, US FDA/European CE/BIS approved

Trocar & Cannula Trocar & Cannula

Cannula size :13.5 mm diameter; Cannula size: 12-14mm diameter

Cannula size :11 mm diameter Cannula size: 10-12.5mm diameter

Telescope Stopper,size 11 mm Telescopic stopper size 10-12.5mm

Cannula size: 6 mm.The working length of canula should be 105mm

Cannula size: 5-7 mm.The working length of canula should be 100-110mm

Telescopic stopper size 6mm Telescopic stopper size 5-7mm

Cannula size :11 mm diameter.The working length of canula should be 105mm

Cannula size 10-12mm diameter.The working length of canula should be 100-110mm

Cannula size: 6 mm diameter Cannula size 5-7mm diameter

Page 7: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

Veress Needle diameter 2.1mm Veress Needle diameter 2-2.2mm

Injection Needle, Length 36cm Injection Needle, Length 34-38cm

Suction and irrigation tube Length 36cm Suction and irrigation tube Length 34-38cm

Laproscopic Needle Holders Laproscopic Needle Holders

Macro needle holder Length 33cm Self lightning Macro needle holder Length 32-34cm

Macro needle holder Length 33cm Self lightning Macro needle holder Length 32-34cm

Laproscopic Bipolar Forceps Laproscopic Bipolar Forceps

Length 36cm Length 35-37cm

Length 36cm Length 35-37cm

Clip Applicator Clip Applicator

Medium Large clip applicator dismantable rotating size: 10mm, length 36cm,

Medium Large clip applicator dismantable rotating size: 10mm, length 35-37cm

Large clip applicator dismantable rotating size: 10mm, length 36cm,

Large clip applicator dismantable rotating size: 10mm, length 35-37cm

6.Suction & Irrigation System Suction & Irrigation System

Weight: 5 kg Approx Weight 4-6kg

All Equipment’s should be from the same company with USFDA and CE Mark.

All equipment should be from same company with US FDA/European CE/BIS mark

Trolley Trolley

Equipment cart: 830x1474x730mm Equipment cart: 830x1474x730mm (+/-5%)

Caster diameter should be 125mm Caster diameter should be 120-126mm

1x shelf size-630x25x510 1x shelf size-630x25x510 (+/-5%)

Cart should be compatible to accommodate following when required

Cart should be compatible to accommodate following when required add:

Hand Instrument Holder

Hand Instrument sterilization chamber (Glass)

Item Schedule No.4 Anesthesia work station

Existing specification Amendment MRI COMPATIBLE ANAESTHESIA WORKSTATION Anaesthesia Work station

Page 8: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

Add: Compact and modular, three gas anesthesia workstation with an integrated ventilator of screen size 7" or more for adult to infants and integrated airway monitor for airway pressure and volume. Pipeline cylinder and airway pressures should be displayed on colour coded gauzes. Should have provision to attach two cylinder-one each for O2 and N2O.sHOULD HAVE OXYGEN FLUSH TO DELIVER OXYGEN flow of approx. 40Lpm.Should have safety features ,oxygen failure alarm ,N2O cut off, mechanical hypoxic guard. The unit should accomodate two vaporizers for anesthetic agent delivery. It should have an integrated ventillator. The ventilator should have following modes of ventilation: VCV,PCV,SIMV and pressure support mode(PS) and manual/spontaneous .The ventillator should have fresh gas flow compensation.

Should have knock- resistant rotameter control guards. Should have rotameter control guards.

The ventilators should be MRI compatible May be deleted

Should have minimum tidal volume of 50 ml. should have tidal volume range of 20-1400ml

Should provide MRI compatible multipara monitor Should provide multipara monitor

Should provide MRI compatible laryngoscopes Should provide laryngoscopes

The complete equipment should have certified by CE or US FDA

The complete equipment should have certified by European CE or US FDA with all the components likes anesthesia machine, integrated ventilator, patient monitor, vaporizer from the same manufacturer.

Should provide MRI compatible ventilator. Should have an integrated ventilator which should have screen size of 7 inches or more

The ventilator should have VCV(Volume control ventilation),PCV (Pressure control ventilation),SIMV & PS (Pressure Support)mode and manual/spontaneous mode of ventilation"

should have pressure relief valve of 05 to 75 cm H2O"

Should provide calibration and maintenance free two vaporizer with the machine.

The unit should be supplied with two reusable patient circuits and three re-usable masks.

The anaesthesia machine should be able to ventilate the patient on ambient air in case of total gas supply failure.

Multi paramonitor should have screen size of 12 inches or more for monitoring of ECG, Respiration, SPO2,Temperature,Dual IBP, NIBP,ETCO2 ,BIS,NMT & Anaesthesia Gas monitoring."

Page 9: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

Should be supplied with 3/5 lead ECG cable , NIBP cuff adult, paediatric & neonates two no's each , SPO2 sensor(MASIMO Technology) adult ,Paediatric , neonatal -two each, NIBP cuff adult, paediatric & neonates two no's each, skin & nasopharyngeal temperature probe one each , 10 ETCO2 sample lines, 2 No’s of Reusable IBP interface cables and 20 no’s of Disposable IBP transducers, suitable wall mount,25 disposable BIS Sensors.

