Welcome to Dr. Ram Manohar Lohia Institute of Medical Sciences

Transcription

Welcome to Dr. Ram Manohar Lohia Institute of Medical Sciences
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHOOTI KHAND , GOMTI NAGAR, LUCKNOW- 226 010
Phones: 0522-4918502, 4918505,Fax 0522-4918506 Website : www.rmlims.in
TENDER DOCUMENT
Ref. No. RMLIMS/MM(eq)/14-15/3745
Date:-
26.12.2014
Tender Notice
Sealed fresh tenders are invited from manufacturers/Direct importers/authorized
distributors and Agents for the supply of equipment for various departments viz,
Emergency Medicine (Portable USG, Incubator, Transport Monitor, Arthroscopy Set
General Instruments, X-Ray Machine etc.), Nuclear Medicine (128 Slice PET CT ) and
Pathology (Micro Tissue Array) etc. for superspecialities.
Details information like list of items, & their specification, earnest money deposit
etc. can be downloaded from our website www.rmlims.in/www.drrmlims.ac.in and
submitted with a demand draft of [Rs. 1000.00 + VAT @ 5% =1,050.00](NonRefundable).
Quantity may increase or decrease in future. Start date of download of tender
documents is 29.12.2014 and Last date of download of tender documents is 16.01.2015
Director
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Letter No. RMLIMS/MM(eq)/14-15/
Date:
12.2014
ACKNOWLEDGEMENT
M/s...................................................
........................................................
.........................................................
Subject :- Tender Documents.
Dear Sir,
In reference to Tender No. RMLIMS/MM(eq)/14-15/3745 dated 26.12.2014. We acknowledge the receipt of
Rs. 1,050.00 (inclusive VAT) vide D.D. No. ................................
Dated.......................Bank
................................Branch .............................. towards cost of tender documents. We are pleased to forward
you a set of tender documents consisting of the following:-
Please acknowledge the receipt.
Thanking You,
For Director
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Notice against Tender-Adv. No. RMLIMS/MM(eq)/14-15/3745 Date:-26.12.2014
Sealed fresh offers are invited from reputed manufacturer/Direct Importers/Authorized Distributors/ Authorized Agents for the supply of
following equipments as per conditions stipulated in the tender documents:
Sr. No.
1
2
3
4
5
6
7
8
9
10
11
12
13
Name of Department
Deptt. of Emergency
Deptt. of Pathology
Deptt. of Nuclear Medicine
Name of Equipment
Portable USG (Fast Screening)
MRI Compatible Infusion Pumps
Incubator
Transport Monitor
Anesthesia Work Stations
Cautery Machine
General Instrument Set
Trauma Set
Micro Trauma Set
Arthroscopy Set
X-Ray Machine
Tissue Micro Array
128 Slice PET-CT
Qty.
01
02
04
04
01
02
04 set
04 set
04 set
02 set
01
01
01
Earnest money
18,000.00
12,000.00
20,000.00
24,000.00
30,000.00
10,000.00
20,000.00
80,000.00
80,000.00
80,000.00
15,000.00
40,000.00
15,00,000.00
The tender document may download from the institute's website & submitted with a Demand Draft of [Rs. 1,050 (Rs. One Thousand fifty
only) {inclusive VAT} (Non-Refundable)]. Last date of download of tender document from website is 16.01.2015. The downloaded
tender forms must accompany Demand Draft issued to prior or till 16.01.2015. The duly filled tender documents will be received till 5:00
P.M on 16.01.2015 in the JDMM camp, Ground floor of the Institute in two bid system i.e. technical bid & price bid, in the hard copy
and soft copy in MS Excel Sheet, be kept separately. Quantity may increase or decrease in future. Sealed Tenders should be
submitted in a two-bid system i.e. technical offer & price bid (two identical copies of each). One copy of Technical Bid shall be sealed
in one envelop and another copy of Technical Bid shall be sealed in another envelop and both the copies shall be sealed i n a big
envelop and in the same manner one copy of Price bid shall be sealed in one envelop and another copy of Price bid shall be sealed in
another envelop and both the copies shall be sealed in a big envelop. In the fifth envelop Earnest Money draft and cost of Tender
Document is to be kept. All the Five envelops shall be kept in a larger envelop which is to be then sealed & posted or got received in the
Institute. Tender Form has to be purchased for each item. The tender document along with Earnest Money Deposit (Refundable) for
respective tenders as indicated against each item may be enclosed separately with tender documents. The Demand Draft from a
Nationalized Bank towards Earnest Money should be in favor of the "Finance Controller, RMLIMS, Lucknow" payable at Lucknow.
Bids will be opened in the presence of authorized representative of the bidders on scheduled date & time. The Technical bid will be
opened at 12:00 P.M on 19.01.2015. Date for opening of financial bid for all rest items will be decided after opening of technical bid. If
last date of the tender submission is observed as holiday, the next working day will be treated as last date. Any legal dispute for whatever
reason shall be subject to the legal jurisdiction of a court of law of Lucknow (U.P) India. The Director reserves the right to accept or
reject any or all tender in part or full without assigning any reason thereof. The Institute will not be responsible for any postal delay.
Detailed information & specifications may be downloaded from website of the institution www.rmlims.in/www.rmlims.ac.in
DIRECTOR
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Tender Form No. RMLIMS/MM(eq)/14-15/
Dated:
/
/2014
Cost of Tender: Rs. 1,050.00 (inclusive VAT@5%)
Notice Tender-Adv. No. RMLIMS/MM(eq)/14-15/3745 Date:-26.12.2014
NAME OF EQUIPMENT __________________________________________________________
EARNEST MONEY Rs.___________________________________________________________
START DATE FOR DOWNLOAD OF TENDER DOCUMENT:
29.12.2014
LAST DATE FOR DOWNLOAD OF TENDER DOCUMENT:
16.01.2015
LAST DATE FOR SUBMISSION OF TENDER DOCUMENT 16.01.2015 TILL 5:00 P.M.
DATE FOR OPENING OF TECHNICAL BID (FOR PMR):
19.01.2015 at 12:00 PM.
ONLY TECHNICALLY QUALIFIED TENDERER'S FINANCIAL BID WILL BE OPENED ON THE DATE
FIXED BY THE DIRECTOR, RMLIMS, GOMTI NAGAR, LUCKNOW.
The tender no. and the name of the item must be superscribed on the top of the larger envelop. The
tender document along with Earnest Money Deposit (Refundable) for respective tenders as indicated
against each item may be enclosed separately with tender documents. Quantity may increase or
decrease in future. Sealed Tenders should be submitted in a two-bid system i.e. technical offer &
price bid (two identical copies of each). One copy of Technical Bid shall be sealed in one envelop
and another copy of Technical Bid shall be sealed in another envelop and both the copies shall be
sealed in a big envelop and in the same manner one copy of Price bid shall be sealed in one envelop
and another copy of Price bid shall be sealed in another envelop and both the copies shall be sealed
in a big envelop. In the fifth envelop Earnest Money draft and cost of Tender Document is to be kept.
All the Five envelops shall be kept in a larger envelop which is to be then sealed & posted or got
received in the Institute. The Demand Draft from a Nationalized Bank towards Earnest Money should
be in favour of the "Finance Controller, RMLIMS, Lucknow" payable at Lucknow. Bids will be
opened in the presence of authorized representative of the bidders on scheduled date & time. Date for
opening of financial bid will be decided after opening of technical bid. If last date of the tender
submission is observed as holiday, the next working day will be treated as last date. Any legal dispute
for whatever reason shall be subject to the legal jurisdiction of a court of law of Lucknow (U.P) India.
The Director reserves the right to accept or reject any or all tender in part or full without assigning any
reason thereof. The Institute will not be responsible for any postal delay.
Director
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TENDER DOCUMENT
GENERAL TERMS & CONDITIONS FOR NOTICE INVITING TENDER NO RMLIMS/PURCHASEMM(eq)/ 14-15/3745
The following terms & conditions should be complied with while submitting the tender:1.
Tender should be submitted to the JD (MM) office or Director Camp located at Ground Floor of
the Administrative Building, Ram Manohar Lohia Institute of Medical Sciences, Vibhuti Khand
Gomti Nagar, Lucknow 226010, UP, INDIA under the sealed cover failing which the tender
shall be disqualified.
2.
The tender terms and conditions be clearly typed or legibly written giving the full name and
address of the tenderers. The tenderers should quote in figures as well as in words the rates and
amount tendered by him/them. Alteration, if any, unless legible and attested by the tenderers,
with their full signature, shall invalidate the tender. The tender should be signed by the tenderers
himself/themselves or him/their authorized agent on his/their behalf. In case the tender is signed
by the agent the authority letter in his favour shall be enclosed with tender documents.
3.
VAT Registration certificate duly attested copy by a Gazzetted Officer should also be
enclosed. VAT, Income Tax clearance certificate along with the affidavit from a notary that
the firm has never been black listed must be attached along with the tender failing which
the tender will be rejected and no correspondence will be entertained in this regard.
Tenderers hereby agree to all terms and conditions stipulated in N.I.T. and undertake to
sign the rate Contract or Supply order within the given days from the date of order failing
which Security shall be liable to be forfeited.
The manufacturer or their Indian representative will ensure proper after sales service as
per our requirements from time to time, against the guarantee/warranty clause as per the
terms and conditions agreed under negotiations would be provided at our Institute without
fail. Any negligence on this account shall be the sole responsibility of foreign vendor as well
as Indian Agent and the liability for compensation will be fixed up by Director,Dr Ram
Manohar Lohia Institute of Medical Sciences, Lucknow.
4.
Sealed Tenders should be submitted in a two-bid system i.e. technical offer & price bid (two
identical copies of each). One copy of Technical Bid shall be sealed in one envelop and
another copy of Technical Bid shall be sealed in another envelop and both the copies shall be
sealed in a big envelop and in the same manner one copy of Price bid shall be sealed in one
envelop and another copy of Price bid shall be sealed in another envelop and both the copies
shall be sealed in a big envelop. In the fifth envelop Earnest Money draft and cost of Tender
Document is to be kept. All the Five envelops shall be kept in a larger envelop which is to be
then sealed & posted or got received in the Institute. Separate Tender Form has to be purchased
for each Item.
5.
The tenderers should take care that the rates and amounts are written in such a way that
interpolation is not possible. No blank space should be left, which would otherwise make the
tender liable for rejection.
6.
All Quotes shall be FOR DRRMLIMS. Delivery schedule with definite date of delivery at
destination (taking into cognizance of transit facilities) must be indicated. This contractual
delivery date/period should be inclusive of all the lead-time.
Page 1 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
7.
The tenderers should clearly state whether he/they are manufacturer, accredited agents, or sole
representative (indicating the name of Principal) on the top of the Bid and the authority letter must be
attached with technical bid, but authorization as Agent/Distributor/Representative for this tender
only will not be accepted.”
8.
The tenderers submitting his/her tender would be deemed to have considered and accepted all the terms
and conditions. No Enquiries, verbal or written, shall be entertained in respect of acceptance or rejection
of the tender.
9.
The offer shall be unconditional. Any conditional price bid will not be entertained and the tender
will be treated as cancelled.
10.
The quantity shown in the Schedule may be increased or decreased to any extent depending upon the
actual requirement.
11.
The tenderer shall specify regarding after sales services within the Guarantee/Warranty period.
12.
(a) The tenderer shall also confirm the Installation, Commissioning, Demonstration and Training to
the concerned persons of this Institute.
12.
(b)
The Institute reserves the right to reject or accept the tender after reviewing the previous
experience to the services given by the vendor in the equipment already supplied by him.
13.
The tenderer shall submit the pre-requisite information like Civil works/Electrical details etc. within 2
weeks from the date of receipt of order or establishment of letter of credit as the case may be, if not asked
for in the tender itself.
14.
The Institute reserves the right to cancel/reject in full or any part of the tender which generally do not
fulfill the conditions stipulated in the tender without assigning any reason.
15.
The Tenderer shall quote for the latest model of their machine available within required technical
specification.
16.
Any action on the part of the tenderer to influence anybody of the Institute will make his/their tender
liable to rejection.
17.
The tenderers shall submit the offer in original copy of the tender documents duly signed on each page.
Item-wise rates may be indicated on letter head of the firm (If any taxes are require, please write clearly
percentage) .
18.
In the case of placement of Purchase Order, the vendor (the tenderers whose tender is accepted) shall
have to confirm the purchase order within 7 days from the date of the dispatch of purchase order
otherwise it will be deemed that offer is acceptable to the firm. Notwithstanding any other provision, the
terms & conditions and any other items given in the Purchase order will be treated as binding with
“Errors & omission excepted” basis. However, if the supplier notices any discrepancy in the order, he/
they must bring the same to the notice of the Institute and seek clarifications. Supplier will have to bear
the responsibility for failure to take this action.
19.
The Institute may, in writing, make any revision or change in the purchase order including additions or
subtractions from the quantities originally ordered in the specifications or drawings. If any such
revisions/changes affect the price or delivery, the same shall be subject to the adjustment of
price/delivery, where required on a reasonable basis by mutual agreement in writing which should be
communicated.
Page 2 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
20.
PBG:- The tenderer shall also furnish performance bank guarantee of @15% of the order value before
Taxes or (FOB) value at the time of shipment or supply of goods and this will be released after the
successful completion of warranty period ( The Period of PBG will start from Date of Installation of the
Machine to the Date of end of Warranty Period ).
21. The Institute reserves the right to cancel the purchase order or any part thereof and shall be
entitled to revise the contract wholly or in part by a written notice to the vendor, if;The Vendor fails to comply with the terms of the purchase order including specifications and
other technical requirement.
a.
b.
c.
The vendor becomes bankrupt or goes into liquidation
The vendor fails to deliver the goods in time and or does not replace the rejected goods
promptly.
A receiver is appointed for any of the property owned by the vendor.
22.
Upon receipt of the said cancellation notice, the vendor shall discontinue all works of the purchase order
and matters connected with it.
23.
Earnest Money be paid in shape of DD, TDR, FDR, drawn in favour of the "Finance Controller, Dr Ram
Manohar Lohia Institute of Medical Sciences, Lucknow", payable at Lucknow, U.P. India as mentioned
in the tender notification.
24.
Unless otherwise specified in the order, the order price shall remain firm and will not be subject to
escalation of any description during the pendency of the order, notwithstanding the change in the cost of
materials, labour and/or variations in taxes, duties and other levies on raw materials and components may
take place while the order is under execution even if the execution of the order is delayed beyond the
completion date specified in the order for any reason whatsoever.
25.
The price should be on F.O.R. RMLIMS basis inclusive of all levies and duties wherever applicable
which should be indicated clearly. The rates of VAT should be clearly indicated wherever chargeable.
The RMLIMS is not eligible to issue „C‟ or „D‟ Form, of U.P. commercial tax department however the
concessional rate of Central Sales Tax admissible to Research Institutions on purchase of Scientific
Instruments/Equipments etc. from certain States like Maharashtra, Delhi, West Bengal etc. is applicable
to this Institute.(Please quote price in Format enclosed as annexure-C)
26.
Prices will be quoted on F.O.B. as well as estimated CIP New Delhi basis for imported goods, Indian
Agency commission/rebate payable to Indian Agent, if any, shall be shown separately and that will be
payable in equivalent rupee directly to Indian Agent .The Indian Agency commission will be calculated
on the exchange rate prevailing on the last date of submission of Tender. The Tenderer must quote the
taxes levied, if any, on the Indian Agency commission. The supplier shall be responsible to get the goods
air –freighted/sea freighted & air insured/marine insured up to the Institute. (Please quote price in
Format enclosed as annexure-D)
27.
Declare separately the FOB and CIP prices.
28.
The offer of the tenders shall remain valid for a period of at least 180 days from the date of opening of the
tender.
29.
All goods or materials shall be supplied by the tenderers whose tender is accepted, strictly in accordance
with the specifications, drawings, data sheets, other attachments and conditions stated. Any alterations of
those conditions shall not be made without the consent of the Institute in writing which must be obtained
before any work against the order is commenced. All material furnished by the seller pursuant to this
order (irrespective of whether engineering, design data or other information has been furnished, reviewed
Page 3 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
or approved by the Institute) will be guaranteed to the best quality of their respective kind (unless
otherwise specifically authorized in writing by the Institute) and shall be free from faulty design ( to the
extent such design is not furnished to the Institute) workmanship and materials, and to be of sufficient
size and capacity and of proper materials so as to fulfill in all respects with all operating conditions, if
any, specified in this order.
30. The Equipment supplied shall carry a warranty of 60 months from the date of satisfactory
Installation and commissioning of the equipment. If any trouble or defect originating with the
design, materials, workmanship or operating characteristics of any materials arise at any time
from the date of Installation, the same shall as promptly as possible make such alteration, repairs
and replacement as soon as notified thereof, the seller shall at his own expenses and as promptly
as may be necessary to permit the materials function in accordance with the specification and to
fulfill the foregoing guarantee/warranty.
31. The Institute may at its option, remove such defective materials at the seller‟s expense in which
event the seller shall, without any cost of the RMLIMS and as promptly as possible, furnish and
install proper materials, repaired or replaced materials shall be similarly guaranteed for a period
of not less than 30(thirty) months from the date of shipment.
32.
In the event that the materials supplied do not meet the specifications and are not in accordance with the
drawings, data sheets or the terms of this order, rectification is required at site, the RMLIMS shall notify
to the seller giving full details of differences. The seller shall attend the site, within seven days of receipt
of such notice, meet the representative of the RMLIMS and action required to correct the deficiency.
33. If the seller fails to attend the fault within the prescribed time the Dr. RMLIMS, Lucknow shall
immediately get the same rectified on costs of the seller/supplier.
34. Payment Terms :

