eTENDER ENQUIRY DOCUMENT
For Purchase Of
Pulmonology Medical Equipments
EMPLOYEES’ STATE INSURANCE CORPORATION
MEDICAL COLLEGE & HOSPITAL
SANATH NAGAR,
HYDERABAD-38.
Phone no.- 040-23701096, 23814852
Tender Enquiry No: 799-U/30/Pulmonary medicine/2019-20 Date: 18/05/2020
Sub: Invitation of e-Tender for the supply of Pulmonology Medical
Equipments
e-TENDER NOTICE No.35/2019-20
e-Tenders in Double bid system are invited from manufacturers / authorized dealers /
distributors for the supply of medical Equipments for the department of Pulmonology
Medical Equipments for ESIC Medical College & Hospital, Sanathnagar, Hyderabad – 38.
Detailed information regarding the items, application / tender forms, EMD details,
specifications, terms and conditions can be downloaded from the following websites: www.esic.nic.in
The interested bidders shall submit their tender(s) through online mode at the e-procurement portal https://eprocure.gov.in/eprocure/app
All the bidders are requested to participate the tenders online through the website
https://esictenders.eproc.in/EMD should be submitted by the bidder in the form of DD and
the same should reach this office before the closing time of the tender.
No need of submitting the hard copy of the bid.
Any corrigendum to this tender will be notified through the aforesaid websites only. The
undersigned reserves the right to accept or reject any or all the bids without assigning any
reason at any stage.
Equipments List
S.No. Item Name Qty EMD
1. Polysomnography System 01 50000
2. Video Bronchoscope System 01 40000
3. Rigid Bronchoscope Set for Adult 01 48000
4. Medical Thoracoscope 10 mm 01 48000
The Schedule for different activities is as below:
S.No. Description /Name of the Dept. Schedule
I E-Tender document available at ESIC
website / e- procurement portal https://esictenders.eproc.in
18.05.2020, 04.00 PM
II Last date and time for submission of completed
Tender forms through on-line& for the receipt of EMD
08.06.2020, 02.30 PM
III Date of pre bid conference(Offline) 25.05.2020 from 2.30PM onwards
IV Date and Time for Opening of Technical Bids After 02:30 PM , on 09.06.2020,
V Estimated contract value(Rs) Rs.93,00,000/-
VI EMD 2% on estimated value
VII Performance Security 10% of contract value
VIII Validity of the bid 180 Days from the opening of the bid
For any clarifications contact through mail id : [email protected]
If the date of opening of tender happens to be a holiday, the tender will be
opened on the next working day.
For Dean
TENDER DOCUMENT
The Dean, ESIC Medical College, Hospital, Sanathnagar, Hyderabad, invites e-tenders from
eligible and qualified Bidders for the supply of Medical equipments proposed to use for ESIC
Medical College & Hospital, Sanathnagar, Hyderabad.
EMD
• Bidder has to submit the Earnest Money Deposit (EMD) by Online Payment as
mentioned below Click on onlinesbi.com →click on SB collect→select state as
Telangana → select type of corporate/institution as Hospital→select Hospital
name as ESIC Medical College Hospital→ select payment category which ever
applicable (tenders EMD-SD)and make payment accordingly
• Separate EMD and Undertaking letter has to be submitted for each quoted
item.
• It is not mandatory for the bidder to quote all the items in the tender.
• The receipt of online EMD payment should reach this office either by hand
or through register post/courier/Speed post before the closing time of the
tender
• Please mention the tender enquiry number on the envelope and
equipment name on the receipt.
• All tenders must be accompanied by EMD as 2% of quoted value. Bids
without EMD and Undertaking letter shall be rejected.
For Dean
ANNEXURE –I
COMPULSORY DOCUMENTS (OR) CHECK LIST
A. Compulsory documents for Technical Bid :
S.No. Title Yes/ No Page No.
1 Online receipt if EMD along with Undertaking letter. (Annexure-III)
2 Certificate stating the name of the equipment, make and model that you have quoted.
3
Equipment Specific manufacturer’s authorization
&Authorization of the name of the person (Firm) on
which the tender is
participated in E-Procurement portal.
4 Certificate of incorporation/Firm Registration/Valid trade license.
5 PAN Card of the Company/firm/Proprietor.
6 GST Registration certificate.
7
IT Return, Balance Sheet and Profit & Loss
Account for last three years i.e. Financial Years 2018-19, 2017-18, 2016-17.
8
Purchase Order copies in the bidder’s name for
having supplied the quoted equipment to
Government Hospitals/reputed institutions for
last three years (2018-19, 2017-18, 2016-17.)
9
Satisfactory Performance Certificate from the users for the quoted equipment for last three years (2018-19, 2017-18, 2016-17.)
10 Certificate for at least 2years warranty(Annexure-VIII)
11
Certificate for at least 5 years CMC after warranty(Annexure- IX)
12 Certificate giving the address of the authorized service centre in Hyderabad
13
Certificate that the quoted items have not been
supplied to any other organization/institution at a rate
lower than quoted here in last three months
14
Have you submitted the vigilance declaration form
(ANNEXURE VII)
B. Compulsory documents for Price Bid
1 Price for the quoting equipment
along with CMC(Annexure- X) Yes/ No Page No.