Item Schedule No.5 Transport Ventilators Existing specification Amendments

a) Tidal volume up to 100 ml tidal volume up to 50ml-1400ml / more

(b) Pressure (inspiratory) up to 80 cm H2O Pressure (inspiratory) 50cm H2O or more

Noise (in dBA), heat dissipation: Should be less than 60 dBA,

may be deleted

Accessories and spare parts, consumables Full face mask, breathing circuit, carry bag, filters Battery, leakage adaptor

Accessories and spare parts, consumables ,Full face mask, breathing circuit for adult, paediatric sizes, carry bag, filters Battery, leakage adaptor tubing should be supplied

Environmental and Departmental considerations Capable of being stored continuously in ambient temperature of 0 to 50 degree and relative humidity of 15 to 90%. Capable of operating continuously in ambient temperature of 10 to 40 degree centrigrade and relative humidity of 15 to 90%

may be deleted

Standards and safety FDA, CE, IEC-60601-1-2:2007, IEC-60601-1-8:2006, IEC-60601-SER-Ed 1-2011, IEC/TRF 60601-1-8 Ed4.-2010, ISO 13485, ISO 15001-2010 (Anesthetic & respiratory equipment - compatiblity with oxygen)

European CE /US FDA/BIS certified

ventilator should run on air compressor /Turbine technology

Electrical protection by SMPS also

Item Schedule No.6 Phaco Emulsification machine

Existing specification Amendment

Fluidics system: Peristaltic machine(preferably closed fluidic system )

Fluidics system: Peristaltic machine

Piezoelectric titanium ultra light weight comfortable autoclavable handpiece

Piezoelectric light weight comfortable autoclavable handpiece

Gravity force fed irrigation for IOP control capability May be deleted

Diathermy; bipolar coagulation with output: 5-100% and max power-7w to 10 w

Diathermy; bipolar coagulation

Page 10: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

USG frequency:38-40 khz Modes: continuous ,pulsed ,single burst, multiple burst and continuous burst , micropulse, compatible with torsional phaco Tips :0,15,30,45,kelman tip with phaco sleeves and test chamber, Pulse control:0-100 pulse/secVacuum:0-600 Flow rate:0-50 ml/min Tips sleeve compatible for co-axial phaco/co-MICS/MICS/incision size from1.00 to 3.2 mm Machine should provide cold microincision phaco

USG frequency 38-40 khz modes: continuous pulsed and burst/pulse control 1.0-100 pulse/sec, vaccum 0-600,flow rate 0-50ml/min, tips sleeve compatible for co axial phaco

Both bimanual-10 and co axial-6 IA attachments required may be deleted

Automatic motorised bottle height adjustment may be deleted

Disposable cassette with disposable/reusable tubing may be deleted

Phaco handpiece:2 Phaco handpiece : 1

Tips;0 degree-1, 15 degree-5nos ,30 degree-5 nos , 45 degree-5 and kelman tips-2

Tips total 15 in no

IA bimanual-10 and co axial IA -6 attachments required IA bimanual and co axial IA attachments required

European CE/US FDA/BIS certified

Item Schedule No.7 OT Table C Arm compatible

Existing specifications Amendment

Universal Electromagnetic Operating table designed to easily achieve all positions with remote control.

Universal Electrohydraulic and manual override control Operating table designed to easily achieve all positions with remote control

Trendlenburg: 30 deg Trendlenburg: 30 -40deg

Rev Trendlenburg: 40 deg Reverse trendlenburg: 30-40 deg

Net Weight :- 300 Kg. Net weight is patient bearing weight 250kg or more

Five section table top made of acrylic radio translucent for fluoroscopic image intensifier.

Five section table top made of Acrylic radiotranslucent/suitable material for fluoroscopic image intensifier.

Head Rest up 90 deg and down 90 deg. Head rest up 90 deg and down 45 deg or more

Auto floor locking device. Auto/manual floor locking device"

It should have manual over ride system in case of remote failure.

Overall length with head section:- 75” (1905 mm) Overall length with head section:- 75” (1905 mm)+/-10%

Overall length without head section;- 65” (1650 mm) Overall length without head section;- 65” (1650 mm)+/-10%

Overall width without side rail:- 20” (500 mm) Overall width without side rail:- 20” (500 mm)+/-10%

Page 11: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

Overall length with traction unit:- 100” (2540 mm) Overall length with traction unit:- 100” (2540 mm)+/-10%

Minimum height without mattress:- 30”(762mm) Minimum height without mattress:- 30”(762mm)+/-10%

Maximum height:- 40”(1000mm) Maximum height:- 40”(1000mm)+/-10%

European CE/US FDA/BIS certified

Radioluscent side table for forearm surgery

Headrest for shoulder surgery

Item Schedule No.8 Fully automatic hematology analyzer

Existing specification Amendment

20.Three years warranty for equipment ,UPS & Computer Five year warranty of equipment including machine, UPS , Computer & printer

24.Should have facility to upgrade for fully automated slide making & staining machine

may be deleted

25.Company should quote rates for consumables & reagents pack required for running the equipment.

Company should quote rates for consumables & reagents pack required for running the equipment. Company must also specify number of tests per pack.

Bidder should specify per cycle test cost in technical bid

Item Schedule No.9 Fully Automatic biochemistry analyzer

Existing specification Amendment

Throughput Double reagent : 200 tests/hour, Single Reagent : 240 test Rate A, Kinetic Rate B. Assay modes:- Colorimetric, Turbidimetry, Single & Double Reagent, Multi standard, Mono & Bi-chromatic.

Throughput: Minimum 200 photometric test per hour with option of upgradation by addition of ISE module for Na, K, Cl and consequent of minimum 300 tests/hour with ISE ) Equipment should be capable of all routine, STAT and special biochemical tests including specific proteins, therapeutic drugs , drugs of abuse and user-defined applications, upgradation to ISE

Wavelength:- 9 filters: 340, 405, 450, 505, 510, 546, 578, 600, 620, 660, 700 nm

Wavelength:- Detection of wavelength range from: 340 to 700 nm or beyond to cover all biochemical parameters

Operation system:-Windows XP or windows latest or winfix.

Operating system:-Windows XP or windows latest or winfix or Linux.