In case of Indian goods, 100% payments may be released within 30 days from the date of
satisfactory installation.
In case of imported goods/equipment, the payment schedule will be as follows.
A75% against shipment
B-
25% against satisfactory installation
35. The mode of payment will be through irrevocable letter of credit. However, Indian Agency
Commission or Technical Services charges would be paid in Indian rupee after satisfactory
receipt & installation of goods at site. Indian Agency Commission will be declared in the
price/bid. If Indian agency commission is not mentioned in the price bid no claim for it shall
be admissible after ward.
36. Delivery Time as mentioned in Purchase order shall be the essence of the order and no variation
shall be permitted except with prior authorization in writing from the Purchaser.
37. In the event of delay in making delivery on the part of the vendor, it will be at purchaser‟s
discretion to receive delivery with a reduction in price of the article/or equipment.
38. Force majeure shall mean and be limited to the following:
Any war/hostilities
Page 4 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
1 Any riot or civil Communication
Any earthquake, flood, tempest, lightning or other natural disaster
Any strike, or lock-out (only those exceeding ten continuous day in duration) or other
conditions affecting the performance of the seller‟s obligations.
The seller shall advise the RMLIMS by registered letter duly certified by Local Chamber of
Commerce of Statuary authorities the beginning and end of the above causes of delay within
7(seven) days of occurrence and cessation of such Force Majeure conditions, in the event of
delay lasting over one month, if arising our causes of Force Majeure, the RMLIMS reserves the
right to cancel the order and the provisions governing termination state under articles shall apply.
For delays arising out of Force Majeure, the seller shall not claim extension in completion date
for a period exceeding the period of delay attributable to the causes of Force Majeure and neither the
RMLIMS nor the seller shall be liable to pay extra costs provided it is Mutually established that Force
Majeure conditions did actually exist.
The seller shall categorically specify the extent of Force Majeure conditions prevalent in his works (such
as power restriction etc.) at the time of submitting the bid and whether the same have taken into
consideration or not in the quotations.
In the event of delay in delivery and/or unsatisfactory manufacturing progress and supply, the RMLIMS
has the right to cancel the purchase order as whole or in part without liability of cancellation charges.
In the event of rejection of non-conforming goods the vendor shall be allowed, without any
extension of delivery time to correct the non-conformities, should however the vendor fail to do
so within stipulated time, the RMLIMS may cancel the order.
39. No payment shall be made for rejected material nor would the tenderer be entitled to claim for
such items.
40. Rejected items would be removed by the tenderer from the site within two weeks of the date of
rejection at their own cost. In case they are not removed they will be auctioned at the risk and
responsibilities of the suppliers without any further notice.
41.
Penalty Clause :(A) In the case of not honoring the supply order, Ram Manohar Lohia Institute of Medical Sciences,
will forfeit his EMD.
(B) In the case of non-supply of stores within stipulated period, in case of indigenous goods it will be
at the discretion of the Ram Manohar Lohia Institute of Medical Sciences to accept delivery with late
delivery clause @ 1% per week maximum to the extent of 10% of the ordered value for delayed
supply,after 10 weeks the purchase order will be cancelled ( The delivery period will be calculated from
the date of dispatch of purchase order to the date of receipt of material in the Institute ) . In the case of
imported goods, the late delivery clause will be imposed @ 0.5% per week subject to the maximum of 5%
of FOB value, after10 weeks cancellation of order may be considered. (The delivery period will be
calculated from the date of opening of letter of credit to the date of receipt of material at the Indian Port ).
Page 5 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
42. The firm has to submit an undertaking that the equipment is of latest model & version, and has the latest
state-of-art technology. The spare parts will remain available for at least next ten years. Software
upgradation for next ten years from the installation will be included in the cost.
43. List of installations for the quoted model in India should be provided with the tender.
44. All disputes and questions, if any, arise between the Institute and the bidder out of or in
connection with the terms and conditions contained herein or as to the construction of
application thereof, or the respective rights and obligations of the parties there under or as to any
clause or thing herein contained or by reason of the supply or failure or refusal to supply any
material or as to any other matter in any way relating to these presents shall be decided by the
Director of the Institute and when the decision would not be accepted by the bidder, then the matter shall
be referred to the chairman of the Institute as sole Arbitrator . The chairman of the Institute may
appoint any suitable Arbitrator whose decision dully approved by the Chairman of the Institute
shall be final and binding upon both parties and subject to adjudication of Lucknow Court. Place
for arbitration shall be at Lucknow (U.P.), India. Venue of such arbitration proceedings shall be
the Institute. Arbitration and conciliation Act 1996 and rules made there under shall be applied to
the proceedings under this clause.
45. A minimum of 95% uptime of equipment is to be maintained during warranty period and also
after warranty period during comprehensive maintenance contract for the next five years.
46. CMC : The supplier should provide comprehensive maintenance contract (with spare/consumables
/Accessories including laborer charges) inclusive of customs and all taxes for the next 5 years
(i.e. years 6 to 10 inclusive). The CMC Rate for the sixth year should not be more than 5%
of FOB and escalation in next year CMC should also not be more than 5%.

Service Tax on CMC will be treated as inclusive if the firm has not mentioned service tax
separately.
47.
The price bid will be opened in the presence of authorized representative of technically qualified tenderer
within reasonable time.
48.
i.
The price ranking will be carried out as under:
For Foreigen Goods the exchange rate of foreign currency will be the prevailing rate on the last
date of submission of Tender .
ii.
The prices for optional items if not required in Technical Specification will be excluded for ranking
purpose .
The ranking will be determined as under
iii.
Total Price (Cost) = Price with all accessories as per technical specifications along with Custom duty,
Clearance charges, insurance + Cost of indigenous items if anyCMC Price (with spares & labor charges)
for five years after warranty + taxes as applicable currently+ Turnkey (if applicable).
49.
Custom Duty and Custom Clearance Charges :- The supplier will get the equipment/consignment
cleared from the custom. The Custom Duty and clearance charges shall be paid by the supplier which will
be reimbursed to them as actual on production of bill which shall not be more than quoted in the price bid.
Freight charges will be borne by the manufacturer/Indian representative. Also the insurance will be paid
and arranged by the firm effective from port of shipment to Central Store, RMLIMS, LUCKNOW.
Page 6 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
# The Rate of Custom Duty and Custom Clearance charges must be mentioned in the price bid. If
Custom Duty and Custom Clearance Charges is not mentioned in the price bid, for the purpose of
L-1 calculation .

Custom Duty & Clearance & other Charges will be calculated @ of 15% of FOB Value or 12% of
CIF/CIP value. However the payment shall be made on actual but not more than this Rate.
50.
All the operating and service manuals in duplicate to be provided by the vendor at the time of handing
over the machine.
51.
The percentage (%) or amount of Indian Agency Commission must be mentioned in all offers of overseas
suppliers who are offering through their Indian Agency. Authorization certificate issued by the principal
in favor of Indian Agent must be enclosed.
52.
If there is any discrepancy in terms between General Terms & Conditions of Tender Document and
specification of any equipment, then the details given in General Terms & Conditions of Tender
Document will be considered valid and will be binding. Accordingly, the terms of comprehensive
maintenance contract will be governed by the General Terms & Conditions of Tender Documents.
53.
EMD of unsuccessful bidder shall be returned to them in due course of time.
54.
Catalogue, data sheet, complete module and other necessary document shall be provided in original form.
In the shape of Duplicate or photocopier form of documents shall not be accepted.
55.
In case of imported goods consignment must reach Indian port within currency of L/C.
56. No financial documents of any tenderer will be entertained after opening of financial bid/ technical
bid.
57.
The supplier will make atleastquarterly visit for maintenance during warranty period.
Enclosed 1- Annexure A
(Specifications of the Equipment)
Enclosed 2- Annexure B
(Letter of Submission)
Enclosed 3- Annexure C
(Format for Price Bid in Indian Currency)
Enclosed 4- Annexure D
(Format for Price Bid in Foreign Currency)
Joint Director (MM)
for Director
Dr. Ram Manohar Lohia Institute of Medical Sciences
Vibhooti Khand, Gomti Nagar,
Lucknow.
Page 7 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Department of Emergency Medicine
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - A
Tender Document
Specifications, Terms and Conditions
Portable USG (Fast Screening)
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TECHNICAL SPECIFICATIONS FOR PORTABLE USG (FAST SCREENING)
A state of art fully digital, compact portable trolley mounted Color Doppler Ultrasound machine is required
with following technical features
1. Unit should be able to give very high image quality with advance technologies like compound imaging
for better cardiac contrast resolution, tissue differentiation and edge detection, equivalent to high end
cart based systems. Please specify the technology.
2. System should be able to support speckle reduction imaging for better tissue differentiation and edge
enhancement please specify the technology.
3. The system shall have the ability to enhance tissue margins and improve contrast resolution by reducing
artifacts and improving visualization of texture patterns & needle tip within the image, please specify
the technology. It should be available in all probes.
4. Enhanced needle visualization in all probes
5. System should have both online (Read) as well as offline(Write) zoom facility
6. Imaging modes of Real time 2D, M mode ,B mode , spectral Doppler , Colour Doppler, Pulsed wave
Doppler, Continuous wave Doppler, Power Doppler ,anatomical M mode with 2 lines must be available.
7. Auto clarity tools and auto optimization ( image ,tissue ,spectral ,color)
8. Simultaneous duplex/triplex imaging and simultaneous B/CF mode display
9. Calculation / analysis / measurement package to include emergency medicine ,vascular ,cardiac
,abdominal parameter
10. Continuous depth and zoom adjustment
11. Compound imaging , panoramic, harmonic ,speckle reduction imaging ,trapezoidal view
12. Broad band multi frequency probe technology
13. Capability for post processing of images
14. System must have fast start- up in less than 60 seconds from off condition, for use in critical and
emergency situations.
15. System should support transducer technologies like phased array, convex, linear, TEE etc. for both adult
and pediatric pts.
16. Cine memory on all modes.
17. The system shall process a dynamic range that is at least 165db. The system must display at a maximum
depth of 35 cm.
18. The system must have a dedicated cardiac calculation packages with PISA, TDI calculation packages,
vascular calculations package. Full array of measurement and calculation package for emergency care.
19. The unit must be compact, portable and lightweight,.
20. Unit must be sturdy to withstand user site handling damages.
21. Flat LCD/ TFT monitor of at least 15 inches or more with flicker free image.
22. Alphanumeric soft keys keyboard with easy access scans controls, facility to sanitize the system
keyboard to avoid cross contamination.
23. The system must have the ability to function by AC/DC or battery power with the same degree of
functionality, the battery life (run time) shall be at least one hour or more, this need to be demonstrated.
24. The system must have archive capability for storage and retrieval of images and clips data with
integrated CD/DVD writer.(more is preferred)
25. Data transfer facility should be available as standard, to transfer images etc. easily into another
system/computer etc.
26. The system shall support the all DICOM functionality, Storage, Print, and Work List, also ready to
connect to PACS./HIS . Colored printer should directly be connected to USG machine.
27. The manufacture shall provide a loaner system / standby in case of failure of system.
28. The equipment should be supplied with trolley of the same manufacturer.
29. System configured application specific educational video tutorials should be provided as standard with
the system.
30. System should both be European CE and US FDA certified.
31. System should be supplied with facility of electronic and active switching device for minimum two
transducers and two parking port in trolley
32. Facility for training and education of residents
Page 1 of 2
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
33. Easy tilting forward and backward to view in all angles.
34. Multiple preloaded application presets for emergency medicine
Transducers to be supplied as standard
1.
2.
3.
4.
5-18 MHz multi-frequency, broadband linear array transducer,. Higher frequency will be preferred.
1-6 MHz multi-frequency broadband curved array transducer
1-4 MHz multi-frequency, broadband phased array transducer –trans cranial Doppler
4-13 MHz multi-frequency, broadband linear transducer for DVT and vascular probe
5. 4-8 MHz multi-frequency broadband phased array transducer for Pediatric Cardiology (approximate
foot print of 10mm and depth of 14 cm).
6. Intima media thickness and biopsy guided capability
7. Prices of adult and pediatric TEE should be coated separate
ESSENTIAL REQUIREMENT: The firm must, attach list of installations, and also provide performance
certificates in last 5 years from major hospital of repute .
Page 2 of 2
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - A
Tender Document
Specifications, Terms and Conditions
MRI Compatible Infusion Pump
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TECHNICAL SPECIFICATIONS FOR MRI COMPATIBLE INFUSION PUMPS
1. Microprocessor-controlled motor capable of accurate propulsion
2. Should accept syringes of varying volume.
3. Should be easy to use and user friendly
4. Should have automatic detection of syringe size.
5. For 50 ml syringe flow rate should be from 0.1 ml/h to 1000 ml/hr. with up-to 0.1 ml/hr increments
6. Should be Bolus dose programmable with infused volume displayed.
7. Should have large ,bright display Panel with Provision for display of flow rate, battery indicator, Drug
name & total infused volume all at a time.
8. Should have Drug Library of 30 drugs or more
9. Digital display of Occlusion pressure
10. Should have Occlusion pressure pre alarm ,KVO ,
11. syringe empty and volume infused alarm
12. Should have PM line disconnection alarm
13. Should have volume limit pre alarm
14. Should have mains disconnection alarm
15. ,battery charge low alarm internal malfunction alarm
16. Should have sufficient battery backup even for transportation of pts. .(More is preferable)
17. Should display remaining battery life in Hrs. & minutes on operating flow rate
18. Should have Universal mounting accessary on both vertical & horizontal stand.
19. Should have facility of auto dose calculation
20. Flow rate accuracy should be +/- 1-2 %
21. Should have provision for MRI Compatibility.
22. USFDA and European CE approved
23. The firm must, attach list of installations, and also provide performance certificates in last 5 years from
major hospital of repute
Page 1 of 1
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - A
Tender Document
Specifications, Terms and Conditions
Incubator
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TECHNICAL SPECIFICATIONS FOR INCUBATOR

Heavy duty construction and hardware with glass window.