2 Price Catalogue for all
spares/consumables/reagents of the equipment (if any) for five years after warranty period(Annexure-XI)
ANNEXURE – II
Instructions for Online Bid Submission (Department User may attach this Document as an
Annexure in their Tender Document which provides complete Instructions for on line Bid
submission for Bidders)
The bidders are required to submit soft copies of their bids electronically on the CPP Portal,
using valid Digital Signature Certificates. The instructions given below are meant to assist the
bidders in registering on the CPP Portal, prepare their bids in accordance with the requirements
and submitting their bids online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://etenders.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement
Portal (URL: https://etenders.gov.in/eprocure/app) by clicking on the link “Online bidder
Enrollment” on the CPP Portal which is free of charge.
2) As part of the enrolment process, the bidders will be required to choose a unique username
and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would
be used for any communication from the CPP Portal.
4) Upon enrolment, the bidders will be required to register their valid Digital Signature
Certificate (Class III Certificates with signing key usage) issued by any Certifying Authority
recognized by CCA India (e.g. Sify / nCode / e Mudhra etc.), with their profile.
5) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user ID / password
and the password of the DSC / e-Token.
ANNEXURE – III
Undertaking
(To be submitted on Rs. 100/- non judicial stamp paper)
1. I the undersigned certify that I have gone though the Terms & conditions mentioned in
the tender document and undertake to comply with them. The rates quoted by me/us are
valid and binding on me/us for acceptance for the period of 6 months from date of
opening of tender.
2. It is certified that rate quoted by me are the lowest quoted for any institution/Hospital in
India.
3. Earnest money deposited by me / us viz Rs. in the form of
online payment to ESIC Medical College Hospital shall remain in custody of the Dean,
ESIC Medical college Hospital Sanathnagar, Hyderabad. I/We give the rights to Dean,
ESIC Medical college Hospital Sanathnagar, Hyderabad to forfeit the EMD deposited by
me/us if any delay occurs on my/agent’s part or on account of failure to supply the
equipment at the appointed place and time and of the desired specifications.
4. I/we undertake that I/we will be in position to provide CMC, Spare Parts, and
consumables for 05 years after completion of guarantee/ warranty period. I/we also
undertake to keep the equipment in running order throughout the year under warranty /
guarantee /CMC and in case of equipment going out of order; the fault will be attended
within 24 hours of lodging the complaint. The firm shall ensure the machine is set right
within 7 days of intimation otherwise the penalty clause mentioned in the terms and
condition is acceptable to us. However I /We will arrange similar equipment as a standby
at my/our own cost and risk in case of repair of the machine is going to take time beyond
one week.
5. There is no vigilance/ CBI case or criminal court case pending against our firm.
6. On Inspection if any article is found not as per supply order and specifications, it shall be
replaced by me/us in time as asked for, at my /our own expenses.
7. I/we hereby undertake to supply the items as per specifications and directions given in
supply order within the stipulated period.
8. I/we undertake to provide guarantee/warranty as mentioned in specifications from the
date of satisfactory installation and inspection. I also undertake that I will maintain the
equipment during this period and replace the defected parts free of cost, if necessary.
9. I abide by the condition that DEAN, ESIC Medical college Hospital Sanathnagar,
reserves the right to accept or reject any or all the tenders without assigning any reasons
(s) there of.
Name, Signature & Address of the Tenderer with Stamp
ANNEXURE – IV
TENDER TERMS AND CONDITIONS
Tenders will be opened in the M.S Office at ESIC Medical College & Hospital, Sanathnagar,
Hyderabad-38, on the stipulated date and time in the presence of the Bidders / representatives
who choose to be present.
1. The two parts of the bids i.e.Techno-commercial (Un price(Bid)and Price bid
prepared by the Bidder shall comprise of the following:
a. Technical Bid
i. Bidders should submit the documents as per the checklist A mentioned
in Annexure-I
b. Price Bid
i. Bidders should submit the documents as per the checklist B mentioned in
Annexure-I
2. The quoted price should be all inclusive lump sum price offered for each item
including cost of the equipment, freight, Insurance, transit insurance, packing
forwarding etc., and including charges for installation and commissioning with all men
and material required for the same and including charges for the quoted warranty
period. Rates and GST must be quoted separately.
3. The rates quoted should be FOR ESIC Medical college Hospital, Sanath Nagar ,
Hyderabad. No other charges in addition will be payable on any account over and
above the lump sum price quoted in the price bid. The rates quoted in ambiguous
terms such as "Freight on actual basis "or" Taxes as applicable extra "or "Packing
forwarding extra" will render the bid liable for rejection.
4. Only Techno–commercial bid (un-priced bid) will be opened first on the date
mentioned in the presence of bidders who chose to be present. The price bid of the
firm whose equipment is technically viable fulfilling the specifications and all other
conditions alone, will be considered for evaluation.
5. For imported goods, the price quoted shall not be higher than the lowest price
charges by the Bidder for the goods of the same nature, class or description to a
purchaser, domestic or foreign or to any organization or department of Govt. of
India.