Dimensions: 550 mm(W) X 420 mm (D) X 380 mm(H) may be deleted

Weight: approx 50Kgs may be deleted

Sample volume:- 2-70μl, 0.12μl step. Sample volume:- 2-70μl, with step of 1μl .

Page 12: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

Water consumption: 5-6 ltr/hour Water consumption: max. 2liters/hour or less

Relex: user defined relex testing Reflex: user defined reflex testing

Reagent Position: 30 onboard cooled reagent positions maintained by water cooled peltier system.

Reagent Position: 45 (minimum) onboard cooling

Optical length of cuvette: 5mm Optical length of cuvette: 6mm or better

Temperature:- 100C – 300C Temperature:- 15°C – 30° C

Equipment must be US FDA/European CE /BIS certified

Item Schedule No.11 Cardiac Monitor Defibrillator

Existing specification Amendment

12.The machine should have facility to increase/decrease energy selection on paddles as well as on unit.

The machine should have facility to increase or decrease energy selection on unit and charge or discharge facility on paddles as well as unit.

13.The charging time should be less than 7secs at maximum energy.

Charging time should be less than 6 to 7 sec at maximum energy.

15. The unit should have facility to monitor A) ETC02, B) NIBP C) SPO2

The unit should be upgradeable to monitor EtCO2, NIBP & SPO2

17.The unit should be U.S FDA approved. The unit should be USFDA/European CE/BIS certified

Item Schedule No.12 Operating Eye Microscope Existing specification Amendment

OPERATING OPHTHALMIC MICROSCOPE with TV UNIT(for anterior and posterior segment surgeries)

Operating Ophthalmic Microscope

Motorised 5 step magnification with apochromatic optics magnification factors 0.4x, 0.6x, 1.0x,1.6x and 2.5x, integrated blue barrier and uv filter

motorized 5 step / zoom magnification with apochromatic optics magnification factors 0.4x, 0.6x, 1.0x,1.6x and 2.5x, integrated blue barrier and UV filter

should have 2 and 6 degree coaxial illumination for bright flex illumination

should have coaxial illumination for bright reflex illumination

integrated beam splitter 80:20 May be deleted

motorised fine focus :40 mm by foot control motorised fine focus by foot control

LED illumination LED illumination/Halogen with LED preferable

pair of wide field push in eyepiece 12.5 x with diopter settings from-8 to +5 D

pair of wide field push in eyepiece 10/12.5 x with diopter settings

with Objective f=200 and eyepiece 10x:magnification:3.4x,5.1x,8.5x,13.6x,21.3x

May be deleted

continuous lamp intensity adjustment with foot pedal May be deleted

integrated assistant microscope with independent focus and magnification

May be deleted

integrated CCD camera and external recording system with USB option

May be deleted

Page 13: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

180 degree tilitable binocular tube in place 45 degree inclined binocular tube

May be deleted

zoom ,XY,Retina attachment, BIOM zoom ,XY

Item Schedule No.13 ENT Workstation

Existing Specifications Amendment

Compressed air system continuously adjustable from 0.1 to 4 bars for spray and politzering, spray liquid with autoclavable nozzle for cleaning

Compressed air system continuously adjustable up 4 bars for spray and politzering, spray liquid with autoclavable nozzle for cleaning

Should have a vacuum gauge, bacterial filters, 1.5 liters liquid container and effective device to prevent overflow.

Should have a vacuum gauge, bacterial filters, appropriate liquid container and effective device to prevent overflow.

provision for attachment of microscope provision for attachment of microscope, CCD Camera, Monitor system

Patient examination couch with remote control for changing height uplifting head and for sitting position, reclinating position and side tilting

Should be European CE/ US FDA/BIS certified

Item Schedule No.14 Portable ECG Machine 12 channel Existing Specifications Amendment

The ECG machine should have facility to show lead reversal indication on screen prior to print.

May be deleted

Item Schedule No.16 High Suction Machine

Existing Specifications Amendment

Should be capable of producing minimum vaccum of approx 500 mm Hg which should be adjustable and monitored by vaccum gauge of suitable range. Suction capacity should be 15 ltr/minute and can be regulated.

Vaccum buildup of -95kPa/-713 mmHg and variable high flow of 40L/min,50L/min,60L/min.

ON/OFF switch and power indicator should be available. Integrated on/off switch on the trolley

Jar/Bottle Material;-Autoclavable Poly carbonate. Twin 3Ltr unbreakable jar made of Polycarbonate/ polysulfone material.

Additional: It should have changeover facility from one bottle/jar to another with overflow

Facility of disposable liners with & without solidifiers.

Double overflow protection with safety device

European CE/ US FDA/ BIS certified

Item Schedule No.17 Multipara monitor

Existing Specifications Amendment

Page 14: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

Should be a dedicated Modular monitor with at least>12 inch TFT display with at least> 5 waveforms monitoring facility

should be modular monitor with more than 12 inch TFT display with 8 or more waveforms monitoring facility

Should have compact design of module to measure parameters like ECG, NIBP, HR, Resp, SPO2, 2X TEMP, SIDESTREAM ETCO2 (LOW FLOW/ MICRO STREAM) 2X IBP and suitable monitoring adult, paediatrics, neonates

Should have compact design of module to measure parameters like ECG, NIBP,HR, Resp, SPO2, 2X TEMP, Main stream/Side stream ETCO2(low flow/micro stream), 2X IBP for monitoring adult , paediatric and neonate patients

Monitor should have inbuilt rechargeable battery for minimum 2 hours. External battery/ UPS is not preferred

Monitor should have inbuilt or rechargeable batteries for minimum two hours.

Should have Standard technology for SPO2 measurement Should have standard technology for SPO2 measurement - MASIMO/NELCOR. Should be able to measure SPO2 in low perfusion/with motion artifacts.