High grade glass wool with sufficient insulation to avoid heat losses.

Shelves
--- Inner chamber has ribs for placing the shelves at convenient levels. Supplied with at
least 2 Nos. of removable shelves.

Heating Element is made of high quality material and suitable for uniform temperature all over the
place.

Temperature. Range 30 to 110 C±5°C with digital display and alarm for set temp.

Over temperature indicator (visual/audible)

Temperature set point lock

Should have digital LED display with ON/OFF key , increase /decrease key ,USB port

Fail safe feature remembers the operational mode in the event of power failure

Ventilation- Air ventilator should be provided

Size:- 300x300x300mm approx..

USFDA and European CE certified

Must submit user list and performance report within last 5 years from major hospitals
Page 1 of 1
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - A
Tender Document
Specifications, Terms and Conditions
Transport Monitor
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TECHNICAL SPECIFICATIONS FOR TRANSPORT MONITOR
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
12.
Should be suitable for adult, pediatric neonatal patients monitoring.
Should have minimum 4 channels of waveforms with minimum 8‟‟ display
Battery backup for minimum three hours should be provided as standard.
Should have automatic graphic and tabular trending of all monitored parameters as standard
Should have event recall with waveforms, graphical and tabular trends, alarm logs.
Should have minimum support of ECG, NIBP, IBP , SpO2, Respiration & Temperature(core and skin). And
invasive facility
Should have Arrhythmia detection
Should have excellent cable management with as minimum as possible cables at monitor & patient end for
maximum comfort to patient as well as user.
System should be US FDA and Europian CE approved
SpO2: Should display digital value and Plethysmograph
NIBP : Should display Systolic, diastolic, mean pressure in large , easy to read display
It should have manual/ stat mode or automatic mode with adjustable time intervals from 2 – 240 minutes
and adjustable alarm limits
Scope of supply must include:





13.
ECG Cable – 4 no
SpO2 sensor for Adult and Pediatric – 1 no. each
Rectal / Esophegal temperature probe – 1 no
NIBP Hose – 2 no
Adult & Paediatric Cuff – 5 each
System should be able to facilitate web browsing facility to review each networked monitor‟s data.
14. The firm must, attach list of installations, and also provide performance certificates
major hospital of repute
Page 1 of 1
in last 5 years from
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - A
Tender Document
Specifications, Terms and Conditions
Anesthesia Work Stations
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TECHNICAL SPECIFICATIONS FOR ANESTHESIA WORK STATIONS
TECHNICAL SPECIFICATIONS FOR ANESTHESIA WORKSTATION
1.
2.
3.
4.
Gas Management:
 Three Gas system : Oxygen , Air, Nitrous Oxide
 Oxygen cylinder yoke and Nitrous Oxide cylinder Yoke
 Pipeline inlet for Oxygen, Air, Nitrous Oxide
 Oxygen Concentration: 25% to 100%
 Electronic Gas Mixing measurement and display for accurate gas flows and mixing.
 Pneumatic Oxygen Backup flowmeter
 Auxillary Oxygen Flowmeter
 Oxygen Flush between 35 lpm -70 lpm
 Will have two drawers for storage
 Will have an additional optional receptacle for accepting/ integrating Anesthesia Gas monitoring
module.
 Should have a decision support tool for optimizing FGF.
 Colour coded high pressure tubings 5 meter long for oxygen, nitrous oxide and air with suitable
pipeline connectors.
 Hypoxic guard to ensure minimum 25% oxygen across all O2-N2O mixtures.
 Oxygen failure warning device. All alarms to be audio as well as visual.
 Should have 3 gas back up mechanical flow control in case of failure of electronics
Vaporizers:
 Vaporizer must be isolated from the gas flow in the off position and prevent the simultaneous
activation of more than one vaporizer.
 Vaporizer shall require no tools to mount.
 Vaporizer shall mount to a Selectatec® manifold which allows easy exchange between agents.
 Supplier must offer total vaporizer manufacturing capability- Sevoflurane, and Isoflurane.
Isoflurane and Sevoflurane vaporizers to be standard accessories. Other vaporizers to be optional
and price for each to be quoted.
 Back bar to accept two selectatec vaporizers
Breathing System:
 Breathing system shall be fully autoclavable to134° C and natural latex free. It should be compact.
 Total circuit volume shall not exceed 2.7 L, including Absorber volume.
 Breathing system shall have integrated Volume sensing and shall be of a type that does not require
daily maintenance.
 Ventilator bellows shall be integrally mounted to the breathing system. Should have Ascending
Bellows design.
 Bag to vent switch shall be bi-stable and automatically begins mechanical ventilation in the
ventilator position.
 Adjustable pressure limiting valve shall be flow and pressure compensated.
 Machine shall provide circle mode breathing circuits.
 Components coming in contact with patient gas shall be disposable or autoclavable.
 FIO2 monitoring should be available.
 Common Gas outlet should be standard supply for connecting open circuit.
 AGSS ready to be connected to hospital installed active system
Ventilation
 The workstation should have integrated Anesthesia Ventilator system.
 Ventilator based on flow valve technology with ICU features and modes of ventilation .
 Visible bellows for visual indication of leaks in the systems .
 Ventilator shall have Volume Control and Pressure Controlled modes.
Page 1 of 3
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506