6. If it is found at any stage that the goods as stated have been supplied at a lower
price, then that price, with due allowance for elapsed time will be applicable to the
present case and the difference in cost would be refunded by the supplier to the
purchaser, if the contract has already been concluded.
7. Tender currencies: The Bidder supplying indigenous goods shall quote only in
Indian Rupees.
8. Bid Security (EMD): Each tenderer must send the EMD as mentioned against the
equipment in the form of online payment to ESIC Medical College Hospital as
mentioned at page No.3 of the Tender document. The tenders not accompanied by
EMD are liable for rejection.. The EMD of unsuccessful Bidders shall be refunded
after the award of tender to the successful tenderer.
9. Only the manufacturers or their authorized distributor / stockist would be considered
for the tender. 10. The contract should not be sublet without the prior written permission of the Dean.
11. Either the authorized Indian agent on behalf of the principal/OEM or principal/OEM himself
can bid but both cannot bid simultaneously for the same item/product in the same tender.
12. If an agent submits bid on behalf of the principal/OEM, the same agent shall not submit a
bid on behalf of another principal/OEM in the same tender for same item/product.
13. Successful bidder shall not been titled to any rate revision of price for any reason except
that allowed by Government of India.
14. The rates quoted should be valid for one year from the date of approval of theTender and
the quantity mentioned is on the basis of present requirement which are to be supplied
within the period mentioned in the tender. During the currency of Tender,orders are to be
Executed by the successful Bidder at the tender rate as per future requirements, therefore
the quantity in the tender is indicative only and likely to increase or decrease at the time
of placing the order.
15. For the equipment where reagents, cartridge, other consumables, etc. are required the
price bid must include :A)The rate list indicating the prices of the consumables prevalent
on the date of tendering B) List should indicate the cost and life of consumables C) The
rate for reagents, consumables etc. should remain constant for five years.
16. The equipments should be Guaranteed/ Warranted (Comprehensive) for a minimum period
of two years from the date of satisfactory installation and inspection.
17. No need of submitting the quotation of AMC/CMC for the items costing below Rs
20,000/-
18. Firm should undertake to enter into Comprehensive Maintenance Contract (CMC) for
equipment (mandatory for all equipments in double bid system) for a minimum period of
five years after completion of warranty period and accordingly quote the rates of CMC
for five years. The rates for CAMC(Comprehensive)should not exceed 10% per annum
,of the unit cost of the equipment on the date of purchase. Firm should undertake to kept
the equipment in running order throughout the year and in case of equipment going out of
order during warranty CAMC the fault should be attended within 24hours and rectified
within7 days of lodging the complaint.
19. If the equipment needs calibration, the firm shall be responsible for calibration as part of
CMC.
20. Bidder should be able to demonstrate (dry Demo and wet Demo) the product quoted by
them, to the Technical evaluation Committee in Hyderabad or nearby within the due date
after the check list evaluation of the Bidder.
21. The company will get only one chance for demonstration. In case, the company fails to
arrange the demonstration; the tender shall be liable for cancellation.
22. The date for demonstration shall be fixed with mutual consent on telephone/e-mail and
the same shall be confirmed in writing or by fax. In any case, not more than two weeks
time shall be given to arrange for demonstration.
23. The successful bidder should furnish Performance Security Deposit @10% of the value
of the contract.
24. The Dean ESIC Medical College & Hospital, Sanathnagar, Hyderabad will be at liberty
to terminate the tender proceedings without assigning any reasons thereof. The bidder will
not be entitled for any compensation whatsoever in respect of such termination.
25. No articles shall be supplied to the hospital except on requisition in writing signed by
the Dean or by an officer authorized by him/her in writing to do so.
26. The successful bidder should strictly adhere to the mentioned delivery schedule.
Supply, installation and commissioning should be done within the prescribed period
on the supply order that is 45 days for Indian make items and 60 days for foreign make
items. If the successful bidder fails to execute the supply with in prescribed period.
Penalty of 0.5% of the value of the order calculated at the contacted rate per week or a
part of the week will be recovered subject to maximum of 10%. The Medical
Superintendent has right to recover the damages for breach of contract/order to forfeit
the Earnest Money.
27. Performance security: In case of Equipments the successful bidder has to deposit the 10%
of total amount of the total cost as the performance security with Medical
Superintendent in the form of Online Payment to ESIC Medical College Hospital as
mentioned at page No. 3 of Tender document, which will be released after completion
of warranty period and on receiving the satisfactory performance certificate from the
user department.
28. Penalty clause. In the event of equipment going out of order the fault shall have to be
attended within 24 hours of lodging the complaint. During the Warranty/Guarantee
period in the event of equipment remaining out of order beyond a period of 7days of
lodging the complaint a penalty to extent of 0.25% of purchase value of the equipment
shall be levied for each day of the equipment remaining nonfunctional.
29. During AMC/CMC period In case the equipment is not restored in functional order
within a week, a penalty of 0.5% of total cost of AMC/CMC of the equipment per day
for the period of equipment remaining out of order will be levied. The contract
includes
30. …………….. No’s preventive maintenance visits, “n”number of break down calls.
Breakdown calls have to be attended within 24hrs. All the repairs/calibrations have to
be taken up within the hospital as far as possible. The equipments will be allowed to be
taken out with the permission of competent authority only. 31. The quoted price of CMC should be inclusive of calibrations after warranty..