Should be upgradable to and company should quote for anaesthesia multi gas (main stream) CO & BIS modules along with accessories cost

Should be upgradable to and company should quote for following modules: anaesthesia multi gas (main stream), CO, BIS & NMT along with cost of accessories

120 hour graphical & tabular trends of all parameters min 72 hrs graphical and tabular trends of all parameters

Should be supplied with 3/5 lead ECG cable , NIBP cuff adult& child one no each , SPO2 sensor adult 1 no, skin temperature sensor, 10 ETCO2 sample lines, 2 Nos of Reusable IBP interface cables and 20 nos of Disposable IBP transducers, suitable wall mount

Should be supplied with 3/5 lead ECG cable for arrhythmia and ST analysis and pacemaker detection , NIBP cuff adult, paediatric & child Two no each , SPO2 sensor adult, paediatric & neonatal 5 no each, skin & nasopharyngeal temperature sensor 1 no. each, 10 ETCO2 sample lines, 2 No’s of Reusable IBP interface cables and 20No’s of Disposable IBP transducers, suitable wall mount

Item Schedule No.18 Fetoscope

FETOSCOPE Fetal Monitor

Should have facility to monitor fetal heart and uterine contraction

1.Patient monitor should have colour TFT/LCD/LED monitor with tilt adjustment

2.Monitor should have 10-12" independent flat panel display

3. Should provide Advanced digital signal process

4.Should have a touch screen user interface display. Should be capable of simultaneously providing integrated fetal heart rate (FHR), uterine activity

5.Should provide automatic fetal movement detection

6.Should provide both waveform and digital display

7.should provide Automatic Coincidence detection ( Cross channel verification) using smart pulse which allows automated maternal pulse detection via toco transducer. This would allow continuous maternal and fetal heart rate measurement separately enhancing

Page 15: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

confidence.

9. should provide NST trace interpretation…. A clinical support application for antepartum monitoring of high risk pregnancies

10. should provide pulse Doppler with 7-9 elements/ crystal design for better sensitivity

11.should provide transducers for FHR TOCO/Fetal movement monitoring with necessary cables. All transducers should be water tight.

12.should provide a battery backup of 3-5 hours.

13.Patient data storage should provide 48-72 hrs trend graph.

14.Ultrasound based technology with following features for measuring Fetal Heart

Technique: Auto correlation

Frequency:1MHz

Measurement Range: 50-210 bpm

Intensity:<10mW/sq.cm

High Alarm Range: 160-180 bpm

Low Alarm Range: 90-120 bpm

FHR Chart width: 7cms

TOCO: Technique strain gauge sensor element for measuring uterine tone contraction

Measurement Range: 0-100 units

Chart width: 4cms

Resolution: 1mmHg

Recorder: Should have recorder to record fetal heart rate & uterine contractions

Type: High resolution thermal printer

Chart speed:1/2/3 cm/minute

Record Paper: Z fold thermo sensitive paper

Electrical:

Power supply 120-240VAC 50 Hz +/-10%

Power consumption < 40W

Inbuilt battery rechargeable… 8.4V Li-ion minimum

Speaker..1W

Unit should be provided with mobile cart and covers

should be compact European CE/US FDA/BIS certified

Page 16: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

Item Schedule No.19 Portable X-Ray

Existing specification Amendment

1c.Effective braking system for parking, transport and emergency braking. It should be easily transportable, preferably battery driven with motorized movements for easy transport even over steeply inclined planes.

Effective braking system for parking, transport and emergency braking. It should be easily transportable

2b.Output: power rating of 35 kW or more Output: power rating of 30 kW or more

2d.Tube current– upto 400 mA or more Tube current–upto 300 mA or more

3c.Anode speed 3000 rpm or more Anode speed 2700 rpm or more

3e.Heat storage capacity 120 kHU or more Heat storage capacity 100 kHU or more

4b.Battery operation (in addition to the AC line operation) with maintenance free batteries should be provided. Please mention the capacity of the batteries.

to be deleted

4d.Cables: All the cables should be concealed in the arm system.

to be deleted

4g.The equipment quoted should be the main equipment of the principal manufacturer. The main component of the system e.g. generator, x-ray tube and stand should be of the same make and name as of main equipment. The x-ray machine and its main components should find a place in the manufacture’s website and the copy of the webpage showing the same should be enclosed in the tender document. The bidder to mention its principal manufacture’s website address. In the event of not fulfilling the above, the tender may be summarily rejected.

The x-ray tube, generator and stand should be compatible.

Item Schedule No.20 ABG Analyzer

Existing specification Amendment

2.Instrument should be able to measure accurately within clinical range and resolution of the following measured parameters pH, pCO2, pO2, Sat O2 (SO2), tHb, Hct, Na+, K+, Ca++, Cl, Baro.

Instrument should be able to measure accurately within clinical range and resolution of the following measured parameters pH, pCO2, pO2, Sat O2 (SO2), tHb/ Hct, Na+, K+, Ca++, Cl, Barometric pressure.

3f. Base Excess of Extracellular fluid(BE-ECF) 3g.Base excess at current O2 saturation(BE act) 3h.BB (Base buffer) 3k.Alveolar to Arterial O2 tension gradient (AaDO2) 3l.Arterial Alveolar O2 tension ratio PO2(a/A) 3o. Respiratory Index 3q. Osmolality (Osm)

Calculated Parameters SaO2,Bicarb (HCO3),Std.HCO3,Base excess of blood (BE),Base excess of Extracellular fluid (BE-ECF),Hct (calculated from +Hb),Base Buffer (BB)

4f.The instrument should have facilities like monitor screen, keyboard and barcode reader.

The instrument should have facilities like monitor screen/minimum 7" wide touch screen keyboard/numeric keypad and barcode reader.