Dual Mode – PCV, VCV and PS needed for difficult lung ventilation, Obese patients ,laproscopy ,
beating heart , and neonatal .
Ventilator shall have a tidal volume compensation capability to adjust for losses due to compression,
compliance and leaks; and compensation for fresh gas flow.
The workstation should be capable of delivery of low flow and minimal flow anesthesia.
Ventilator shall be capable of atleast 120 L/min peak flow to facilitate rapid movement through
physiologic “dead space” in the Pressure Control mode
SIMV and Pressure Support Ventilation with Apnea Back Up Ventilation should be offered
It should have a cardiac bypass mode.during cardiac bypass procedure to stop the system from alarming
, and turns off automatically , when the ventilator is turned back on .
Compliance Measurement and Trending ( Preferable ):Measures and dispalys the patient‟s compliance
to offer an view of the patient‟s lung condition.
Vital Capacity & Cycling procedures ( Preferable ) : to automate the procedures for optimal Peep
setting to recruit the lungs .
 Tidal Volume: 20ml to 1500ml in VCV .TV= min 5 ml in PCV mode.
 Rate : 4 to 100bpm
 Electronic Peep : Off, 4 to 30cms H2O
 Settable I:E ratios, Pause, Trigger ( 0.2-10 L/min ), Insp Pressure from 5 up to 50cms H2O
 Ventilator shall be capable of 120 L/min peak flow .
 Ventilator shall have a tidal volume compensation. Operates on a breath-by-breath basis and does
not require special calibration.
Inspiratory pressure (Pinspired)
5 - 60 cm H2O
Pressure limit (Plimit)
12 to 100 cm H2O
 Machine should have atleast 60 mins battery backup
 Shall have integrated LED light strip that provides bi-level work surface illumination.
 Handle on side for easy positioning.
 Machine should have mounting capability of one O2 and one N2O pin-indexed cylinder.
5.
Display:
 Around 12-15 “ Color TFT Display with High visibility and highly visible alarm light mounted on
the Anesthesia Workstation
 Monitor should be Modular and flexible
 Colour touch screen display Up to 8 waveforms / 4 digit fields, 7 optimized user modes , Standard
Adult, Pediatric & Neonate mode with OxyCRG
 Easy to set with Comp wheel , Split screen facility to view Mini trend for 5 -30 mins.
 Trend up to 72 hours of graphic and numerical data
 Should have an individual Battery backup, minimum of 2 hrs .
 ECG and IBP analog output. Should have arrhythmia and ST segment Analysis with ST Trend
 Monitor should have Simultaneous Monitoring facility for 2xIBP & 2xTemp for all monitors
 Basic Patient side module for Measuring Parameters like 5 lead ECG, NIBP, SPO2, RESP, 2xIBP,
2xTemp, EtCo2( side stream), Anaesthesia Gas monitoring, Level of Depth of Anaesthesia
monitoring and NM monitoring
 Accessories - Standard use for ECG(2 in no.), SpO2 probes (2 each for adult &pediatric), NIBP(2
cuffs each for adult and pediatric& 1 for neonate), Temperature probes( 1 for core and 1 for skin),
IBP cables (2 in no with 10 pressure transducers and their one holder), EtCO2- 5 filter assemblies
and 10 tubings, for anaesthesia gas monitoring, depth of anaesthesia monitoring(with 25 disposable
leads),NM Monitoring cables Recorder option for printing the up to 4 waveforms and alphanumeric
data , and trends etc .
Page 2 of 3
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
6.
7.
8.
9.
Power:
 Will work on electric mains
 Anaesthesia workstation should have an individual battery backup of up to 45mins on fully
charged battery .
 Should have integrated lighting for vaporizers and working table(optional)
Braking Mechanism
 Front caster wheel should have a central braking mechanism
Following upgrades should be offered as options – (Quote unit prices in price bid)
1. EtCO2 monitoring should be possible
2. EEG – minimum 4 channels with display of spectra
3. Cardiac Output module for measuring the cardiac output using the thermo-dilution technique
with four Invasive pressure channels.
4. Module for monitoring Cardiac Output
5. Facility for monitoring transcutaneous O2 /CO2 and ScVO2 monitoring with Calibration kit
6. Facility for EtCO2 with dedicated accessories for Adult, Paediatric & Neonates (25 each)
7. Facility of automatic electronic charting solution with data archival facility for patient monitor
and ventilator data. It should be single centralised server based for multiple beds upgrade.
1. Anaesthesia workstation and monitor should. USFDA and EUROPIAN CE
2. Must submit user list and performance report within last 5 years from major Government hospitals.
Page 3 of 3
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - A
Tender Document
Specifications, Terms and Conditions
Cautery Machine
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TECHNICAL SPECIFICATIONS FOR CAUTERY MACHINE
 The system should have Monopolar Cut & Coagulation, Bipolar and Vessel Fusion technology
all integrated in one system.
 The input operating range of the system should be wide
 The equipment should adjust the power to get the desired surgical effect on the tissue.
 Monopolar outputs should have cutting modes.
 It should have Coag Modes .
 The Monopolar Mode should also have Haemostasis mode.
 The system should device with three button pencil with facility to control the power from the
sterile zone.
 The system should gave Graf facility to show the deliver power and recall facility to recall the
last setting used by user.
 The system should be compatible with argon machine & smoke evacuation system.
 Its should have Bi-Polar modes.
 The Systems should have Bipolar Current Monitor.
 The System should have Auto Bipolar start and stops where users can set the Auto start delay
time and Auto Stop impedances range.
 The System should have LCD Backlight adjustment for good visibility in operating room.
 Vessel Fusion system should be able to seal artery, veins along with tissue bundle up to 7mm,
and fused vessels should be able to withstand raised systolic blood pressure.
 The 7mm Vessel Fusion technology should be US FDA approved.
 It should have patient plate monitoring facility and should give audiovisual alarm and
deactivate output if contact between patient and patient plate is not proper to eliminate the risk
of patient burns.
 The system should be able to record last events.
 The system should have front panel calibration for fast and easy maintenance.
 On Screen review of error codes and diagnostics.
 The Equipment Should be US FDA/CE approved
 Installation should be made by the Trained Engineers.
 Monopolar footswitch-1 no.
 Vessel sealing footswitch-1 no.
 Hand switching pencil- 50 nos.
 Contact quality monitoring return electrode- 100 nos.
 Bayonet Bipolar forceps-1 no.
 Forceps cord-2 nos.
 Universal adaptor- 1 no.
 Open & laparoscopic 5mm seal and cut instrument with hand switch activation capability
should provide with the system-20 nos each
 IndianOriginal trolley
 Reusable Open surgery Vessel seal instrument with Cord-2 nos
 All Accessories make of same Company.
Page 1 of 1
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - A
Tender Document
Specifications, Terms and Conditions
General Instruments Set
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TECHNICAL SPECIFICATIONS FOR GENERAL INSTRUMENTS SET
SPECIFICATIONS : All instruments should be US FDA / EUROPEAN CE Approved
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.
45.
46.
47.
48.
49.
50.
51.
S. S. TRAY BIG with Lid 450mm x 350mm x 80mm
K. DISH 1000ml
K. DISH 500ml
S. S. BOWL 1000 ml
S. S. BOWL 500 ml
S. S. BOWL 100ml
SPONGE HOLDER 10”
TOWEL CLIPS 5”
BP HANDLE 3
BP HANDLE 4
BP HANDLE 7
ADSON TOOTHED
ADSON NON-TOOTHED
DISSECTING FORCEPS TOOTHED 6”‟
DISSECTING FORCEPS NON-TOOTH 6‟
DISSECTING FORCEPS TOOTHED 8”
DISSECTING FORCEPS NON-TOTTH 8‟
DISSECTING FORCEPS NON-TOOTHED FINE 8”
DISSECTING FORCEPS DEBEKEY
DISSECTING SCISSORS CVD 7” METZ
DISSECTING SCISSORS CVD 8” METZ
DISSECTING SCISSORS CVD 6” MAYO
SUTURE CUTTING SCISSRS STR 7” METZ
SUTURE CUTTING SCISSRS STR 7” MAYO
MOSQUITO CVD 12ccm
MOSQUITO STR 12cm
ARTERY Forceps STR 6”
ARTERY Forceps CVD 6”
ARTERY Forceps CVD 8”
ARTERY Forceps STR 8”
ALLIS Forceps 6”
ALLIS Forceps 8”
KOCHER CVD 8”
KOCHER STR 8”
BABCOCK Forceps 6‟
BABCOCK Forceps 8”
RIGHT ANGLE 6”
RIGHT ANGLE 8” FINE TIP
RIGHT ANGLE 10” FINE TIP
NEEDLE HOLDER 6”
NEEDLE HOLDER 7” FINE TIP
NEEDLE HOLDER 8” HEAVY
INTESTINAL CLAMP CVD 10”
INTESTINAL CLAMP STR 10”
POOL SUCTION TIP
L. B. RETRACTOR SMALL ½” X 2cms
L. B. RETRACTOR 1” X 2cms
L. B. RETRACTOR 2” X 2cms
L. B. RETRACTOR 3” X 2cms
MORRIES RETRACTOR
DEVER‟SRETRACTOR (SETOF 6)
Page 1 of 2
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Battery Operated Drill & Saw System
Tender specifications
Battery Power System should be versatile functions and should used in all applications require in large
bones and small bones.
The two trigger drill hand piece should have the feature of Drilling, Reaming & Oscillation mode.
The cannulation of the drill hand piece should be more than 4.5mm.
The modular Drill Hand piece should have adaptability to have variation in Speed and torque with
different attachment to have different functions in drilling and reaming.
The speed torque ratio should be at least of three variations like 1:1, 3:1 and 5:1.
The drilling speed should be more than 900 RPM and torque should be available up to
11 Nm.
Should have quick coupling drilling attachments for AO small , Wire Driver, Pin Driver and Jacobs
chuck.
Should have quick coupling Reaming attachments for AO large and Jacobs Chuck .
Bur Attachment compatible Drill Hand piece for removal of cement in revision surgery for high speed
application maximum speed 30,000 RPM
Short, medium and long Bur guards and Bur(10 Nos) to be supplied with Bur attachment for cement
removal
The system should have dedicated oscillating saw hand piece.
The speed of dedicated Oscillating Saw should be more tha 10,000 CPM.
The oscillating saw hand piece should have rotating head at 4 intervals in 90deg each.
The system should have Arthroplasty blades(10 Nos) and special trauma blades for sawing(10 Nos).
Four station Battery charger.
Should have NiMH battery (4 Nos).
Sterilization Case for the complete system
The system should be CE/US FDA Approved.
ITEMS QUOTED SHOULD BE OF ONE MAKE
Page 2 of 2
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - A
Tender Document
Specifications, Terms and Conditions
Trauma Set
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TECHNICAL SPECIFICATIONS FOR TRAUMA SET
SPECIFICATIONS : All instruments should be US FDA / EUROPEAN CE Approved
BASIC TRAUMATOLOGY & OT INSTRUMENT SETS
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
Small Fragment Instrument Set
Drill bit Ø 2,0 mm
Drill bit Ø 2,5 mm
Drill bit Ø 3,5
Tap 3,5 mm Cortex
Tap 4,0 mm Cancellous
Screwdriver 2,5 mm Hex
Screw holding sleeve
Screwdriver Shaft 2,5 mm Hex
T-Handle, small
Double Drill Sleeve 2,5 mm / 3,5mm
Insert Drill Sleeve 2,5 mm/ 3,5 mm
Drill Guide Neutral & Load 3,5 mm
Universal Drill Guide 3,5 mm / 2,5 mm
Perisoteal Elevator 6mm, curved
60 mm Depth Gauge
Bending Iron for K-Wires 1,25 mm up to 2.5 mm
Bending Template 3,5 mm 5 holes
Bending Template 3,5 mm 7 holes
Bending Template 3,5 mm 9 holes
Bending Iron 2,7 mm/ 3,5 mm right
Bending Iron 2,7 mm/ 3,5 mm left
Hohmann Retractor 8mm
Hohmann Retractor 15 mm
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
24
Sharp Hook
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
Large Fragment Instrument Set
Drill bit Ø 3,2 mm x 145 / 120 mm, three-fluted
Drill bit Ø 4,5 mm x 145 / 120 mm, three-fluted
Tap for 4,5 mm Screws
Tap for 6,5 mm Cancellous Screws
Countersink w. T-Handle for 4,5 mm and 6,5 mm Screws
Large Screwdriver 3,5 mm Hex
Large Screwdriver Shaft 3,5 mm Hex
Large Screw Holding Sleeve for 4,5 mm and 6,5 mm Screws
Double Drill Sleeve 4,5 mm / 3,2 mm
Double Drill Sleeve 6,5 mm / 3,2 mm
Insert Drill Sleeve 4,5 mm / 3,2mm
Drill Guide neutral & load
Universal Drill Sleeve 3,2 mm / 4,5 mm
Tension Device
Depth Gauge 110 mm for 4,5 mm and 6,5 mm Screws
Bending Iron for 4,5 mm plates for use with 04.20110.001
Bending Template, 7 holes
Bending Template, 9 holes
Bending Template, 12 holes
Sharp Hook
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 1 of 5
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
21
T Handle with QC
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
Mini Fragment Instrument Set
Tap 1,5 mm
Tap 2,0 mm
Tap 2,7 mm
Countersink 2,7 mm / 4,0 mm
Screwdriver Shaft 1,5 mm Hex
Screwdriver 1,5 mm Hex
Mini Quick Coupling Handle
Quick Coupling Handle
Double Drill Sleeve 1,5 mm / 1,1 mm
Double Drill Sleeve 2,0 mm / 1,5 mm
Double Drill Sleeve 2,7 mm / 2,0 mm
Triple Drill Sleeve 2,0 mm
Periosteal Elevator 3mm, straight
Hohmann Retractor 6 mm
Hohmann Retractor 8mm
Hohmann Retractor 15 mm
38mm Depth Gauge with cap
Bending Iron for 1,5 mm / 2,0 mm Plates
Bending Pliers for 1,5mm/ 2,0mm Plates
Bending Iron for K-Wires 0,8 mm - 1,25 mm
Bending Iron for K-Wires 1,2 mm - 2,5 mm
Sharp Hook
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
23
Pick Up Forceps 1,5 mm - 2,7 mm Screws
1
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
Broken / Damaged Screw Instrument Set
Screw holding forceps, 205 mm
Mini Lexer gouge, 4 mm
Mini Lexer gouge, 6 mm
Mini Lexer gouge, 10 mm
Conical extraction screw for 1,5/2,0 mm screws
Conical extraction screw for 2,7/3,5/4,0 mm screws
Conical extraction screw for 4,5/5,0/6,5/7,0 mm screws
Sharp hook, 155 mm
Hollow reamer, complete, for 1,5 mm screws
Hollow reamer, complete, for 2,0 mm screws
Hollow reamer, complete, for 2,7 mm screws
Hollow reamer, complete, for 3,5/4,0 mm screws
Hollow reamer, complete, for 4,5 mm screws
Hollow reamer, complete, for 5,0/6,5/7,0 mm screws
Hollow reamers tube 1,5 mm screws
Hollow reamers tube 2,0 mm screws
Hollow reamers tube 2,7 mm screws
Hollow reamers tube 3,5/4,0 mm screws
Hollow reamers tube 4,5 mm screws
Hollow reamers tube 5,0/6,5/7,0 mm screws
Extraction bolt f. 1,5 mm screws
Extraction bolt f. 2,0 mm screws
Extraction bolt f. 2,7mm screws
Extraction bolt f. 3,5/4,0 mm screws
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
Page 2 of 5
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
25
Extraction bolt f. 4,5 mm screws
1
Bone Holding Forcep Set
1
2
3
4
5
6
7
8
9
Self Centring Bone Holding Fcp 15cm
Self Centring Bone Holding Fcp 19cm
Self Centring Bone Holding Fcp 24cm
Self Centring Bone Holding Fcp 26cm
Self Centring Bone Holding Fcp 28cm
Reduction Forceps, with points, , 135 mm
Reduction Forceps, with points, broad, 170 mm
Reduction forceps with points, 200 mm
Reduction forceps, serrated, 160 mm
2
2
2
2
2
2
2
2
2
10
Reduction forceps, serrated, 240 mm
2
Wire Instrument Set
1
2
3
4
5
6
7
Triple Drill Sleeve 2,0 mm
Forceps for Cerclage Wires
Flat Nose Parallel Pliers, 185 mm
Wire Passer 45 mm
Wire Passer 70 mm
A O Wire Tightener, 230 mm
Bending Iron for K-Wires 1,2 mm - 2,5 mm
1
1
1
1
1
2
2
8
Wire Cutter 220 mm for Wires up to Ø 2.5 mm
General Instrument Sets for Orthopaedics
2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
Mini-Hohmann Bone Lever 6mm 16cm
Mini-Hohmann Bone Lever 8mm 22cm
Lane Bone Lever 25.5cm
Bristow Bone Lever 23cm
Stille Bone Chisel 10mm 20cm
Stille Bone Chisel 15mm 20cm
Stille Bone Chisel 20mm 20cm
Stille Bone Osteotome 10mm STR 20cm
Stille Bone Osteotome 15mm STR 20cm
Stille Bone Osteotome 20mm STR 20cm
Perioseteum Elevator 6mm Straight 18.5cm
Farabeuf Raspatory STR 15cm
McDonald Bone Elevator 19cm
Liston Bone Cutting Fcp STR 22cm
Liston Bone Cutting Fcp CVD 22cm
Stille-Liston Bone Cutting Fcp STR 27cm D/A
Beyer Bone Rongeur 18cm D/A
Rottgen-Ruskin Bone Rongeur 24cm D/A
Weitlaner Retractor 13cm Sharp ( 3x4TH )
Weitlaner Retractor 16cm Sharp ( 3x4TH )
Adson Retractor 26cm Blunt
Kocher-Langenbeck Retractor 21.5cm ( 35x8mm)
Kocher-Langenbeck Retractor 21.5cm ( 55x11mm)
Kocher-Langenbeck Retractor 21.5cm ( 80x16mm)
Mayo-Collin Ret4ractor 15cm Set of 2
Volkmann Retractor Blunt 22cm (3 Prong) Hollow Handle
Volkmann Bone Curettes 16cm Oval/Round D/E
Volkman Bone Hook, (Choice of Sharp / Blunt)
Kleinert-Kutz Wound Retractor (5mm) 13cm
2
2
1
1
2
2
2
2
2
2
2
2
2
1
1
1
2
1
2
3
2
2
2
2
2
2
2
2
2
Page 3 of 5
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
30
31
32
33
Kleinert-Kutz Wound Retractor (7mm) 13cm
Finger Ring Cutter Saw Blade 16cm
Hammer SS Handle 500gm
Hammer SS Handle 270-320 gm
34
T-Handle Jacobs Chuck
2
2
1
1
1
Bending Press
1
Bending Press
1
Carpel Tunnel Set
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
Tissue Fcp ( 1x2 TH ) 16cm
Adson Tissue Fcp ( 1x2 TH ) 12cm
Adson-Dressing Fcp 12cm
Scalpel Handle no. 3
Scalpel Handle no. 7
Fergusson Suction Tube 17cm 12Fig 4mm
Fergusson Suction Tube 17cm 14Fig 4 3/4mm
Forester Sponge Holding Fcp Smooth STR 20cm
Backhaus Towel Fcp 13cm
Halstead Mosquito A/Fcp CVD ( Serr ) 12.5cm
Rochester Pean A/Fcp CVD (Serr) 16cm
Allis Tissue Fcp 5x6 TH 15cm
Derf Needle Holder T/C 12cm
De-Bakey Needle Holder T/C 18cm
Metzenbaum-Fine Scissor CVD SH/BL 14.5cm T/C
Metzenbaum-Fine Scissor STR BL/BL T/C 18cm
Mayo-Noble Scissor STR 17cm
Cushing Dressing Fcp STR 17.5cm
Watson-Cheyne Probe 13cm
Watson-Cheyne Probe 18cm
Senn-Muller Retractor Sharp 16cm
Langenbeck Retractor 21cm (35x7mm)
Gillies Nerve Hook ( Fig. 1 ) 18cm
Alm Retractor 10cm (4x4) Blunt
1
1
1
1
1
1
1
2
6
2
2
2
1
1
1
1
1
1
1
1
2
2
2
1
25
Weitlaner Retractor 13cm Blunt ( 3x4TH )
1
General Spine Instruments
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
Kerrison Disc rongeur 1mm, 200mm 8" 130deg Up
Kerrison Disc rongeur 2mm, 200mm 8" 130 deg Up
Kerrison Disc rongeur 3mm, 200mm 8" 130 deg Up
Kerrison Disc rongeur 4mm, 200mm 8" 130deg Up
Kerrison Disc rongeur 5mm, 200mm 8" 130deg Up
Kerrison Punches with Ejector, 130 Degree Down, 2mm, 180mm
Kerrison Punches with Ejector, 130 Degree Down, 3mm, 180mm reg
Penfield dissector 17.5cm 7"
Penfield dissector 19.5cm 7 3/4"
Penfield dissector 19.5cm 7 3/4"
Davis dissector 24.5cm 9 3/4"
Volkmann Bone Curette 20 8"
Volkmann Bone Curette 20 8" 000
Volkmann Bone Curette 20 8" 00
Volkmann Bone Curette 20 8" 0
Volkmann Bone Curette 20 8" 1
Volkmann Bone Curette 20 8" 0
Volkmann Bone Curette 20 8" 00
Page 4 of 5
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
Volkmann Bone Curette 20 8" 000
Stille Bone Rongeur 23cm D/A
Stille-Luer Bone Rongeur STR 27cm D/A
Echlin Bone Rongeur 3mm 23cm D/A
Mayfield Bone Rongeur 17cm D/A
Ferris-Smith Rongeur 2 x 10mm 18cm Shaft Straight
Ferris-Smith Rongeur 3 x 10mm 18cm Shaft Straight
Ferris-Smith Rongeur 4 x 10mm 18cm Shaft Straight
Ferris-Smith Rongeur 2 x 10mm 18cm Shaft upward
Ferris-Smith Rongeur 3 x 10mm 18cm Shaft Up ward
Ferris-Smith Rongeur 4 x 10mm 18cm Shaft Up ard
Ferris-Smith Rongeur 2 x 10mm 18cm Shaft Down ward
Ferris-Smith Rongeur 3 x 10mm 18cm Shaft Down ward
Ferris-Smith Rongeur 4 x 10mm 18cm Shaft Down ward
Weitlaner Retractor 10.5cm Sharp ( 2x3TH )
Weitlaner Retractor 16cm Sharp ( 3x4TH )
Anderson-Adson Retractor 20cm Blunt
Adson Retractor 26cm Blunt
1
1
1
1
1
2
2
2
2
2
2
2
2
2
2
2
2
2
37
Beckmann-Adson Retractor 31cm ( 44mm ) blunt
2
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
Extra Kerrison Punch Set
Kerrison Disc rongeur 1mm, 180mm 7" 40deg Up
Kerrison Disc rongeur 2mm, 180mm 7" 40 deg Up
Kerrison Disc rongeur 3mm, 180mm 7" 40 deg Up
Kerrison Disc rongeur 4mm, 180mm 7" 40 deg Up
Kerrison Disc rongeur 5mm, 180mm 7" 40 deg Up
Kerrison Disc rongeur 1mm, 180mm 7" 40deg down
Kerrison Disc rongeur 2mm, 180mm 7" 40 deg down
Kerrison Disc rongeur 3mm, 180mm 7" 40 deg down
Kerrison Disc rongeur 4mm, 180mm 7" 40 deg down
Kerrison Disc rongeur 5mm, 180mm 7" 40 deg down
Kerrison Disc rongeur 1mm, 180mm 7" 40deg Up
Kerrison Disc rongeur 2mm, 180mm 7" 90 deg Up
Kerrison Disc rongeur 3mm, 180mm 7" 90 deg Up
Kerrison Disc rongeur 4mm, 180mm 7" 90 deg Up
Kerrison Disc rongeur 5mm, 180mm 7" 90 deg Up
Kerrison Disc rongeur 1mm, 180mm 7" 90 deg down
Kerrison Disc rongeur 2mm, 180mm 7" 90 deg down
Kerrison Disc rongeur 3mm, 180mm 7" 90 deg down
Kerrison Disc rongeur 4mm, 180mm 7" 90 deg down
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
20
Kerrison Disc rongeur 5mm, 180mm 7" 90 deg down
1
2
3
4
Dressing Fcp STR 15cm
Crile Rankin A/F STR 15cm
Metzenbaum-Fine Scissor Curved 18cm
Metzenbaum-Fine Scissor STR 18cm
10
10
5
5
5
Mayo-Hegar Needle Holder
5
Dressing Set - ( Suture removal )
Page 5 of 5
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - A
Tender Document
Specifications, Terms and Conditions
Micro Trauma Set
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TECHNICAL SPECIFICATIONS FOR MICRO TRAUMA SET
Micro trauma set
1
2
3
4
5
6
7
8
9
10
11
12
13
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
Halsey Needle Holder 13cm Serr
Kilner ( Ragnell ) Scissor 12cm
Semken Tissue Fcp ( 1x2 TH ) 12cm
Semken Dressing Fcp 12cm
Alm Retractor 7cm Sharp
Iris Scissor Standard STR 11.5cm
Iris Scissor Standard CVD 11.5cm
Fergusson Suction Tube 17cm 6Fig 2mm
Fergusson Suction Tube 17cm 7Fig 2 1/2mm
Fergusson Suction Tube 17cm 8Fig 2 2/3mm
Adson Tissue Fcp ( 1x2 TH ) 12cm
Adson-Dressing Fcp 12cm
Castroviejo Needle Holder Smooth T/C 18cm STR Serr W/Ratchet
Vascular set
Operating Scissor STR Fig. 2 14cm SH/BL
Mayo Scissor STR 17cm
Mayo Scissor CVD 17cm
Metzenbaum Scissor CVD SH/BL 18cm
Metzenbaum Scissor CVD BL/BL 20cm
Metzenbaum Scissor CVD SH/BL 23cm
Universal Wire Cutting Scissor 12cm
Universal Wire Cutting Scissor T/C 12cm
Halstead Mosquito A/Fcp CVD ( Serr ) 12cm
Crile A/Fcp CVD 14cm
Coller-Crile A/Fcp CVD (Serr) 16cm
Rochester Pean A/Fcp CVD (Serr) 16cm
Oschsner-Kocher A/Fcp STR (1x2 TH) 16cm
Oschsner-Kocher A/Fcp STR (1x2 TH) 18cm
Backhaus Towel Fcp 13cm
Scalpel Handle no. 3
Scalpel Handle no. 7
Scalpel Handle no. 3L
Forester Sponge Holding Fcp Serrated STR 25cm
Mayo-Hegar Needle Holder 16cm
Mayo-Hegar Needle Holder T/C 16cm
Mayo-Hegar Needle Holder 18cm
Mayo-Hegar Needle Holder T/C 18cm
Mayo-Hegar Needle Holder 20cm
Mayo-Hegar Needle Holder T/C 20cm
Dressing Fcp STR 14.5cm
Dressing Fcp STR 20cm
Tissue Fcp ( 1x2 TH ) 14.5cm
Tissue Fcp ( 1x2 TH ) 20cm
Adson Tissue Fcp ( 1x2 TH ) 12cm
Allis Tissue Fcp 5x6 TH 15cm
Allis Tissue Fcp 5x6 TH 19cm
Allis-Adair Intestinal Fcp 15cm
Babcock Tissue Fcp 16cm
BABY-MIXTER Ligature Forceps 18cm
Page 1 of 2
4
4
4
4
4
4
4
4
4
4
4
4
4
4
1
1
1
2
1
1
1
1
6
6
6
6
6
2
8
4
2
2
6
4
4
4
4
2
2
2
2
2
1
2
6
2
2
2
4
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
36
37
38
39
40
41
42
43
44
45
46
47
48
49
50
51
52
53
54
55
56
57
58
59
60
Gemini Dissecting Fcp 16cm
Gemini Dissecting Fcp 20cm
Poole Suction Tube ( 10mm ) 22cm STR
Poole Suction Tube ( 8mm ) 22cm CVD
Yankauer Suction Tube 27cm
Senn-Muller Retractor Sharp 16cm
Parker-Langenbeck Retractor ( U.S. Army ) 21cm Set of 2
Roux Retractor Set of 3
Green Retractor 22cm
Cushing Vein Retractor 12mm 24cm
Richardson Retractor 26cm ( 28x20mm ) S/E
Richardson Retractor 26cm ( 36x28mm ) S/E
Richardson Retractor 26cm ( 44x38mm ) S/E
Deaver Retractor 30cm ( 25mm )
Deaver Retractor 30cm ( 38mm )
Deaver Retractor 30cm ( 50mm )
Deaver Retractor 30cm ( 75mm )
Abdominal Spatula Malleable 33cm ( 25mm )
Abdominal Spatula Malleable 33cm ( 40mm )
Abdominal Spatula Malleable 33cm ( 50mm )
Volkmann Retractor Blunt 21.5cm (4 Prong)
Weitlaner Retractor 16cm Sharp ( 3x4TH )
Adson Haemostatic Fcp (1x2 TH) STR 18cm
Adson Haemostatic Fcp (1x2 TH) CVD 18cm
Crafoord Haemostatic Fcp 18cm
SPECIFICATIONS : All instruments should be US FDA / EUROPEAN CE Approved
Page 2 of 2
4
2
1
1
2
4
1
1
1
2
2
2
2
2
1
1
2
1
1
1
2
2
2
4
4
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - A
Tender Document
Specifications, Terms and Conditions
Arthroscopy Set
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TECHNICAL SPECIFICATIONS FOR ARTHROSCOPY SET
High Definition Camera System for Arthroscopic Surgeries
Full High Definition Digital Camera
The system should have following features:









It should be a Three Chip high definition camera with digital video of 1920x1080resolution
camera head and console
The system should have Digital /Optical Zoom to enhance the quality of Image size regardless of
the telescope used.
Button controls on camera Head to control vital functions of camera, like White Balance,
Brightness etc.
Video Outputs: Minimum : DVI, S-Video HDSDI
The Camera should preferably have Signal to Noise ratio range of 60-70dB.
The Camera Head should have a focusing coupler for even focus control.
Should offer both NTSC and PAL Video Formats.
The Unit should be compatible for recording of stills and videos using Universal Serial Bus.
The system should be Menu driven, thus allowing the surgeon to program the camera head
functions as per the surgical needs & requirement.
Technical Specifications:
Image System:
1/3” CCD
Pixels
AGC:
Signal-to-noise ratio
Video output:
High Definition Medical Grade Monitor
1920 X 1080 pixels per chip
Microprocessor controlled
60-70 dB
S-Video HD-SDI & DVI (Minimum)
The system should have:
 Hi Definition Colored Monitor 24’’-26” Flat Panel Monitor
 PAL system compatible.
 Composite, S-Video and HDSDI , DVI inputs(Minimum)
 Compact & Lightweight design.
 Resolution more than 1100 lines
Xenon Light Source






300 W Xenon Light Source with 100-240 V
Xenon bulb should emit light at temperature of 5700-6000K
Minimum bulb life of 500hours.
Light intensity adjustable from console.
Universal Light cable acceptance on console.
Display of Bulb hours elapsed on console
Fiber Optic Light Cable

Size should be diameter > 3.5mm, length >160 cm
Arthroscopes
Wide Angle, Direct View Arthroscopes

Light Guide insertion on opposite side of the direction of view with a J-lock fixation for
cannula.
Page 1 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506









Working Length of Not more than 160mm
Optimal centre-to-edge resolution for enhanced picture quality
Angle of view: 70º 30º
Diameter 4mm
Fiber optic light transmission incorporated
Standard ocular window for coupling the camera head
Scratch resistance sapphire quoted tip lens
Advanced Rod lens system for optimum brightness, contrast and definition
Arthroscopes should be supplied with compatible cannulas high flow, double valve, fully rotatable
with fenestrated tip & conical and blunt tip obturator.
Arthroscopic Resection Shaver System
The Shaver system should comprise of Controller Console, Shaver Hand-piece, Footpedal.
Controller Unit

The Controller console should have receptacles for both Shaver hand-piece, Foot Pedal and also
other powered instrumentation
 The console screen should capture all information pertaining to minimum, maximum and set
speeds for installed blade type; horizontal bar graph of blade speed relative to range; blade
direction; diagnostic information.
 Should provide control for momentary push switches for increasing and decreasing speed setting.
 The Console should provide variable rpm ranging between 100rpm to 10,000 rpm as per the
blade or burs used.
 The Motor should offer Forward, Reverse and Oscillation Mode for Resection.
Shaver Hand Piece

The autoclavable shaver handpiece, which is compact, lightweight and ergonomically
designed, with optional hand control.

The connecting cable should be autoclavable and replaceable with lenght of approx. 10Ft.

The handpiece should be not more than 8 Inches length and 460gms.

The handpiece should have suction control lever.

The Shaver Handpiece should have safety mechanism of Blade Window Lock to avoid any
unintentional tissue damages on pull out.

The Shaver hand piece should have push-button motor controls: Forward, Reverse,
Oscillate, and Blade and Window Lock.

The Shaver should offer Maximum torque not be less than 29oz.in

The shaver should be supplied with compatible shaver sterilization case.

Input voltage of 100 to 240V, 50/60 Hz power consumption not more than 350VA.

The variable speed foot pedal should be sturdy with a long connecting cable.

The footpedal controls should include three standard operating modes, i.e. Forward,
Reverse and Oscillation.

The foot pedal should offer a blade window locking mode for enhanced safety during
withdrawal of hand piece from joint space with blade mounted.
Foot Pedal
Page 2 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Consumables-Blades & Burs
•
Shaver System Should be supplied with 6 pieces of single use shaver blades of each of the following
diameter
i) 4.5mm Full radius Blade for ACL removal - 1pcs.
ii) 3.5mm Cutter Blade for meniscus - 1pcs.
iii) 5.5mm Incisor Blade -1pcs.
iv) 4.5mm Syanovator Blade-1pcs.
v) 4.0mm Abrader Burr -1pcs.
vi) Cutting blade for saw-1pcs.
vii) Electroblade -1 pc
Hand Held Instruments
All Hand Held Instruments should have single piece construction outer shaft and pin-less hinge design
for distal tip, ensuring unsurpassed strength and cutting efficiency
punches

Basket Punch Duckbill straight Tip Profile – 2.52mm, Bite Width-3.17mm, Tip Width5.05mm
Basket Punch Narrowline Upbiter 1.9mm, Bite width- 1.67mm, Tip width-2.89mm

Basket Punch Duckling curved left 1.93mm, Bite width-3.17mm, Tip width-5mm

Basket Punch Duckling curved right 1.93mm, Bite width- 3.17mm, Tip width-5mm
Grasper:Cupped Grasper – 3.4mm with sliding lock mechanism
Others
Probe Straight
3.0mm Heavy hook with handle.
ACL / PCL Drill Guide Systems:
A comprehensive system suitable for Bone-Tendon-Bone as well as soft tissue grafts.
Comprising of –
Drill guide, aimers, and bullets - single hand operation –






•
•
ACL Director Drill Guide Handle
Director ACL Elbow Aimer ranging from 40 to 65 deg for drilling to the laser mark at the
aimer’s elbow
Director ACL Tip Aimer ranging from 40 to 65 deg for drilling to the tip of the aimer
Director PCL Tibial Aimer with broad face tip that easily passes through notch & provides
protection to posterior capsule during guide wire drilling
Director PCL Femoral Aimer for outside in Drilling with medial incision, should have hoop tip
to provide visual reference for the diameter of the fully reamed tunnel
Director 4-Point Bullet with four sharp points for secure engagement of the guide at
any angle
Endoscopic cannulated drill bit 7mm for femoral tunnel drilling including calibration.
Endoscopioc cannulated drill bit 7.5mm for femoral tunnel drilling including calibration.
Page 3 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
•
Endoscopic cannulated drill bit 8mm for femoral tunnel drilling including calibration
Endoscopic cannulated drill bit 8.5mm for femoral tunnel drilling including calibration.
Endoscopic cannulated drill bit 9mm for femoral tunnel drilling including calibration.
Endoscopic cannulated drill bit 10mm for femoral tunnel drilling including calibration.
Cannulated drill bit 7mm for tibial tunnel drilling
Cannulated drill bit 7.5mm for tibial tunnel drilling
Cannulated drill bit 8mm for tibial tunnel drilling
Cannulated drill bit 8.5mm for tibial drilling
Cannulated drill bit 9mm for tibial tunnel drilling
Cannulated drill bit 10mm for tibial tunnel drilling
Slotted sizing block with slots to measure graft ranging from 5mm to12mm with increment of
0.5mm. Also, includes the scale to measure the length of the graft
Universal EndoFemoral Guide Handle
Endofemoral Aimer, no offset
6mm Offset Endofemoral aimer
7mm Offset Endofemoral aimer
Offset guide for precision tibial tunnel drilling, 2mm - 5mm
Notchmaster Currette 8.0mm
Tendon Stripper Slotted & Closed
Depth Probe for measuring femoral tunnel length, Calibrated 10mm to 130mm in 2mm
increments
4.5mm Endoscopic Cannulated Drill Bit
Chondral Pick, Large 40 deg
PCL Safety Stop
PCL Elevator with Wire Catcher
PCL Tibial Rasp
PCL Tibial Currette, Closed
PCL Tibial Currette, Open
PCL Tibial & Femoral Aimer
Graft Preparation Board with Tension Device
Graft master Preparation Board
Full Length Cutting Strip
Endo Button Holder
Graft Master Sliding Base – 02 no
Suture Vise
Suture Vise with Tensiometer
Tissue Graspers - 02no
Graft Master instruments Sterilization Tray
Meniscal Stitcher Set
A comprehensive system suitable for inside-out technique and should include:
•
•
•
•
•
•
•
Double Lumen Cannula,curved up-right
Double Lumen Cannula,curved up-left
Double lumen cannula ,straight
Double Lumen cannula left/right
Double lumen cannula,curved up/down
Single cannula,2 included with set
Thimble
Page 4 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
•
•
Posterior Access Cannula
Bending Tool
Mosaicplasty System for treatment of cartilaginous defects
A comprehensive system for treatment of focal cartilaginous defects using autogenous osteochondral
transplantation technique. Suitable for Arthroscopic as well as open techniques
•
•
•
•
•
•
•
•
•
Tubular Chisels 4.5mm & 6.5mm
Chisel Guards 4.5mm & 6.5mm
Harvesting Tamps 4.5mm& 6.5mm
Drill Guides 4.5mm & 6.5mm
Dilators 4.5mm & 6.5mm
Delivery Tamps 4.5mm & 6.5mm
Trephines for hard bones 4.5mm & 6.5mm
Trephine adapter
Drill bits 4.5mm & 6.5mm
Arthroscopic Coblation System

Coblation based on low temperature BI-Polar Radio frequency technology. Should not have any
need for the secondary patient grounding pad.
 The RF probe should have Multi Electrode Technology that will allow a uniform production of
plasma
 The output voltage settings should be controlled by regulation on the generator from setting 1-10
 The generator should have a feature of Automatic scope saver, i.e. when the probe comes too close
to endoscope the controller pauses radiofrequency output and resumes radiofrequency output
when the probe is returned to safe distance.
 The generator should have facility to use a foot control or a wireless footswitch for convenience
and ease of use.
 There should be facility to adjust coblation and coagulation with different settings
 There should be a facility in the generator with inbuilt Timer device for minimally invasive
treatments of Tendons and Fascia
 The generator should be able to take 42 different types of probes for open and minimally invasive
arthroscopic procedures
 The generator should also have the facility to use a finger switch controlled probes.
 The RF generator should be able to take a wide range of probes for Tendon and fascia treatments
also.
 Thermal Penetration should not be more than 150 Micron.
 The Unit should be USFDA and /or CE certified.
The unit should be supplied with 2 pcs of Probes
Arthroscopy Fluid Management System





The Fluid management System offers to maintain& control intra-articular pressure regardless of
varying outflow rates. The system can also be used with any arthroscopic inflow cannula and
should include main control unit,disposable tubing sets, a wireless remote control, two Fluid
Level Sensors
The control unit should not require the user to increase distension pressure to achieve high flow
rates.Outflow may be adjusted while maintaining the lowest distension pressure needed
The Unit should have a LCD Display and should clearly depict High flow, Medium floe and Low
Flows.
Maximum flow rate of not less than 2.5 ltr./min
Automatic Joint pressure maintenance up-to 150 mmHg
Page 5 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Tubing