32. If the equipment needs calibration, the firm shall be responsible for calibration as a
part of CMC. All other terms and conditions will be followed as per the tender
document.
33. DEAN reserves the right to reject/accept any or all points/modifications in the terms and
conditions without assigning any reason thereof. No Correspondence will be entertained
in this regard.
34. Tender selection will be made on the basis of total cost (Technically qualified bids)
mentioned in the price bid column L of the Annexure –VIII
35. If no tender with purchase order in the name of bidder is received, then those tenders
with purchase orders in the name of manufacturer or for same product(Make &Model)
to the GOVT Hospitals/Institutions or reputed institutions will be considered in respect
of S.No.09 of the checklist. The same clause will be applicable with respect to S.No.10
of the check list.
36. Terms and Mode of Payment
Payment Terms
Payment shall be made subject to recoveries, if any, by way of liquidated damages or any
other
charges as per terms & conditions of contract in the following manner.
A) Payment for Domestic Goods Or Foreign Origin Located Within India.
Payment shall be made in Indian Rupees as specified in the contract in the
following manner:
a) On delivery:
100 % payment of the contract price shall be paid on receipt of goods in good
condition and upon the submission of the following documents:
(i) Four copies of supplier’s invoice showing contract number, goods
description, quantity, unit price and total amount;
(ii) Consignee Receipt Certificate in original issued by the authorized
representative of the consignee;
(iii) Two copies of packing list identifying contents of each package;
(iv) Inspection certificate issued by the nominated Inspection agency, if any;
(vi) Certificate of origin.
(vii) Installation certificate from the supplier duly signed by using department
HOD.
B) Payment for Imported Goods:
Payment for imported goods shall be made in the Indian currency as specified
in the contract in the following manner:
a) On delivery:
Ninety (90) % of the e goods shipped shall be paid through irrevocable, nontransferable
Letter of Credit (LC) in Indian currency opened in favour of the
supplier in a bank in his country and upon submission of documents specified
hereunder:
(i) Four copies of supplier’s invoice showing contract number, goods
description, quantity, unit price and total amount;
(ii) Original and four copies of the negotiable clean, on-board Bill of Lading/
Airway bill, marked freight pre paid and four copies of non-negotiable Bill of
Lading/Airway bill.
(iii) Four Copies of packing list identifying contents of each package;
(iv) Insurance Certificate and documents also to be submitted for payment of LC
confirming that dispatch documents has already been sent within 24 hours to all
concerned as per the contract;
(v) Manufacturer’s/Supplier’s warranty certificate;
(vi) Manufacturer’s own factory inspection report and
(vii) Certificate of origin by the chamber of commerce of the concerned country;
(viii) Inspection Certificate for the dispatched equipments issued by
recognized/ reputed agency like SGS, Lloyd or equivalent (acceptable to the
purchaser) prior to dispatch.
(ix) Consignee Receipt Certificate as per Section XVII in original issued by the
authorized representative of the consignee.
C) On Acceptance:
i)Balance payment of 10 % of net CIP price of goods would be made against
‘Final Acceptance Certificate’ Letter of Credit (LC) in Indian rupees opened
in favour of the Foreign Principal in a bank in his country, subject to
recoveries, if any.
ii) Payment of custom duty amount with Custom Duty Exemption Certificate
(CDEC), if applicable, customs clearance and handling charges, loading/
unloading, inland transportation, incidental costs till consignee site &
incidental services (including installation & commissioning, supervision,
demonstration and training) will be paid by the tenderer.
iii) Payment of Indian Agency Commission:
Indian Agency commission will be paid to the manufacturer’s agent in the local
currency for an amount in Indian rupees indicated in the relevant Price Schedule
(as per prevailing rate of exchange ruling on the date of Contract) and shall
not be subject to further escalation /exchange variation. Payment shall be made
after 100% payment to the Foreign Principal.
The payment towards the supply is subject to receipt of inspection note/performance
Certificate to the effect that the items supplied are conforming to the supply order placed
ANNEXURE – V
COMPANY PROFILE
1. Name of the firm
2. Full Address:
3. Telegraphic Address/E-mail Id:
4. Telephone No.
5. Telex/Fax No.
6. Name & address of your Bankers.
Stating the name in which the Account stands
7. (Please give Account details):
8. Any other information which you consider
necessary to furnish
DATE:
SIGNATURE:
ANNEXURE – VI
DECLARATION FORM (Terms & Conditions)
We ………..having our office at………do declare that we have carefully read all the
conditions of Tender for the supply of and abide by all the conditions set forth therein by
the Dean,
ESIC Medical College & Hospital, Sanathnagar , Hyderabad-38 .
DATE: SIGNATURE:
SEAL: NAME & ADDRESS:
ANNEXURE – VII
DECLARATION FORM (Vigilance)
We declare that no central vigilance case is pending or existing on our firm name.
DATE: SIGNATURE:
SEAL: NAME & ADDRESS:
ANNEXURE -VIII
WARRANTY CERTIFICATE FOR THE SUPPLY OF MEDICAL EQUIPMENT
I / we do hereby undertake to provide warranty for the equipment for a
period of two years from the date of satisfactory installation of the said equipment in
your Hospital premises.