Page 17: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

4h.It should have highly accurate multi wavelength oxymetry measurement featuring ultrasonic hemolysis of sample within measurement chamber to avoid dilution, contamination and air bubbles. Self –cleaning measuring cuvette to eliminate clots and for maintenance free operation. It should feature automatic quality control with built in QC module with random access of the on board QC ampoules.

Maintenance free electrodes with individual electrodes on/off facility and Built in auto QC facility

5. Instrument should not be a cartridge based system or using Gas cylinders , Humidifiers or Cassette based system.

Fully automatic liquid calibration of all parameters at user defined intervals without the use of gas calibrated reagents , External gases, Tanks or regulator.

7.should have input parameters (to be fetched from host computer if integrated) a) Patient –ID, name ….. b) Height, weight, Date of birth, Age, Sex, Temp, Dept name, Physicians name. c) Sample size- d) Sample Type- e) Sample draw time- f) Operator name- g) Any other relevant as per need.

should have input parameters a) Patient –ID, name …..Age, Sex, Sample Type-

8.Result: All results should be accurate and to be available in about 1-3mins.Data display on well illuminated LCD Colour display with active touch screen and printed on a fast low noise graphical thermal printer with auto cutter facility. Analyzer should have data capacity for patient results, calibration results, QC results, system messages and service registration of minimum 700 or more results.

Result: All results should be accurate and to be available in about 1-3mins.Data display on well illuminated ,adequate size LCD color touch screen display. Data printout on built -in graphic printer/capable of attachment to external printer through RS 232 port. Analyzer with memory of storing patient data/result minimum 250 or more

9g.Capillaries suitable for paediatric samples. Capillaries suitable for paediatric samples for 500 patients

9h.All other required consumables including thermal paper etc with the ABG machine.

All other required consumables including thermal paper sufficient for six months according to 25 samples processed per day.

10a.Electrodes: the equipment should possesses all the maintenance free electrodes without membrane with long life facility for regular quality assessment of the instrument should be provided by the company. Electrodes should be provided by the company. Electrodes should be supplied free of cost during the warranty period of 2 years and prices of electrodes should be freezed for further 5 years after warranty.

Maintenance free electrodes with separate on/off facility. The electrodes should be replaced free of cost during warranty period and the prices should be frozen for next five years.

Page 18: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

10b.It should have traceability for all measured parameters to primary standard based on documentary evidence.

May be deleted

10c.Reagents: Reagent remaining status should be available on the main screen for easy monitoring and replacement. The instrument should use liquid calibrators for calibration of all measured parameters without use of any gas cylinders, humidifiers or cassettes. On board life of reagents should not be less than one month.

Continuous reagent level monitoring with graphic display and onboard life of reagents should not be one month

11e.It should have data capacity of patient results, calibration results, QC results, system messages and service registration min 700 or more results.

Data storage of minimum 250 patients/QC results or more

23.All the required reagents for investigation on ABG with electrolyte analyzers should be provided free of cost @25 samples per day for 2 years or 18,250 samples, whichever is more. The price for the reagent should be freezed for further 5 years after the warranty of 2 years.

All the required reagents for investigation on ABG with electrolyte analyzers should be provided free of cost @10 samples per day for 6months or 1800 samples, whichever is earlier. The price for the reagent should be freezed for further 5 years after the warranty of 5 years.

24.Should have local service facility

Should have local service facility ( within about 50 km radius from the place of installation) and should have the necessary equipments recommended by the manufacturer to carry out maintenance as per guidelines provided in maintenance manual.

26.WARRANTY: comprehensive warranty of 2 years including of all spares, electrodes, sensors, pump tubing, full port, needles etc. Expected on board life of all electrodes /sensors, tubing and spares should be quoted separately.

WARRANTY: warranty of 5 years including of all spares, electrodes, sensors, pump tubing, full port, needles etc. Expected on board life of all electrodes /sensors, tubing and spares should be quoted separately.

28. System should be ISI /CE marked or US FDA approved. Should submit certificate of relevant IEC safety standard. any other parts except reagents to be replaced standard free of cost.

Should have certificate from a Competent Authority-European CE/US FDA/ST QC certificate or valid detailed electrical and functional safety report from ERTL. Copy of certificate/test report shall be produced along with technical bid.

29.As the machine is utilized for cardiac surgeries, call during the breakdown should be attended within an hour. Provide toll free number and local service emergency number for better convenience.

May be deleted

Bidder should specify per test cost in technical bid

Item Schedule No.21 Surgical Diathermy (Electrical)

Existing specification Amendment

Unit should comprise of an integrated RF Electro Surgical Unit For electrosurgical Cut & Coag modes

Unit should comprise of an integerated RF electro

Page 19: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

for optimum effect of HF surgery, with reusable neutral electrodes, washable Monopolar foot switch with IPX8 Certifications & reusable bipolar forceps with reusable bipolar cables.

surgical unit for electro surgical cut and COAG modes for maximum effects of HF surgery with reusable neutral electrodes with mono polar footswitch with IPX8 certification and reusable bipolar forceps with reusable bipolar cables.

The electro surgical unit should be micro controller based & should adjust the power to get the desired surgical effect on the tissue with facility to use monopolar under water cutting.

The electro surgical unit should be micro processor/micro controller based and should adjust the power to get the desired surgical effect on the tissue with facility to use Monopolar under water cutting

The output voltage should be regulated in various levels with LCD Backlight adjustment for good visibility in operating room, patient plate monitoring facility, audiovisual alarm and deactivate output if contact between patient and patient plate is not proper to eliminate the risk of patient burns.

The output voltage should be regulated in various levels with LCD backlight display for good visibility in operating room , patient plate monitoring facility ,audiovisual alarm and deactivate output if contact between patient and patient plate is not proper to eliminate the risk of patient burn.