Must be supplied with Disposable tube sets for inflow only (3pcs).
Must be supplied with Disposable Tube sets for inflow and outflow (3pcs.).
Shoulder Arthroscopy Instruments and Accessories.
• Suture Manipulator which allows suture slide freely during extraction
• Bankart Rasp
• All purpose Grasper with low profile for Arthroscopic procedures
• Tissue Elevator
• Tissue penetrator cum suture retriever in below angles with Small Sharp penetration tip:
35Deg up
45 Deg Right
45 Deg left
• Multifunctional Suture passer with provision of only 1 needle, which can hold the cuff & at the
same time pass the suture & retrieve it in one step
• Switching Stick 4.3mm, Non cannulated, 13” long
• Open/Closed ended suture cutter, side loading with function of leaving sufficiently long tail
without chance of cutting knot
• Single hole knot pusher
• Reusable cannulated obturator for 8.5mm cannula for easy cannula insertion
• Reusable cannulated obturator for 5.5mm cannula for easy cannula insertion
• Crochet hook
• Shoulder Probe
Disposable(s)
1. Threaded, preferably transparent Cannula & Obturator 8.5mm ,72mm long – 1
2. Threaded, preferably transparent Cannula with Obturator 5.5mm, 72 mm long – 1
Optional Shoulder Limb Positioner:









Should be battery operated shoulder limb positioner
Should offer instantaneous shoulder repositioning with in sterile zone itself
Should deliver exceptional control of abduction, rotation & forward flexion in beach chair as well
as lateral decubitus position
Should come with a distal activation switch which can be attached to the sterile drape of the
patient and can be used to reposition the shoulder by applying small pressure
Should come with square rail clamps to connect it to the OT table
Should have the provision for additional battery back up
Should come with the battery charger
Should come with traction accessory for the limb positioner
Should come with a cart to make it comfortable to move from one place to another
Digital High Definition Recording System


The Full High-Definition Digital Documentation System should be a high-end
computer system based on Windows embedded platform (for security purposes)
designed specifically for recording, managing, editing and archiving surgical images
and video in HD (1920x1080) resolution.
The captured full high definition images & videos can be accessed from the hard drive
for printing or saving onto multiple forms of external media which includes CD/DVD,
USB Flash Drive or Hard Disk Drive(HDD)
Page 6 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506





It should have a touch screen display with 1TB Memory inclusive of External Hard
Disk Drive (HDD)
Video Formats compatible MPEG-1,MPEG – 2 and MPEG-4 (Minimum)and Still Image
formats like JPEG(,jpg) and BMP(.bmp)
Should offer multiple video signals like S Video, DVI, C-Video in both NTSC and PAL
Formats.
Video Signals available : DVI, S- Video, C-Video(Minimum)
Functionality for Editing of Surgical Videos and Report Generation with Surgical
Images
Should be compatible to 100-240V 50/60 Hz Power requirements
Wrist Arthroscopy Set
Arthroscope 1.9mm & 30deg:

Direct View Arthroscope

Field of view: 80 deg

Angle of view: 30 deg

Diameter: 1.9mm

Working length: 67mm

Incorporated fibre optic light transmission

Sapphire lens for improve scratch resistance

Light post on opposite side of the direction of view with a j-lock fixation & stopcock