Signature of Bidder with date
and seal
ANNEXURE -IX
CMC CERTIFICATE FOR THE SUPPLY OF MEDICAL
EQUIPMENT
I / we do here by undertake to provide CMC for the equipment for
a period of five years after the completion of the warranty period of the equipment.
Signature of Bidder with date and seal
ANNEXURE -X
PRICE BID SCHEDULE
S.No
Item name
Qty Unit
cost
(R
s) A
GST in %
GST
Cost(Rs
) B
Total
Cost
C=(A
+B)
CMC Cha
rges
(
Rs
)pe
r
uni
t
1st
Ye
ar
- D
CMC
Charges(
Rs)p er
unit 2nd
Year -E
CMC
Charge
s(Rs)p
er unit 3rd Year -F
CMC
Charge
s(Rs)p
er unit 4th Year -G
CMC
Charges(
Rs)p er
unit 5th Year -H
Total
CMCcharg
es per unit
for 5
years- I
(D+E+F
+G+H)
Total
Cost
inclu.C
MCfor 5
years
J=C+I
Grand
total
(Rs)
L= J x
Qty
Name
Busines
s
Address
Place:
Date:
Signature of Bidder
Seal of the Bidder
ANNEXURE –XI
PRICE LIST FOR SPARES / CONSUMABLES / REAGENTS
The following is the list of spares/ consumables / reagents and their rates
for use of the equipment
S.No Name of the
Spare/Consumable/Reagent. Unit Rate per u
ni t (in Rs.)
Tax (if Any)
Total (in Rs.)
Signature of Bidder with date and seal
*The bidder need to upload the scanned copy of above particulars at the time of
submission of tender along with the price bid proforma
Specifications
1.Polysomnography System:
Specifications for Polysomnography System
A. General Specifications:
Polysomnography system should have atleast 68 channels.
System must have continuous impedance monitored and reported for EEG, EMG and
ECG during sleep study
The system should be US FDA & CE
Should follow latest AASM guidelines 2017
B. Technical Specifications:
1.Hardware :Polysomnography system’s single head box should have at least 50 input
32 input should be EEG
Dedicated EMG channels - 1 channels
Chin EMG – 1 channel
Automatic Chin EMG referencing
EOG - 2 channels
ECG-7 channels ( 3 physical and 4 derived)
Pressure transducer-Dedicated differential w/snore
Flow (Thermal)-
Snore reading by microphone-
Body Position-1 channel
Actimeter inputs-2 channel
Effort (chest & Abdominal)-ZRIP DuraBelt Integrated RIP driver
Aux inputs/DC inputs-8
Min Sampling rate 2000Hz/s
Min storage rate: 500 Hz/s
PSG lab should have Pulse transit time-
Electrode interface –Intuitive image
Pulse oximetry should be connected to head box-
Internal memory of base station should be equal or more than 60GB
Lab must be supplied with fully synchronized Audio &video recording
Must be supplied with light source- 1 no
2. Software Specifications:
Should have a software for both automated and manual analysis and scoring of recorded
data.
Real-time access to data while the study is in progress should be possible
Should permit storage of uncompressed raw data for future review and re-analysis
Should permit writing of data on storage media such as CD/DVD/USB for review on
any computer.
On screen impedance check of values.
Adjustable gain and notch filter.
User definable montages
Automated user configurable reports.
Signal resolution/bit: should be at least 16
Should have capability to define a dynamic and time synchronized workspace
Should have capability to check inter scorer reliability
Should be upgradable to advance scoring - optional
Must have License free software and free up-gradation of software.
3 or more software CD’s to be provided
3. Specification of Titration device:
Modes: CPAP, Auto CPAP, S, Auto Bi-level, S/T, T, PC, AutoSV, AVAPS-AE.
Weight Approximately: less than 2.5 kg
Altitude compensation:
Pressure ranges
CPAP : 4 – 20 cm H2O
Auto CPAP : 4 – 20 cm H2O
S Mode
Auto Bi-level : EPAP 4 – 25 cm H2O, IPAP 4 – 25 cm H2O
S/T, T, PC :EPAP: 4 – 25 cm H2O, IPAP 4 – 25 cm H2O
AutoSV :EPAP: 4 – 30 cm H2O, Pressure Support: 0 – 26 cm H2O
AVAPS-AE : 4 – 30 cm H2O, Pressure Support 2 – 26 cm H2O
It should have integrated Humidifier
It should be USFDA approved.
4. Networking and Hardware:
Should have networked Video Camera with IR source.
Compatible with high end processing with LAN
Weight of head box/ junction box: should not be more than 550 gm.
Computer: System should include 1 latest Pentium processor-based computer 8 GB
RAM, 1024 GB hard disk memory with a 17 inch flat screen monitor and a laser printer.
Should also include pre-loaded genuine Microsoft Windows XP software with UPS with
mouse. Should have Screen resolution from 800 × 600 to 1200× 1600.