It should have Facility for upto 09 Programmable or more & facility to recall the last setting used by user & should be able to record last 100 events/errors or more

It should be programmable and has facility to recall the last setting used by user and should be able to display error

System should have following features modes inbuilt- AUTO CUT— Electrosurgery (ES) cutting with minimal to medium homeostasis/. DRY CUT — ES cutting with moderate to intense homeostasis/ FORCED COAG — Effective, fast, pinpoint coagulation / BIPOLAR SOFT COAG — Non-sparking, gentle bipolar contact coagulation with minimal sticking and carbonization/ SWIFT COAG® — Fast, aggressive coagulation for dissection with high homeostasis, but limited tissue-cutting properties. Uses power dosing/ SPRAY COAG — Contact-free surface coagulation, low penetration depths.

System should have following features modes inbuilt -AUTO CUT/ ACE CUT /LOW CUT -Electrosurgery (ES) cutting with minimal to medium homeostatis . DRY CUT/ BLEND CUT -ES cutting with moderate to intense homeostatis. FORCED COAG/ FULGURATION- effective , fast, pinpoint coagulation . BIPOLAR SOFT COAG/ MICRO/ PRECISE COAG- non sparking , gentle bipolar contact coagulation with minimal sticking and carbonization. SWIFT/ STANDARD COAG - fast aggressive coagulation for dissection with high homeostasis, but limited tissue cutting properties . Uses power dosing/ SPRAY COAG - contact free surface coagulation , low penetration depths.

The electro surgical unit should be supplied with the reusable/disposable Monopolar hand pencil with facility for swapping between programs (10 units if Reusable or 200 if disposable ) with different set of electrodes box (10) nos , Reusable Bipolar forceps (Bayonet & straight) with irrigation port & reusable bipolar cable = 02 unit each, washable footswitch with IPX8 marked on it & having facility for swapping between programs & reusable patient plate – Adult & Pediatrics with reusable patient plate cable = 02 unit each &if disposable Adult & Pediatrics patient

The electro surgical unit should be supplied with the reusable /disposable Monopolar hand pencil with facility for swapping between programs ( 10 units if reusable or 200 if disposable ) with different set of electrode box (10) no’s, reusable / disposable(20 units) bipolar forceps (bayonet and straight ) with irrigation port and reusable(02 units) / disposable bipolar cable =20 unit each , with monopolar footswitch & having facility for swapping between programs. Reusable patient plate -Adult and pediatric reusable

Page 20: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

plate 20 Box each from the Same OEM. The electro surgical unit should be supplied with the reusable hand instruments& Cables from the OEM for Open & Laparoscopic Surgeries for faster Dissection & Coagulation upto 5mm of the vessels. – 2 each / if Disposable 50 each of different shapes & length.

patient plate cable =02 unit each and if disposable adult and pediatric patient plate 20 box each from the same OEM. The electro surgical unit should be supplied with the reusable hand instruments and cables from the OEM 2 each / if disposable 50 each of different shapes and length

Item Schedule No.24 Slit Lamp

Existing specification Amendment

IPD:52-82 mm IPD: 55-78mm

Diopter adjustment +7 to-8 D Diopter adjustment +6D to -6D

chin rest vertical movement atleast 55 mm may be deleted

fully integrated slit lamp camera with imaging software for capturing high resolution images and videos, windows compatible ,minimum 250 GB hard disc and 4 GB RAM or more preferable may be deleted

USB drive /CD/DVD player and writer with monitor/PC or notebook interface may be deleted

Item Schedule No.25 DENTAL X RAY

Existing specification Amendment

Should have tube voltage 70 KV. Should have tube voltage 60/65/70 KV.

Should have anodic electric current 7 mA. Should have anodic electric current 7/8/10 mA.

Should have fully imported soft positioning Arms for Accurate Tube positions.

Should have soft positioning Arms for Accurate Tube positions.

Should have total filtration 2.1 mmAL or more. Should have total filtration and inherent filtration

Should be ISO & CE certified. Should be European CE/US FDA/BIS certified.

Accessories 1) Two light weight 0.5mm lead equivalent aprons 2) Thyroid shield

Item Schedule No.29 Portable OT light

Existing specification Amendment

High fail safety through optical light system should consist of maximum 20 LED in lamphead for low power consumption

High fall safety through optical light system should consist of maximum 20 LED in lamphead for low power consumption

Should have digital controller with LCD display for showing all important parameter like intensity, colour temperature, mode of operation etc

Should have digital control panel/LCD display for showing all important parameter like intensity, colour temperature, mode of operation etc

Item Schedule No.30 C-Arm with fluoroscope

Existing specification Amendment

1b.Horizontal travel: 220 mm or better Horizontal travel: 200 mm or better

1c.Rotation of C-arm: +/- 270 deg. or more Rotation of C-arm: +/- 180 deg. or more

Page 21: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

1i. Total width of C-arm: Maximum 800 mm or less. Total width of C-arm: Maximum 825 mm or less.

4.Image Intensifier should have at least triple field 9”/6”/4” input diameter offering resolution (Minimum 64lp/cm or better for 4” input ) and contrast ratio (25:1 or better)

Image Intensifier should have Dual/ triple field 9"/6" or 9”/6”/4” input diameter offering good resolution and contrast ratio.

5.TV Camera: Ultra Compact CCD camera or camera with CMOS or advanced CMOS sensor with high No of pixels (> 457000) and video band width (at least 20 MHz of better) along with 2 Nos. 17” 625 lines 100 Hz flicker free TV monitors with facility to rotate the image continuously.