2.2mm short cannula, with flow port

2.2mm short trocar, sharp tip

2.2mm short obturator, conical tip

Wrist Probe
Wrist Arthroscopy Instruments



Microvector Drill guide system
 Micro vector drill guide
 Offset drill guide
 K-wire guide, .045”(1.1mm)
 K-wire guide, .062”(1.6mm)
 K-wire guide, .125”(3.2mm)
Microfracture Picks
 Microfracture Pick 90 deg, small
 Microfracture Pick 65 deg, small
 Microfracture Pick 40 deg, small
Wrist Micro Hand Instrument Set
 Micro Grasper, Straight
 Micro Grasper, Up 10 deg
 Micro Punch, Straight
 Teardrop punch, right
 Teardrop punch, left
 Probe
Page 7 of 7
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - A
Tender Document
Specifications, Terms and Conditions
X-Ray Machine
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TECHNICAL SPECIFICATIONS FOR X-RAY MACHINE
Compact, light weight easily transportable mobile radiographic unit
Suitable for bedside Digital X-Ray for Emergency medicine department ,intensive care unit, trauma patients,
operation theatres .
The unit must included the following.
1. Power line connections : The unit should operate in single- phase power supply and should have overload
protection. Plug in facility to any standard will outlet with automatic adaptation to line voltage 200 to 240 Volts
1.5 Amp plug.
2. The Generator : Must be Micro-processor controlled, high or ultra high frequency, output 10KW or above to
give a constants output.
3. It should have a digital display of mA and KV and electronic timer.
(i) KV range
40 KV to 125 KV
(ii) mA range- 100 mA or more.( More will be preferred)
(iii) Shortest exposure time
(iv) KV and mA increase or decrease switch
4. X-ray Tube : Output should match the output of the generator, must have a rotating anode with at
least 3000rpm and focal spot should be less then 1mm. Mention the heat storage capacity of the anode.
Multi-leaf collimation should be possible with inbuilt light source.
a) The collimator available in the equipment should have sufficient wattage of lamp for clear
visualization of the area of interest in open areas like wards/ICUs
b) It should have auto shut off facility to ensure longer life of the Collimator lamp.
Collimotor tilt +/- 90 degree or more
Self-diagnostic program with indicator for KV error, Filament error, tube heat thermal error
5. The unit must have an effective braking system for parking, transport and emergency braking. The tube stand
must be fully counterbalanced with rotation in all directions.
It must have an articulated arm for maximum positioning flexibility in any patient position. The angles in
various planesto be specified by manufacturer.
6. All cables should be concealed in the arm system.
7. The exposure release switch should be detachable with a cord of at least 5 meters.
8. The unit must have good cassette storage facility
9. Grid, one each of size 12”x15” and 10”x12” ( ratio 6:1 Parallel grid) should be provided with each unit.
10. Two light weight Zero lead aprons should be provided with each unit.
11. Mention availability of spare parts, expertise in servicing and maintenance / repair facilities.
12. All technical information provided in the quotation must be substantiated with attached printed
Original product data sheets, otherwise quotation may not be considered.
13. Quoted machine should be certified by AERB
14. USFDA and Europian CE
15. Must submit user list and performance report within last 5 years from major hospitals of repute
Page 1 of 1
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Department of Pathology
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - A
Tender Document
Specifications, Terms and Conditions
Micro Tissue Array
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TECHNICAL SPECIFICATIONS FOR MICRO TISSUE ARRAY
 Automated tissue microarray system with >50 Block Capacity
 Capbility for simultaneous loading, imaging, punching and drilling
 Automatic block and virtual slide matching
 Automatic slide localization on case center
 Core sizes varying from 0.6 to 2 or more mm
 TMA manual Kit should also be included.
 Capacity for 500 samples in one block from 0.6mm core
 Core extraction for molecular analysis
 Digital TMA with TMA evaluation software
Page 1 of 1
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Department of Nuclear Medicine
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - A
Tender Document
Specifications, Terms and Conditions
128 Slice PET- CT
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
TECHNICAL SPECIFICATIONS FOR 128 SLICE PET-CT
Supply Installation Testing and Commissioning of 128 slice
Positron Emission Tomography/ Computed Tomography (PET/CT)
Imaging System
NOTE: PET-CT SCANNER AND LIMITED TURNKEY (As it where basis) SHOULD BE QUOTED AS
A SINGLE PROJECT TO AVOID CONFUSION AT A LATER STAGE.
Technical Specifications of Positron Emission Tomography/Computed Tomography (PET/CT) Imaging
System
1.
General Qualification Criteria:
i.
Nomenclature of standard equipment: A latest technology high–resolution state-of-the-art positron
Emission Tomography Scanner integrated with 64 rows of solid state detectors with the capability of
128 slice CT generation.
ii.
Introductory year should be latest.
iii.
Must quote for its high-end latest technology model.
iv.
Original Datasheet, brochure and product literature.
v.
Latest Acquisition and Processing Software Version.
vi.
Quoted Model should be FDA approved.
vii.
AERB Certificate for the quoted model/ AERB type approval.
viii.
All Devices should be DICOM ready.
Expected functions of standard equipment: Advanced positron Emission Tomography with integrated
multi-slice CT studies for comprehensive Oncology, Cardiac, Respiratory, Abdominal, Neuro Studies
including brain perfusion, general vascular and whole body imaging applications with optimal
radiation dose efficiency. The system should be state of the art with fast acquisition speeds for imaging
with good temporal resolution. The equipment will be complete with Patient Table, control and
evaluation Unit, Computer system, latest user software and network module. The system should be
installed on a l i m i t e d Turn Key basis or in the space provided by the institution, where it is
to be installed according to the onsite feasibility.
2.
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
x.
xi.
xii.
xiii.
xiv.
PET Hardware
Gantry should have integrated PET & CT hardware.
Ring diameter should be 70 cm or more.
The patient gantry aperture should be ≥ 70 cm and uniform for both PET and CT.
Entire range of rotation times for full 360 degree with a minimum time of 0.4 or less.
Laser alignment lights to define both internal and external scan planes, operate over full range of gantry
and perpendicular relationship of coronal and axial lights.
Controls located on all four sides. / Two each sides.
Should have ECG gating and respiratory Gating with supporting hardware and Software.
The PET scanner should employ non-hygroscopic high light yield (≥ 80%) and low decay time scintilator
material like LYSO or LSO crystals for detecting 511 KeV gamma photons in coincidence with Time of
Flight (TOF) technology.
The system should have the capability of acquiring PET and CT images and fusion capabilities of
both PET & CT images without moving the patients.
System should have dynamic PET acquisition capability to acquire PET image independent of CT.
Standard Carbon-fiber table top on the PET-CT gantry with patient‟s load bearing capacity of
180kg or more with ± 1 mm positional accuracy with indexed patients positioning system.
Axial Field of view should be 16 cm or more.
The transverse field of view should be ≥ 50 cm
Page 1 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
xv. The scanner must have low power laser lines orthogonally mounted on the gantry for patient
alignment and auto-contouring. The laser should be mounted in such a way that the patient can be
positioned form either side of the gantry and the patient bed.
xvi. Efficient Gantry cooling system for continuous running of the machine with tilt angle + 30 degree
desired.
3. Performance Specifications:
i. All specifications must comply with NEMA Standards Publication NU2-2007/NU-2012 or latest
performance measurements without altering instrument parameters. QC Software to measure these
parameters must be available in the system.
ii. Axial spatial resolution at 1 cm from the central axis of the gantry should be ≤ 5 mm
iii. System efficiency: sensitivity must be ≥ 5 cps/KBq at 350 KeV.
iv. System Energy Resolution should be ≤ 12.0 %
v. 3-D scatter Fraction should be ≤ 36%
vi. Uniformity should be ≤ 2% variation. The coefficients of variations of Volume should be
≤ 5 % and System should be ≤ 1%.
vii. During image reconstruction system should use Time-of-flight algorithms, when required for better
lesion detectability.
viii. System should be capable of reconstructing images at the rate of 20 to 40 images/ sec by using HD
technology.
ix. Attenuation correction should be CT based. Protocol/Algorithm for attenuation correction
should be independent of metal/mA/IV contrast related artifacts
4. CT Hardware:
The system should be the latest available slip-ring technology with 64 rows of solid state detectors.
I.
X-RAY GENERATOR
Should be high frequency inverter type with power output sufficient to support and sustained continuous X
ray generation for single continuous spiral acquisition time “ spiral on time” should be 100 seconds or more.(
Better would be preferable).
II.
a)
b)
X-RAY TUBE:
High performance CT X-ray tube is essential for uninterrupted long spirals.
Anode heat storage capacity minimum should be 6.0 MHU, Tube Voltage between 80-140 kV,
Maximum Tube Current at least 600 mA.
c) Filter and beam limiting devices and other specific features to reduce radiation dose to the patient
(with separate adult and pediatric modes)
d) Specify the focal spot size and number according to IEC recommendations.
e) Automatic selection of focal spots should be possible.
III. Rotation time should be ≤ 0.4 sec
IV. Image slice width should be from ≤ 1 mm to 10 mm.
V. High contrast spatial resolution should be at 0% MTF 20 lp/cm, 10% MTF 15 lp/cm and 50% MTF10
lp/cm.(Specify actual resolution).
VI. Low contrast spatial resolution 3 mm at 0.3%at 2 rads. Noise 0.3% at 2.5 rads. (Specify actual
resolution).
VII. Pitch factor (volume pitch) should be variable between 0.4 to 1.75 and should be freely selectable. Give
details of all pitch selections.
VIII. Standard Rotation times should be 0.4 to 2 sec for 360 degree. Specify the minimum and maximum
with the range of pitch. Combinations of pitch slice thickness and spiral length should be easily
selected by the user. The system should optimize the radiation dose and resolution for each selection.
IX. Bolus triggered spiral acquisition should be possible.
X. Single continuous spiral acquisition time “spiral on time” should be 100 seconds or more.
XI. Gated cardiac and dynamic PET & CT imaging acquisition capability shall be provided.
4-D respiratory gating should be upgradable.
Page 2 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
XII. Facility for reconstruction of PET and CT images and immediate display of images in 1024 x 1024
matrix parallel to acquisition in spiral mode in 512 x 512 or higher matrix.
XIII. Patient Bed:
a) Precision bed should be made of low attenuation carbon fiber and minimum sag of the patient table top.
b) A separate flat carbon fiber table top with indexing should be provided for radiotherapy treatment
planning.
c) It should be able to bear 180 kg or more patient weight.
d) The horizontal motion of the patient bed must be electrically motorized and computer controlled with
an independent operator control option as well. Operator controls accessible from both sides of the
patient must be provided for both horizontal and vertical movements.
e) The horizontal travel of the bed should enable the full length scanning of a patient in one scan acquisition.
Full body horizontal length should be ≥ 190 cm and vertical travel from 60 to 90 cm.
f) A Digital readout of the horizontal and vertical position of the bed must exist and must be located near the
aperture controls for the bed to provide ease in positioning
g) Pediatric support, headrest, armrests, knee-leg support are to be provided (Med-tec or its equivalent).
h) Attachable Flat table top on the PET-CT gantry with LASER system required software and complete sets
of Immobilization devices.
i) The List of Simulation accessories for PET-CT based treatment planning is as below.
SR.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
DESCRIPTION
N
o
.
AIO COMPLETE SIMULATOR PACKAGE
AIO Base plate in High Pressure Laminates(HPL)
Head/ Neck solution Components
Set of High Density head support (3 size with W / of lateral flaps)
Set of High Density blocks and wedges (2 blocks and 2 wedges)
Prone head support – coated
Breast & Lung board Solution components
Small base plate in high pressure laminates (HPL)
Thorax abdomen – wedge 0
Thorax abdomen – wedge 5
Thorax abdomen – wedge 10
Thorax abdomen – wedge 15
Thorax abdomen- lateral support-0
Thorax abdomen- lateral support- 5(right / left)
Thorax abdomen- lateral support- 10(right / left)
Thorax abdomen- lateral support- 15(right / left)
Thorax abdomen – Arm rest – High
Thorax abdomen – Arm rest- Low
Prone Breast Board Solution Component
Prone Breast –caudal Cushion –standard 15cm clearance
Prone Breast –caudal Cushion –standard 15cm clearance
Prone Breast –caudal Cushion –standard 23cm clearance
Prone Breast –caudal Cushion –standard 23cm clearance
Prone Breast support cushion for contra lateral breast carbon fiber insert.
Prone Breast lateral support (left/right)
Prone Breast comfort wedge for contra lateral side
Prone Head support - adjustable – 2 slots
Page 3 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
32.
33.
34.
Belly board & Pelvic Solution Component
Belly & Pelvic Cushion
Belly Board Insert – full
Belly Board Insert – Large
Belly Board Insert – Small
Belly Board Insert hand grips 9 two pcs
Belly& Pelvic Lateral support (left-right)
Leg separator for AIO 2nd Generation
Knee & Leg Positioning Cushions
Knee & Leg Positioning Cushions- Low
Knee & Leg Positioning Cushions- Wedge
Knee & Leg Positioning Cushions- elevation
35.
Knee & Leg Positioning Cushions-Base Plate Extension
36.
Accessories – Hand Grip
Grip pole system
25.
26
27.
28.
29.
30.
31.
Accessories for individual Cushions
37. Side panels for individual cushions (4pcs)
XIV. Computer system:
(a) Latest high end reconstruction tools for pre and post processing of PET-CT data at main console. Facility
of DVD & CD writing and image transferring with additional work station system.
(b) LCD display monitor of at least 21 inch or more (diagonal) or more at all work stations.
(c) Latest windows based DICOM compatible software to be provided for acquisition and processing.
Latest and upgradeable software and hardware with all licenses (and upgrades for ten years) for all
Oncology, Quantitative Cardiology including bolus tracking, CTA, coronary tree, plaque analysis,
calcium scoring, bone mineral densitometry, myocardial perfusion quantification, coronary flow
reserve and Quantitative Neurology including perfusion application should be provided.
(d) Seamless connectivity to the existing server should be established for exporting the DICOM images
and 4D Gated images from PET/CT to the RT planning systems for radiotherapy planning.
(e) Connectivity with other DICOM enabled imaging modalities should be possible. This includes
connectivity with PACS and HIS (HL7 compliant systems).
(f) Computer Aided Detection (CAD) for lung nodule identification and growth rate calculation.
(g) CT Fluoroscopy with monitor near gantry. Stereotactic software for localizing lesions in x, y, z planes
compatible with third party Stereotactic frame.
(h) Contouring facility for gross tumor volume and clinical target volume. Image and Radiotherapy
structure transfer through network in DICOM to treatment planning system in Radiotherapy department.
(i) Specialized Software: A l l p r o c e s s i n g w o r k m u s t h a v e Specialized Quantification software
for Brain & cardiac studies (Quantification of Cerebral perfusion/cerebral blood flow and flow reserve,
Quantification of metabolic parameters. Quantification of myocardial perfusion and flow reserve). 4DM
or Equivalent for PET, SPECT, CT and MRI based myocardial perfusion study software with ECG
gated studies, wall motion and wall thickening abnormality analysis/quantification with bulls eye map
display. Separate Fusion software for registration of PET-CT images with imported Images and
networking/ cabling with satisfactory demonstration.
One additional computer (laptop) having core i7 or latest version processor, 4GB RAM, 500 GB or more
HDD, High resolution 15 inch display and CD-DVD RW facility must be equipped with latest generation
pharmacokinetic software and internal dose assessment software (OLINDA and MIRDOSE) as well as
Imalytics or equivalent (Pharmacokinetic Modeling) Software.
(j) The system should have a data editing facility for data acquired due to irregular heartbeat.
Page 4 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
XV. Image storage server and processor
a. Hardware should be high speed state of art processor with storage space not less than 10 terabyte or
more storage, 4 GB RAM, with automatic archival systems & High speed volume rendering graphics card
with minimum 2 GB RAM.
b. The server should have either proprietary or reputed software (e.g. Terra Recon or equivalent), capable
of advanced 3D processing and high end applications.
c. Archiving: Image archiving system of ≥ 4 TB capacities capable of maintaining database of patients
and images. Automatic Digital archiving of Data/studies on CD-R, CD-RW, DVD-R, DVD-RW along
with compatible drives and 1000 CD-RW and 1000 DVD-RW to be provided.
d. Latest anti-virus software should be loaded in the server for its protection and for protection of all client
systems. The antivirus should be updated regularly for the next 10 years.
e. A backup server facility should be available for retrieving the data when the main server crashes due to
any reasons.
Image Hard copy Device:
a.
Laser imager Dry chemistry DICOM with flexible formatting and software controlled operational
capabilities with networking – latest model at the time of supply. Printing of films of 14”x17”,
10”x12”&10”x8” size in a resolution of 600 or more dpi.
b. Two in nos. network Laser Color printers with compatible high capacity ink cartridges, with at least 16
million colors and 1200 dpi spatial resolution with accessories including workstation, digital DICOM
compatible.
c. Lamination machine with 100 no‟s of lamination roll for laminating paper images/reports.
d. Thinking system TM of similar latest reporting software so as to enable comparison with older studies
simultaneously: PET-CT processing and archiving software with all licenses and upgrades for a period of
10 years.
XVI. Image transfer/networking
i.
DICOM send/receive with hospital PACS and with RTP server.
ii.
Query/retrieve
iii.
Basic print
iv.
HIS/RIS work list
XVII. Post-Processing: Should be available in all workstations with all following applications
2-D, 3D including image zoom and pan, image manipulations, including averaging, reversal of
gray-scale value, and mirroring; image filter functions, including advanced smooth algorithm and
advanced bone removal algorithm.
ii.
Multi planar reconstruction of secondary views, with viewing perspectives in all planes.
iii.
Spatial alignment and visualization of two different data sets of one patient generated on different
modalities or with different acquisition times.
XVIII.
Acquisition protocols:
i.
Acquisition Modes: Acquisition in 3D modes must include Static, Whole Body, Dynamic and Gated
acquisition provisions. 3D whole Body acquisition protocols with prospective 3-D reconstruction
algorithm. Iterative reconstruction technique should also be available.
ii.
Acquisition Protocols: The acquisition program should support pre-programmed scan protocols with
acquisition and reconstruction parameters and patient information with simple, dynamic editing of
parameters. These parameters would include all information necessary to acquire data on the PET
scanner (e.g. scan duration, patient information, frame/list mode, bed motion), as well as information
necessary for reconstruction.
iii.
Whole body Acquisition: Multi bed acquisitions (e.g. for the purpose of whole body oncology
studies) should advance the bed from one position to the next Automatically
iv.
Dynamic Frame and List Mode Acquisition: The acquisition setup software must support multi-frame
acquisitions of different (arbitrary) frame duration's with no loss of data between frames.
v.
Automatic Acquisition Start: The option to start an acquisition automatically must be provided.
Page 5 of 18
i.
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
vi.
Reconstruction Start: Image reconstruction should simultaneously start for the acquired
images while acquisition is still in process.
vii.
viii.
Reconstruction Time: mention time
Pixel Size: The user should have the capability to specify the pixel size for reconstruction. The
reconstruction program should support reconstruction in image sizes of at least 128x128 or higher.
ix.
ECG gating and respiratory gating should be part of the offer and are to be provided with necessary
software.
XIX.
Work stations:
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.
S.No
Purpose of Work station
Qty
1
2
Acquisition
Common
Processing
Multimodality for Oncology, Cardiology and Neurology
1
5
3
RT Planning
1
4
Viewing Station with 60”
LED monitor
1
In each of these 5 workstations all licenses (permanent site licenses) should be available for the
aforesaid applications.
Operator control functions: registration scheduling; protocol selection; reconstruction; standard
evaluation applications; 3D display, Virtual Scopy including advanced colonoscopy, MPR, CMPR
reconstruction during acquisition. Image fusion facility should also be incorporated on all workstations.
Latest 4DM Cardiac PET – SPECT software.
Computer aided
diagnosis
software for neurological
applications
with
quantification ability (SISCOM or equivalent software)
Provision to make DICOM/PDF/JPEG/AVI/MPEG digital output.
Fusion software for CT/PET/SPECT/ MRI fusion and provision for multiple phases in 3D
demonstration and treatment planning system.
PET DICOM 3.0 or higher version must be implemented. It should have the ability to import
MR/CT DICOM Data.
Minimum size: minimum 21 inch or more diagonal LCD display for all work Stations.
Superior quality furniture to be provided for all work stations – minimum of five chairs and one table
with shelves for each work station.
Lead glass window: One clear transparent 100 x 120 cm with adequate lead equivalence (as per
AERB requirements) separating the PET/CT and the common console (total one in number).
xi. Accessory steel cabinets for storage – 2 nos.
XX. ACCESSORIES:
1. 4D compliant for Respiratory gating device for RT planning: The department of radiotherapy has
Electa Infinity linear accelerator system in the same wing. Hence, the supplied system must be ready for
non-invasive video based system using an infrared tracking camera and a reflective marker to
accommodate both breath hold and free breathing pattern of patients breathing cycle (both
prospective and re-prospective modes). It is the responsibility of the PET/CT vendor for the
successful integration of 4D gated images with the Electa network system (for transfer of the same to
the server of the RT planning system server). It is the responsibility of the PET/CT vendor to give all
the necessary hardware and software‟s including required licenses for smooth integration of 4D gating
of the PET/CT with RTP system and this should include license for PET/ SUV based contouring
software in eclipse RTP.
Page 6 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
2. FILM PRINTER: One Dry chemistry DICOM printer with flexible formatting and software controlled
operational capabilities with networking – latest model at the time of supply. Printing of films of 14”x
17”, 10”x12” & 10”x8” size in a resolution of 600 or more dpi. 2 nos. packs of films of the above sized
to be supplied.
XX. List of components & consumables to be supplied with the PET/CT unit (to include in the bid):
1. ACCESSORIES :
1) Automatic Pressure injector – 01 (One) in nos.
Digitally controlled CT contrast injection system (latest model – Dual Head) with Pedestal head mount,