Oximeter probe- Should be supplied – QTY 1
Sensor ZRIP belt kit - Should be supplied – QTY 1
Thermistor airflow sensor- Should be supplied – QTY 1
Link Module- Should be supplied – QTY 1
Titration device Should be supplied – QTY 1
Mask should be supplied – Nasal, Oro nasal, Full face, nasal pillow each 1 of Small ,
Medium & large
C. Terms and Conditions:
2 years warranty after installation.
2.Video Bronchoscope System:
The system consists of:
1. Video bronchoscopes- Adult, Thin Adult & Pediatric
2. 300W Xenon light source & Video Processor
3. Full HD Medical Grade Monitor
4. Image Capturing Software
5. Bronchoscopy Trolley
6. Desktop Computer/ Laptop
7. Laser jet Printer
8. Voltage stabilizer
Specifications for Video Bronchoscope -Pediatric
• It should have Field of view- 120°
• It should have Rigid distal width (mm)-3.8 to 4.2 or less
• It should have Insertion tube width(mm)-3.7 to 4.1or less
• It should have minimum instrument channel width(mm)-1.2 to 2.0
• It should have Depth of field (mm) -3 – 50 or more
• It should have Working length(mm)-600
• It should have Total length(mm)-860 to 900
• It should have 210degree upward deflection.
• It should have 130degree downward deflection.
• It should have Minimum Visible distance 3mm from Distal end
• It should be USFDA or e-CE approved.
• It should give high resolution images and videos.
• It should be compatible with high-frequency wave.
• It should be compatible with YAG laser and Semi conductor laser.
Endoscopic FULL HIGH DEFINITION Camera System
S. No Specification
1 Three Chip High definition Camera System
The system should be truly Digital HDTV endoscopic video camera. The
system should have the maximum Resolution of 1920 X 1080 pixels,
progressive scan and the consistent use of 16: 9 formats for Input & Output
to guarantee genuine HDTV.
• The system should have facility of Optical & Digital Zoom lens to
enhance the quality of Image size & cross specialty usage of the camera
system, regardless of the telescope used.
• USB Port for Capturing FULL HD Videos and HD Stills inbuilt in the
system. Incase not inbuilt then the HD recorder of the same manufacturer
must be quoted.
• System should have facility of controlling additional equipments like
light source/ insufflators and recording device from the camera head.
• System should have facility to offer various visualization modes for
surgery and diagnosis by shifting the color spectrum like BLUE &
GREEN light for recognition of the finest tissue Structures and their
differentiation.
• Parallel live display of visualization modes besides white light mode
(picture-in-picture).
• Modular design: Digital FULL HD camera module should be compatible
for use with video flexible GI endoscopes.
Technical Specifications:
Image sensor: 3X1/3’’ CCD-Chip.
Pixels 1920 x 1080
Lens: Integrated Zoom Lens f = 15-31 mm
(2x optical zoom)
Certified to : IEC 601-1, 601-2-18, CSA 22.2 No.
601, UL 2601
and CE according to MDD, protection class1/CF
Camera, light source and monitor should be from same manufacturer and
equipment should be FDA and CE approved
2 LED High Definition Medical Grade Monitor
The monitor should have:
HDTV display in original 16: 9 HDTV format.
1080 p/ 50 & 1080 p/60 displays possible.
LED crystal display.
Max. Resolution of 1920X1080.
Screen diagonal – 26”.
Desk top with pedestal.
Should have the facility of PIP mode.
Specifications
HD TFT Flat Screen Monitor with stand size 26",
Aspect Ratio 16:9 HD format
Brightness : 500 cd/m2
Maximum viewing angle : 178° vertical
Contrast ratio: 1400 : 1
Reaction Time – 8ms
Rated power : 115 watts
Power Supply 100-240 VAC
Screen Dimensions : 643 x 396 x 87mm
3 Light Source with Fiber optic cable
Lamp type: - LED 175 Watt.
Color Temperatures 6000K.
Light Outlets – 1.
Light Intensity Adjustment: - Continuously adjustable either manually or
automatically by cameras
Video output signal.
Should be supplied with Diameter 4.8mm, Length 300cm fibre optic light
cable.
Certified To :- IEC 601-1 & UL 544 CE According to MDD , protection
class 1/CF.
The set should be supplied with local Trolley.
Bronchoscopy /thoracoscopy trolly:
1. It should consist of 4 Trays with appropriate size to accommodate all the equipment
2. It should be made of Surgical Grade Stainless steel
3. It should have suitable ISI grade Electrical Sockets
4. It should be provided with four cluster weeks and provision to lock
Desktop computer/ Laptop, Printer & UPS
The system should be supplied with Desktop computer/ Laptop with I7 processor, 8 GB RAM,
500 GB Hard disk, 18.5inch Monitor, DVD Port, USB Ports with licensed M.S Office 2016 &
Licensed Antivirus Soft Ware. The computer or Laptop should be of a good & reputed Brand
and not the assembled one.
Printer: Laser Jet Printer of Good make with 2 bundles of Photo Paper (A4 size or Equivalent).
Stabilizer: The system should e supplied with appropriate capacity of Voltage Stabilizer for the
whole system.
3 Rigid Bronchoscope Set for Adult
Description Qty.
Straight ForwardTelescope 0°,
diameter 5.5 mm, length 50 cm, autoclavable.