TV Camera: Ultra Compact CCD camera or camera with CMOS or advanced CMOS sensor with high No of pixels (> 457000) and video band width (at least 20 MHz or better)/camera with digital output along with 2 Nos. 17” 625 lines 100 Hz medical grade monitors with facility to rotate the image continuously.

8.Fluoroscopy output: 40-120 KV in IKV steps Fluoroscopy output: 40-110 KV (+/-10KV) in 1KV steps

10.Snapshot: Minimum 12.0 mA or better Snapshot: Minimum 10mA or better

11.Fluoroscopy rate selectable: 1 image per second to 1 image per 5 second or better

may be deleted

14.Radiography output: 40-120 KV in 1 KV steps, Radiography output: 40-110 KV (+/-10KV) in 1 KV steps, 0.32-200 mAs,12-63mA

15.mA range: Up to 250 mA or better may be deleted

16.mA max: Up to 90 mA or better may be deleted

17. Image Memory: At least 1 (LIH) + minimum 20,000 frames dynamic digital memory on Hard Disk with 1024 X 1024 matrix or better. There should be facility to insert patient name through alpha-numeric key board. The system preferably must be upgradable for perform in real time digital subtraction angiography with acquisition up to 6 frames/sec. or better and road mapping functions etc. at any later date for peripheral angiography.

Image memory: atleast 1000 images in hard disk and should have facility to insert patient name through key board

19.Essential Accessories: The complete functional system must be quoted with dual channel Laser light source on X-ray tube unit for making a cross to reduce the X-ray dose, built in diode area product meter for display of X-ray dose, light weight lead aprons (5), thyroid shields (5), gonadal shields (5), lead goggles (3) and preferably a CVT and thermal imaging film printer with 12 film rolls and a CD/DVD writer.

Essential Accessories: The complete functional system must be quoted with dual channel Laser light source on X-ray tube unit for making a cross to reduce the X-ray dose, built in diode area product meter for display of X-ray dose, light weight lead aprons with suitable hanger(5), thyroid shields (5), gonadal shields (5), lead goggles (3) and preferably a CVT and thermal imaging film printer with 12 film rolls and a CD/DVD writer,5KV voltage stablizer.

Should be US FDA / European CE/BIS approved

Item Schedule No.32 Resuscitation Equipment (CPR Kit

Existing specifications Amendment

Resuscitation Unit, Adult

adult and pediatric resuscitation unit with mask size 0, 1,2,3,4,5 each to be provided with 5 masks of each size.

Page 22: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

Existing Terms & Conditions

Amended Terms & Conditions

5.1 & 41.1 Performance security will be release after discharge of all the contractual obligations and expiry of the warranty period.

Performance security will be released after expiry of CMC period.

5.2 The validity of the Bank Guarantee will be for a period up to sixty (60) days beyond Warranty Period.

The validity of the Bank Guarantee will be for a period up to sixty (60) days beyond CMC Period.

5.3 In the event of any failure /default of the supplier with or without any quantifiable loss to the government including furnishing of consignee wise Bank Guarantee for CMC security as per Proforma in Section XV, the amount of the performance security is liable to be forfeited. The Administration Department may do the needful to cover any failure/default of the supplier with or without any quantifiable loss to the Government.

In the event of any failure /default of the supplier with or without any quantifiable loss to the ESIC including furnishing of consignee wise Bank Guarantee for CMC security as per Proforma in Section XV, the amount of the performance security is liable to be forfeited. The Administration Department may do the needful to cover any failure/default of the supplier with or without any quantifiable loss to the ESIC

5.6 Subject to GCC sub – clause 5.3 above, the Purchaser/Consignee will release the Performance Security without any interest to the supplier on completion of the supplier‘s all contractual obligations including the warranty obligations & after receipt of Consignee wise bank guarantee for CMC security in favour of Head of the Hospital/ Institute/ Medical College of the consignee as per the format in Section XV.

Subject to GCC sub – clause 5.3 above, the Purchaser/Consignee will release the Performance Security without any interest to the supplier on completion of the supplier‘s all contractual obligations including the CMC obligations

21C.Payment for Annual Comprehensive Maintenance Contract Charges: The consignee will enter into CMC with the supplier at the rates as stipulated in the contract. The payment of CMC will be made on six monthly basis after satisfactory completion of said period, duly certified by the consignee on receipt of bank guarantee for an amount equivalent to 2.5 % of the cost of the equipment as per contract in the prescribed format given in Section XV valid till 2 months after expiry of entire CMC period. If CMC denied then firm will be black listed.

If CMC denied then firm will be black listed and performance security shall be forfeited

Section IX (Qualification Criteria) 4. Turnover Clause: The participating Bidder/Firm should have minimum Annual turnover as indicated in the list of requirement against each item during last three preceding Financial Years i.e 2014-2015,2015-2016 and 2016-2017. If participating bidder bids for more than one item, then the turnover of the bidder must be equal or more than cumulative item wise turnover of their item. (Turnover of each item is mentioned in the list of requirement).

NO CHANGE (For example if the firm quotes schedule no.1 having turnover "X" and schedule no.2 having

turnover "Y" than the turnover the firm should be EQUAL TO "X"+"Y" OR MORE than "X"+"Y"

Page 23: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

PROFORMA "A" (Proforma for performance statement) :- The bidders are requested to submit the latest purchase order copies supplied to AIIMS, PGIMER, JIPMER, Institute of National importance for the specific model quoted along with the price bid.

PROFORMA "A" (Proforma for performance statement) :- The bidders are requested to submit the latest purchase order copies supplied to AIIMS, PGIMER, JIPMER, Institute of National importance/Govt. Institution/Corporate Hospitals for the specific model quoted masking the rates along with the Technical bid.