ONE
Fiber optic light transmissionincorporated,
Bronchoscope Tube Universal, without
distal fiber optic ligth carrier, for use with
proximally insertable prismatic light deflector
and plugs length 43 cm, size 8.5
ONE
Bronchoscope Tube Universal, without distal
fiber optic light carrier, for use with proximally
insertable prismatic light deflector
and plugs length 43 cm, size 7.5
ONE
Bronchoscope Tube Universal, without
distal fiber light carrier, for use with proximally
insertable prismatic light deflector
and plugs length 43 cm, size 6.5
ONE
Prismatic Light Deflector with connection for
fiber optic light cable.
ONE
Glass Window Plug ONE
Rubber Telescope Guide ONE
Adaptor with sliding glass
window plug, sealing cap, notched lens and
keyhole opening, movable, for use with
Full Lumen Tracheoscopes and Bronchoscopes
ONE
Injection Cannula for possitive pressure
assisted ventilation system, O.D. 3.5 mm for
use with bronchoscopes and tracheoscopes
ONE
with LUER-lock fermale fitting
Tube Guide, for Bronchoscope ONE
Adaptor from bronchoscope to any type of
pediatric respiration equipment.
ONE
Plug for Ventilation Attachment of
Bronchoscopes
ONE
Bronchoscopic Forceps, circular cup, biopsy,
malleable, double action jaws, diameter:
2.5 mm, working length 50 cm
ONE
Bronchoscopic Forceps, universal biopsy and
grasping, double action jaws, diameter:
2.5 mm, working length 50 cm
ONE
Bronchoscopic and Esophagoscopic Forceps,
universal biopsy and grasping, double action jaws,
diameter: 2.0 mm, working length 35 cm
ONE
Bronchoscopic and Esophagoscopic Forceps,
alligator, grasping, double action jaws,
diameter 2.0 mm, working length 35 cm
ONE
Bronchoscopic Forceps, alligator, grasping,
double action jaws, diameter: 2.0 mm,
working length 45 cm
ONE
Bronchoscopic Forceps, universal,
biopsy and grasping, double action jaws,
ONE
diameter: 2.0 mm, working length 45 cm
Rigid Suction Tube, working length 35 cm ONE
Suction Tube for Bronchoscopy,
O.D. 2,5 mm working length 50 cm
ONE
Endoscopic FULL HIGH DEFINITION Camera System
S. No Specification
1 Three Chip High definition Camera System
The system should be truly Digital HDTV endoscopic video camera. The
system should have the maximum Resolution of 1920 X 1080 pixels,
progressive scan and the consistent use of 16: 9 formats for Input & Output
to guarantee genuine HDTV.
• The system should have facility of Optical & Digital Zoom lens to
enhance the quality of Image size & cross specialty usage of the camera
system, regardless of the telescope used.
• USB Port for Capturing FULL HD Videos and HD Stills inbuilt in the
system. Incase not inbuilt then the HD recorder of the same manufacturer
must be quoted.
• System should have facility of controlling additional equipments like
light source/ insufflators and recording device from the camera head.
• System should have facility to offer various visualization modes for
surgery and diagnosis by shifting the color spectrum like BLUE &
GREEN light for recognition of the finest tissue Structures and their
differentiation.
• Parallel live display of visualization modes besides white light mode
(picture-in-picture).
• Modular design: Digital FULL HD camera module should be compatible
for use with video flexible GI endoscopes.
Technical Specifications:
Image sensor: 3X1/3’’ CCD-Chip.
Pixels 1920 x 1080
Lens: Integrated Zoom Lens f = 15-31 mm
(2x optical zoom)
Certified to : IEC 601-1, 601-2-18, CSA 22.2 No.
601, UL 2601
and CE according to MDD, protection class1/CF
Camera, light source and monitor should be from same manufacturer and
equipment should be FDA and CE approved
2 LED High Definition Medical Grade Monitor
The monitor should have:
HDTV display in original 16: 9 HDTV format.
1080 p/ 50 & 1080 p/60 displays possible.
LED crystal display.
Max. Resolution of 1920X1080.
Screen diagonal – 26”.
Desk top with pedestal.
Should have the facility of PIP mode.
Specifications
HD TFT Flat Screen Monitor with stand size 26",
Aspect Ratio 16:9 HD format
Brightness : 500 cd/m2
Maximum viewing angle : 178° vertical
Contrast ratio: 1400 : 1
Reaction Time – 8ms
Rated power : 115 watts
Power Supply 100-240 VAC
Screen Dimensions : 643 x 396 x 87mm
3 Light Source with Fiber optic cable
Lamp type: - LED 175 Watt.
Color Temperatures 6000K.
Light Outlets – 1.
Light Intensity Adjustment: - Continuously adjustable either manually or
automatically by cameras
Video output signal.
Should be supplied with Diameter 4.8mm, Length 300cm fibre optic light
cable.
Certified To :- IEC 601-1 & UL 544 CE According to MDD , protection
class 1/CF.
The set should be supplied with local Trolley.
Bronchoscopy /thoracoscopy trolly:
1.It should consist of 4 Trays with appropriate size to accommodate all the equipment
2.It should be made of Surgical Grade Stainless steel
3.It should have suitable ISI grade Electrical Sockets
4.It should be provided with four cluster weeks and provision to lock
Desktop computer/ Laptop, Printer & UPS
The system should be supplied with Desktop computer/ Laptop with I7 processor, 8 GB RAM,
500 GB Hard disk, 18.5inch Monitor, DVD Port, USB Ports with licensed M.S Office 2016 &
Licensed Antivirus Soft Ware. The computer or Laptop should be of a good & reputed Brand
and not the assembled one.
Printer: Laser Jet Printer of Good make with 2 bundles of Photo Paper (A4 size or Equivalent).
Stabilizer: The system should e supplied with appropriate capacity of Voltage Stabilizer for the
whole system.
4. Medical Thoracoscope 10 mm
1. Straight Forward Telescope 0°, with angled eyepiece, diameter 10 mm, length 27 cm,
autoclavable with 6 mm working channel - 1
2. Trocar, with blunt tip, with insufflation stopcock, size 11 mm, working length 6.5 c -1
3. Dissecting and Biopsy Forceps, rotating, dismantling, insulated, with connector pin for
unipolar coagulation - 1
4. Handle with Trumpet Valve, for suction or irrigation, autoclavable, for use with 5 mm
coagulation suction tubes, 3 and 5 mm suction and irrigation tubes - 1
5. Powder Blower, rubber insufflation bulb, straight sheath, size 5 mm, length 42 cm – 1
6. Unipolar High Frequency Cord, with 4 mm plug, length 300 cm - 1
7. Coagulation and Dissecting Electrode, with suction channel, size 5 mm, length 43 cm – 1
Endoscopic FULL HIGH DEFINITION Camera System
S. No Specification
1 Three Chip High definition Camera System
The system should be truly Digital HDTV endoscopic video camera. The
system should have the maximum Resolution of 1920 X 1080 pixels,
progressive scan and the consistent use of 16: 9 formats for Input & Output
to guarantee genuine HDTV.
• The system should have facility of Optical & Digital Zoom lens to
enhance the quality of Image size & cross specialty usage of the camera
system, regardless of the telescope used.
• USB Port for Capturing FULL HD Videos and HD Stills inbuilt in the
system. Incase not inbuilt then the HD recorder of the same manufacturer
must be quoted.
• System should have facility of controlling additional equipments like
light source/ insufflators and recording device from the camera head.
• System should have facility to offer various visualization modes for
surgery and diagnosis by shifting the color spectrum like BLUE &
GREEN light for recognition of the finest tissue Structures and their
differentiation.
• Parallel live display of visualization modes besides white light mode
(picture-in-picture).
• Modular design: Digital FULL HD camera module should be compatible
for use with video flexible GI endoscopes.
Technical Specifications:
Image sensor: 3X1/3’’ CCD-Chip.
Pixels 1920 x 1080
Lens: Integrated Zoom Lens f = 15-31 mm
(2x optical zoom)
Certified to : IEC 601-1, 601-2-18, CSA 22.2 No.
601, UL 2601
and CE according to MDD, protection class1/CF
Camera, light source and monitor should be from same manufacturer and
equipment should be FDA and CE approved
2 LED High Definition Medical Grade Monitor
The monitor should have:
HDTV display in original 16: 9 HDTV format.
1080 p/ 50 & 1080 p/60 displays possible.
LED crystal display.
Max. Resolution of 1920X1080.
Screen diagonal – 26”.
Desk top with pedestal.
Should have the facility of PIP mode.
Specifications
HD TFT Flat Screen Monitor with stand size 26",
Aspect Ratio 16:9 HD format
Brightness : 500 cd/m2
Maximum viewing angle : 178° vertical
Contrast ratio: 1400 : 1
Reaction Time – 8ms
Rated power : 115 watts
Power Supply 100-240 VAC
Screen Dimensions : 643 x 396 x 87mm
3 Light Source with Fiber optic cable
Lamp type: - LED 175 Watt.
Color Temperatures 6000K.
Light Outlets – 1.
Light Intensity Adjustment: - Continuously adjustable either manually or
automatically by cameras
Video output signal.
Should be supplied with Diameter 4.8mm, Length 300cm fibre optic light
cable.
Certified To :- IEC 601-1 & UL 544 CE According to MDD , protection
class 1/CF.
The set should be supplied with local Trolley.
Bronchoscopy /thoracoscopy trolly:
1.It should consist of 4 Trays with appropriate size to accommodate all the equipment
2.It should be made of Surgical Grade Stainless steel
3.It should have suitable ISI grade Electrical Sockets
4.It should be provided with four cluster weeks and provision to lock
Desktop computer/ Laptop, Printer & UPS
The system should be supplied with Desktop computer/ Laptop with I7 processor, 8 GB RAM,
500 GB Hard disk, 18.5inch Monitor, DVD Port, USB Ports with licensed M.S Office 2016 &
Licensed Antivirus Soft Ware. The computer or Laptop should be of a good & reputed Brand
and not the assembled one.
Printer: Laser Jet Printer of Good make with 2 bundles of Photo Paper (A4 size or Equivalent).
Stabilizer: The system should e supplied with appropriate capacity of Voltage Stabilizer for the
whole system.