15.The warranty shall remain valid for a period of 5 years as mentioned the date of installation & commissioning with a regular updates of newer technology as and when evolved followed by a CMC for a period of 5 (Five) Years for all the equipment after the goods or any portion thereof as the case may be, have been delivered to the final destination and installed and commissioned at the final destination and accepted by the purchaser/ consignee in terms of the contract, unless specified otherwise in the SCC.

15.The warranty shall remain valid for a period of 5 years as mentioned the date of installation & commissioning with a regular updates of newer technology as and when evolved followed by a CMC for a period of 5 (Five) Years for all the equipment after the goods or any portion thereof as the case may be, have been delivered to the final destination and installed and commissioned at the final destination and accepted by the purchaser/ consignee in terms of the contract, wherever specified in the SCC/Item schedule or anywhere in tender enquiry.

22c.Along with price bid recent purchase order copies for the same model and technical configuration issued by institute of National importance and/or reputed central/state government hospitals should be uploaded in pdf form for reasonability of the offered price.

Along with Technical bid recent purchase order copies for the same model and technical configuration issued by institute of National importance and/or reputed central/state government hospitals should be uploaded in pdf form . .(Price can be masked)

22d.The bidder should submit the copy of original proforma invoice from the foreign manufacturer along with the price bid.

The bidder should submit the scanned copy of original proforma invoice of same equipment installed at other institutions other than ESIC in technical bid .(Price can be masked)

22e.The supplier shall justify the present quotes based on previous purchase orders for similar project executed either in India or Globally. If they quote any new model or upgraded version of earlier model, they may mention the same in their tender.

The supplier shall justify the present quotes based on previous purchase orders for similar project executed either in India or Globally. If they quote any new model or upgraded version of earlier model, they may mention the same in their tender in Technical Bid.(Price can be masked)

SECTION – XV BANK GUARANTEE FORM FOR PERFORMANCE SECURITY/ CMC SECURITY This guarantee shall be valid till such time to cover two months beyond the warranty period from the date of Notification of Award i.e. up to _____________ (indicate date).

SECTION – XV BANK GUARANTEE FORM FOR PERFORMANCE SECURITY/ CMC SECURITY This guarantee shall be valid till such time to cover two months beyond the CMC period from the date of Notification of Award i.e. up to _____________ (indicate date).

SECTION – XVI CONTRACT FORM - A CONTRACT FORM FOR SUPPLY, INSTALLATION, COMMISSIONING, HANDING OVER, TRIAL RUN, TRAINING OF OPERATORS & WARRANTY OF GOODS

SECTION – XVI CONTRACT FORM - A CONTRACT FORM FOR SUPPLY, INSTALLATION, COMMISSIONING, HANDING OVER, TRIAL RUN, TRAINING OF OPERATORS & WARRANTY OF GOODS In case of Authorised dealer participate in the bidding process SECTION – XVI CONTRACT FORM - should also be countersigned by OEM/Manufacturer

Page 24: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1

CONTRACT FORM – B CONTRACT FORM FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT

CONTRACT FORM – B CONTRACT FORM FOR ANNUAL COMPREHENSIVE MAINTENANCE CONTRACT In case of Authorised dealer participate in the bidding process SECTION – XVI CONTRACT FORM - B should also be countersigned by OEM/Manufacturer

CONTRACT FORM – B (Point No.7) The bank guarantee valid till ______________ [(fill the date) 2 months after expiry of entire CMC period] for an amount of Rs. _______________ [(fill amount) equivalent to 2.5 % of the cost of the equipment as per contract] shall be furnished in the prescribed format given in Section XV of the TE document, along with the signed copy of Annual CMC within a period of 21 (twenty one) days of issue of Annual CMC failing which the proceeds of Performance Security shall be payable to the Purchaser/Consignee.

May be deleted

CONTRACT FORM – B (Point No.8) If there is any lapse in the performance of the CMC as per contract, the proceeds Annual CMC bank guarantee for an amount of Rs. __________ (equivalent to 2.5 % of the cost of the equipment as per contract) shall be payable to the Consignee.

CONTRACT FORM – B (Point No.8) If there is any lapse in the performance of the CMC as per contract, the Performance security of the equipment shall be forfeited

Performance Security: Item Schedule wise (Fixed amount for different schedule numbers)

10% of the value of per unit L1 cost (Schedule wise) and should be submitted to purchaser within 15 days of placing of supply order to the firm.

Period of availability of e-Tender Enquiry document on ESIC website- www.esic.nic.in and ESIC e-Procurement portal- https://esictenders.eproc.in 16/07/2018 to 07/09/2018 upto 11:00 AM

16/07/2018 to 14/09/2018 upto 11:00 AM

Last date of Online Technical Bid & Manual Bid (EMD) submission 07/09/2018 upto 11:00 AM

14/09/2018 upto 11:00 AM

Opening of Online Technical Bid & Manual Bid(EMD Envelope) 07/09/2018 at 11.30 AM at Vth Floor Conference Room, ESIC Hqrs Office, Panchdeep Bhawan, C.I.G. Road, New Delhi – 110002.

14/09/2018 at 11.30 AM at Vth Floor Conference Room,

ESIC Hqrs Office, Panchdeep Bhawan, C.I.G. Road, New

Delhi – 110002.

All the equipments (Schedule No.1 to schedule No.32) should be BIS/European CE/US FDA certified

TEC can take decision regarding selection/non selection of the quoted items after verification/ evaluation and working demonstration of the quoted equipment(s).

Bank detail and account no. Branch code-9017 Syndicate Bank Account No.90172010131946 IFSC Code-SYNB0009017 MICR CODE-110025021

Item wise Qty’s and EMD amount has been revised (Please see the chart on next page)

Page 25: supply of Medical Equipment to various ESIC Institutions ......Equipment to various ESIC Institutions located pan India, Following corrigendum may please be noted Item Schedule No.1