syringe heater with minimum 500 nos. of compatible syringe (200 ml) and connector for dual injection
system.
Anaesthesia Equipment (Boyles apparatuses) with crash cart and resuscitation Kit – One Multi
function cardiac monitor (ECG, SPO2, & NIBP etc) Pulse Oxymeter, Defibrillator, Suction apparatus on
trolley.
3) UPS: A 3 phase input/output UPS with Steal Maintenance Free (SMF) batteries for the complete system
including CT with minimum 30 min. backup at full load should be provided, without discharge of battery
voltage.
4) Infant Cradles: (Branded / Standard make) - 01(One) in nos.
(Minimum 600 mm long and one 800 mm long cradle with stabilizing straps).
5) Phantoms and other accessories: For Quality control sets as required for Competent Authority
(AERB, Mumbai) latest recommendation:-A complete sets of Phantoms and other accessories for CT &
PET-CT Quality Assurance.
a. For Spatial resolution: One nos. of Hamilton syringe (100 micro liter capacity), one packet of capillary tube
(1mm diameter).
b. For Sensitivity: A complete set of Sensitivity Phantom,
c. For Scatter fraction, count-rate losses and randoms measurements : NEMA scatter fraction phantom
d. For Image Quality and PET-CT image registration: Image Quality Phantom (IEC/NEMA 2001/2007 body
phantom or equivalent).
e. For Coincidence timing resolution for TOF positron emission tomography (If required): As per requirement
of scanner.
f. For 2-D–3-D Radioactivity concentration calibration: A Cylindrical Phantom ( fillable F-18 Phantom)
g. For CT QC: CT Phantom (to test display profile with width, high contrast modulation and low contrast
resolution, slice, image noise and image uniformity etc.
h. For the kVp value and the half-value layer test (CT QC) : Type 1100 aluminium HVL filter set capable of
adding 1–10 mm aluminium filtration to the beam.
i. For Computed tomography number (CT QC): A phantom with areas of different densities, with, at a
minimum, water, polyethylene, acrylic polymers, Teflon and air.
6) On site remote service diagnostic capabilities with broad band facility to be provided.
7) 12 leads ECG machine (standard make) – 01(One) sets
8) One set sources for calibration likes phantom (Germanium-68) Calibration Sources and other Sources,
(calibrated for the date of installation) to last for least10 year-to be replaced as required.
9) Radiation
detecting
Alarms
meter
(standard
imported
make
like
Ludlum
(Biodex, Capintec or better etc.)
- 03 (Three) in nos
10) Radiation Sign: (Biodex, Capintec or better etc.)
Each 07 (Seven) in nos.
(Radiation Area, Radioactive Materials and other relevant messages caring)
11) Communication and Source security system
- As required
(five sets of High Resolution CCTV for security of radioactive source and monitoring of patients in post
injection rooms with hard disk recording (at least one month‟s storage capacity) and multi image display
monitor (32 inch ) & one set of public address system (with DVD player) along with 10 speakers placed in
all rooms concealed in false ceiling.
2)
12) Latest Automatic Dosimetry (TLD) Reader along with annealing unit with 500 TLD Discs and 50 Discs
Holder , TLD powder ( Lithium Fluoride / Calcium Fluoride Dysprosium / Calcium Fluoride Manganese )
with standard accessories ( Harshaw or any other equivalent make) : - 01(One) sets in nos
Page 7 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
13) Lead Shielded (Minimum 2 mm thick) Waste Containers for
PET Radiopharmaceutical waste (Biodex, Capintec or Ludlum)
- 03(Three) nos.
14) Shielded L Bench – high energy type (PET compatible with lead glass
(Biodex, Capintec or Ludlum):
- 01(one) nos.
15) Shielded (Minimum 0.5 inch thick lead equivalent) Decay drum for long half life radioactive materials
having energy 400 KeV or above
(Biodex, Capintec or Ludlum):
- 02(one) nos.
16) Digital Pocket dosimeter-Gamma & Beta: - 06(Six) nos.
(Ludlum, Rotem, Biodex or Canberra)
17) Digital Portable radiation survey meter
(Ludlum, Rotem or Victoreen)
- 02(Two) nos.
18) Digital Handheld Contamination monitor
(Ludlum, Rotem or Victoreen):
- 01(one) nos.
19) Shielded syringe holders (Tungsten made)
(Biodex, Capintec or Rotem):
- one each for 2ml, 5 ml, 10ml
20) Shielding transport containers for FDG
(Biodex, Capintec or Rotem):- One each for multi and single dose
21) Transport trolley for transport of shielding container
(Biodex, Capintec or Rotem): - One each for Multidose and Single Vials
22) Light weight Radiation Protection Aprons with stand
(Branded / Foreign made):- 05 (Five) in nos. (Both)
23) Area Zone Monitor (Ludlum, Rotem or Biodex): - 02 (Two) in nos.
24) Gonadal Shield, Thyroid Shield (of different sizes): - 04 (Four)in nos. each
(Biodex, Capintec or Rotem)
25) PET Eye goggles with lead tinted glass (Biodex/Capintec/ Rotem)-02 (two) in nos.
26) Digital temperature and humidity control reader: - 03 (Three) in nos.
(Branded/Standard made)
27) PET Dose Calibrator (CRC 55tR or equivalent) - 03 (Three) in nos. with one set of all three calibration
sources (Ba-133, Co-57 and Cs-133) and one set of Molly Assay shield and other QC Phantoms and
accessories for Dose Calibrator .
28) Lead lined glove (for PET Radiopharmaceutical Handling): - 02 (Two) sets in nos.
(Biodex, Capintec or Ludlum)
29) Gun Monitor (Biodex, Capintec or Ludlum):
- 01(One) in nos.
30) PET Dose Cabinet :-Heavy duty metal top table (SS or better) with provision of Dose Calibrator and LBench (Biodex, Capintec or Imported) installation with considering radiation safety requirements like lead
bricks (Biodex, Capintec or Imported) - 01 (One) sets
31) Long Tool (72 inch or larger with lock and unlock option):
- 01 (One) in nos.
(Biodex, Capintec or Imported)
32) Decontamination Kit (Biodex, Capintec or Imported):
- 02(One) in nos.
33) Various size forceps (12 and 18 inch) (Fisher or Branded):
- Each 5 (five) in nos.
34) FDA approved mobile automatic PET tracer infusion system with all standard accessories and consumables
(Medrad or Equivalent): 01 (One) in nos.
35) Glucometer (Imported): - 04 (Four) in nos.
36) Veinlite LED or Equivalen (Biodex, Capintec or Equivalent) -02 (two) in nos.
37) Digital Infusion Pump (Imported):- 02 (Two) in nos.
38) Automatic Blood pressure measuring apparatuses (Imported):- - 02 (Two) in nos.
39) Robotic Tools (hardware and software) for PET/CT guided biopsy with all standard accessories and
consumables for first 50 cases (Latest available model) :
- 01 sets
40) Electronic (fully Digital) weighing machine with Minimum range of 0-200kgs with SS top plate:
- 02 (Two) in nos.
Page 8 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
41) Post injection resting chair (Biodex or Equivalent): 05 nos.
42) Syringe carrier (0.25 Inch lead lined)(Biodex or Equivalent) :02
43) Injection Chair: 01(One) no.
44) PET Radioisotopes FUME HOOD with movable protective shield for 511 keV or above:01 in nos
Specifications for Fume Hood: The fume hood should comply with the German International standard and
safety requirements, the DIN 12924 NEU. Should be sliding window type with built-in double wall socket
220V,and water fitting with drainage basin, Size aprox 1200mm (W) x 820mm (D) x 2620 mm (H),
Materials: The fume hood should be constructed of stainless steel(Type 304) .Inner chamber finished in
chemical -resistant Epoxy paint and work surface covered with thick non glossy stainless steel sheet. Filter
(Charcoal filters) and Exhaust to be lead suitable distance as per safety standards.
Warranty & CMC as per tender terms.
45) High End Scanner (A3 size scanner with full optical resolution: (Optical Resolution of 9600 dpi by 9600
dpi across full A3 bed, and scan method single pass )
(HP, Canon or equivalent):
- 01(One) in nos.
2. Supply of F-18 FDG isotope on site to be quoted along with this bid on yearly basis for 5 years and the
payment will be made quarterly. The customer has all the discretion power to continue or discontinue the
procurement of F-18 FDG after 01 year during the 5 year contract.
3. Supply of one 20 mCi (740 MBq) Gallium-68 PET generator and other chemicals used for labeling of
peptides (DOTATATE & Similar molecules) for the 1st year after installation of facility and annual
supply of same for next 4 years is also quoted separately on yearly basis. The contract for supply of
Gallium-68
generator
and
other
chemical
necessary
accessory
components
for
DOTATATE/DOTANOC labeling is reviewed and renewed every year and the payment of which will be
made on annual basis.
9. Germanium 68 pin source or other required source for the calibration of the system to be
replaced as and when required for the period of warranty of 10 years.
10. PET RADIOPHARMACY SUPPLY *:
Bid should include supply of F18 FDG dose for 10 patients (10mCi/patient at door step) per consignment for
225 days per annum for 5 years. Delivery will be as and when required in batches of 10 patient‟s
dose.
Bid should include supply of F-18 FDG up to site basis. The price for this should be quoted yearly
basis separately for 5 years and the payment will be made quarterly. The customer has all
the discretion powers to continue or discontinue the import of F-18 FDG after 1 year during the 5
year contract.
a.
b.
Supply of one 20 mCi (740 MBq) Semi-automated Gallium-68 PET generator and other chemicals
used for labeling of peptides (DOTATATE & Similar molecules) for 1st year after installation of
facility and annual supply of same for next 4 years is also quoted separately on yearly basis. The
contract for supply of Gallium-68 generator and other chemical necessary accessory components for
DOTATATE/DOTANOC labeling is reviewed and renewed every year and the payment of which will be
made on annual basis.
Consumables for 68Ga-peptide synthesis: For 6 months (4 elutions per month)
S.N.
Name of the chemical
Quantity
Requirement
1.
Metal free water
1 litre
3 bottles
2.
Acetone
500ml
6 bottles
Page 9 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
c.
3.
Extra pure HCl
500ml
3 bottles
4.
Ethanol
500ml
6 bottles
5.
Ligand
1 mg
12-15 vials
6.
Strata-XC
100/ pack
2 pks
7.
RP C-18 or as per requirement
10/pack
10pks
8.
0.22 um filter
100/pack
1 box
Any other necessary accessories required for the peptide synthesis should also be included in the list.
11. OPTIONAL ACCESSORIES: (TO BE QUOTED SEPARATELY)*
*Cost of all the listed accessories should be provided separately as per General Conditions .
12. Limited Turn Key (As it where basis): a. Site Preparation: Design, planning, layout approval from competent authority and modification on turn-key
basis, adhering to all the prescribed safety guidelines of competent authority (AERB) and GMP regulations
like complete job of civil work at proposed PET-CT facility (like civil, flooring, false ceiling, wall finish/
painting, dust proof door and windows, electrical work, imported quality furniture (as per site
requirement)) at available area designated for proposed PET-CT facility.
Supply, Installation, Commissioning and seamless functioning of the entire system and also maintenance of
turnkey project till completion of warranty and CMC of the system in all aspects.
b.
c.
Civil work cost to be quoted separately as per actual requirements for the facility.
Since the strict control of access to a medical facility is neither possible nor appropriate, safety within the
facility should also be addressed through the design of circulation paths and functional relationships.
d. Provisions for securing the personal belongings of staff, visitors, and patients/residents should be
addressed.
e. The physical environment should be designed to support the overall safety and security policies and
protocols of the institution. Safety and security monitoring, when provided, should respect patient privacy
and dignity.
f. The Contractor must ensure that the works conform to the quality standards and to the satisfaction of the
Employer.
g. Quality Control: The works, plant and materials shall be subject to tests from time to time as per best
practices in the industry. Wherever mentioned in the Contract, the tests must be carried out at the
Contractor‟s expense. The materials shall be procured from reputed vendors approved by the Engineer.
The Contractor must also supply samples to the Engineer for his approval and also carry out the tests as and
when required by the Engineer.
h. Periodic Progress and review: Periodical review of the progress of the project shall be carried out in every
21 days and at any time desired by the Employer. For this purpose the Contractor shall prepare and
submit the progress reports as stated in the Contract.
i. Superior quality furniture (Branded, Imported quality) to be provided for all work stations-Minimum two
chairs and one table with shelves for each work station.
j. Steel Almirahs for storage (Branded, Imported Quality) – five nos.
k. Digital piped music -In all rooms with central Music Player of Sony or equivalent quality.
l. Lead Glass window as recommended and required: Separating the scanner and console.
m. Work station furniture
(Godrej/ Standard make)
Superior quality
All the materials / equipments used in turnkey should be of international standards. The samples of the
items should be submitted to the appropriate committee / Head of Nuclear Medicine, DRRMLIMS, for
approval and supply. Institute has discretion to decide about the brand that would be used.
Page 10 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
The contractor shall keep at site a latest copy of the following:
a)
b)
Contractor‟s Documents that shall include but not limited to the technical documents as follows:
Construction Drawings Detailed including any modifications etc.
c) List of Codes, standards and specifications being followed.
d) Documents required to satisfy all regulatory approvals,
13. Guarantee/ Warranty/ Maintenance for complete system:
a) Guaranty for complete system – 05 Yrs. (The complete system incl. all accessories, X-Ray Tube & PET
detectors, crystal and radioactive sources, and UPS with batteries after satisfactory functioning of the
equipment.)The firm will be responsible for import of spare parts, custom clearance including taxes
and transportation to the hospital during warranty and CMC period without any additional
payment by the institute.
b) Uptimes guarantee – 96 % uptime guarantees with provision of penalty.
c) The firm shall make arrangements for demonstrations before trial run and at the time of commissioning
of the systems and equipment.
d) For Delays : if the supplier fails to deliver any or all of the goods or perform the services within the time
period(s) specified in the contract, the purchaser shall, without prejudice to its other remedies under the
contract, deduct from the contract price, as liquidated damages, a sum equivalent to 0.5 percent of the
delivered price of the delayed goods or under formed services for each week of delay or part thereof until
actual delivery or Performance, up to a maximum deduction of 10 (ten) percent of the delayed goods or
services contract price. Once the maximum is reached, the purchaser may consider termination of the
contract.
e) For shortfall in equipment performance: Recovery shall be made from the supplier for not meeting the
guaranteed Performance/productivity of the equipment during actual testing as detailed in „Technical
Specifications‟, a sum equivalent to one percent of the cost of the equipment/plant for each unit of shortfall
in the guaranteed Performance/productivity, where applicable.
f) Comprehensive maintenance contract (CMC): - For whole system including x-ray tube replacement as and
when required and accessories for a period of five (05) years after the expiry of warranty period.
g) The Peripherals/accessories, electronics/electrical consumables (leads, probes, batteries etc), costly general
consumables,3-D phantom source and rod source, and batteries of UPS will also form part of the warranty
and thereafter CMC. Services, repairs and maintenance of all third party items will be the sole
responsibility of primary vendor. Replacement/replenishment of the coolant for gantry will also form the
part of warranty as well as CMC.
h) The CMC contract shall be executed after the warranty period; however, rates shall be fixed from now.
i)
The supplier should provide comprehensive maintenance contract (with spare/consumables/Accessories
including labour charges) inclusive of customs and all taxes for the next 5 year (i.e. year 6 to 10 inclusive).
The CMC shall be in the range of 3 to 4.5% of the (FOB + Rupees value of the local items if any excluding
turnkey) with annual inflation in the range of 5 to 8 % of the original CMC value. The entire item including
consumables criteria will be accepted.
j) Uptime Warranty: 96 % uptime, penalty in case fail to provide uptime of equipment, in which warranty
extended for double duration will be levied or 10,000/- per working day subtracted from the CMC payment
in case fail to provide uptime of equipment .
th
k) The vendor would be required to quote for CMC value which commence from sixth year onwards till 10
year.
l)
After sale service to be available locally in Lucknow with availability of an onsite certified PET-CT
trained engineer (certificate has to produce along with bid) on same model.
m) The Principal manufacturer to give undertaking that they will maintain and service the equipment in case
Indian agent / supplier fails to provide.
n) No. of trained and certified PET-CT service engineer on same model of equipment in North India
especially in Lucknow.
o) No. of Installation in India or Abroad.- Please provide a comprehensive list with their contact details
14. Final decision will be taken after on site satisfactory demonstration of the quoted model.
15. Availability of spares for Minimum 10 yrs. (Mandatory) –
Page 11 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
16. Warranty: The supplier shall give a comprehensive warranty for five years after installation and satisfactory
function of the system including all local items (and battery replacements). During warranty, if the firm is
not able to provide 96% uptime, the warranty will be extended in double proportion to the period the
equipment was non-functional.
17. Training:
a)
Period: - Four weeks (excluding journey period) at Society of Nuclear medicine and molecular imaging
(SNMMI),USA or EANM,Vienna certified training centres having (128 slice or more PET-CT scanner)
PET/CT and qualified/experienced Nuclear Medicine Faculty and Staff.
b) No of Persons: -Four (04) in nos.
c) India/Abroad: -Abroad (USA or Europe only)
d) A comprehensive list of certified training centers to be provided along with this bid.
e) On Site Training: - On site training by application specialist in phases to technical and clinical staff
initially and also on as and when required basis till the satisfaction of the user.
f) Two weeks training in best available site having same model available in India: - For Three (03) Persons.
18. Books /Journal:-Two (02) International journals of Nuclear medicine or related to Nuclear medicine
subscription for 10 years.
19. CD Cassettes: -10 or more Training CDs/DVDs.
20. Operating and Service Manual: - All the operating and service manuals in duplicates to be provided by the
vendor at the time of handing over the machine and their accessories.
21. Others -ISDN line with connectivity and paid up rental for 10 years.
22.Upgradeability:All software & hard ware upgrades to be provided free of cost for ten (10) Years.
23. The following documents are must be attached along with the technical bid
a) Availability of similar Equipment (In India or abroad ) :b) Product literature of available similar model :c) User certificate ( From Three Users Minimum) required: d) List of institution/ hospital where such equipments are installed and being functioning:
e) If item is to be procured on PAC basis give justifications (e.g.: Compatibility with existing equipmen
f) Certified that QR covers available brands in the market and is not specific to one brand.
24. GENERAL CONDITIONS & REQUIREMENTS :
In the above specifications wherever the word „shall‟ is mentioned, it is taken in the meaning that the
required feature / facility / procedure / specification / standard is mandatory.
All claims regarding meeting of the specifications shall be duly supported by appropriate, latest
technical catalogues / brochures from the manufacturer. Simply stating that the equipment meets
the specifications is not sufficient and any such quotations will be summarily rejected. Computer
printed documents or laser printouts will not be accepted as technical catalogues / brochures.
During the warranty period, software upgrades shall be provided free of cost wherever applicable.
The vendors shall submit a compliance statement point wise in regard to the specifications asked for
in the tender. It will be responsibility of the vendors to go through all the tender requirements
carefully and accordingly address each and every point about their compliance. The compliance
statement shall preferably be made in an Excel worksheet or any other tabular format for easy
evaluation. A softcopy of the submitted (signed) compliance statement must be provided on a CD.
The Supplier/Vendor should post a field service engineer based at Pondicherry for 24x7 equipment
maintenance. The Engineer should be authorized by the vendor and respective training certificate of the
engineer should be submitted at the time of commissioning
a. Since the strict control of access to a medical facility is neither possible nor appropriate, safety within
the facility should also be addressed through the design of circulation paths and functional relationships.
Page 12 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
b. Provisions for securing the personal belongings of staff, visitors, and patients/residents should be
c.
addressed.
The physical environment should be designed to support the overall safety and security policies and
protocols of the institution. Safety and security monitoring, when provided, should respect patient privacy
and dignity.
I.
•
Maintenance and Training requirements for systems, machines and equipment
The Contractor shall maintain all systems, machines and equipment during the defects liability period.
The developer shall see to it that all the warranty and guaranty cards are properly filled and duly
submitted to the Employer along with their maintenance manuals.
• The Contractor shall train the staff of the Employer for the new systems, machines and equipment
procured for the hospital. The minimum training period for the hospital staff should be 3 months which
can be varied by the Employer.
• The Contractor shall make arrangements for demonstrations before trial run and at the time of
commissioning of the systems and equipment.
• Operation and Maintenance Manual shall be supplied to the Employer for the new equipment and
latest machinery.
• These manuals shall contain in sufficient details, the procedures for operation and the maintenance
schedule for the medical and other equipment such as air conditioning etc.
II.
Periodical Progress review
Periodical review of the progress of the project shall be carried out in every 21 days and at any time desired
by the Employer. For this purpose the Contractor shall prepare and submit the progress reports as stated
in the Contract.
The contractor shall keep at site a latest copy of the following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.
q.
r.
s.
Contractor‟s Documents that shall include but not limited to the technical documents as follows:
Construction Drawings Detailed including any modifications etc.
List of Codes, standards and specifications being followed.
Documents required to satisfy all regulatory approvals,
A complete set of "as-built" records of the execution of the Works, showing the exact as-built
locations, sizes and details of the work as executed.
Any other document which the Engineer instructs from time to time
Design documents as mentioned above.
Operation and Maintenance Manuals
Records of Contractor's Personnel, Labor and Equipment
Charts, detailed descriptions of progress, including, each stage of design, procurement, manufacture,
delivery, construction, erection, testing, commissioning and trial operation;
Cash Flow Analysis of the past and estimate for the balance work on a fortnight basis.
Photographs showing the status of manufacture and of progress on the Site;
For the manufacture of each main item of Plant and Materials, the name of the manufacturer, location,
percentage progress, and the actual or expected dates of:
commencement of manufacture,
Contractor's inspections,
tests, and
shipment and arrival at the Site;
Copies of quality assurance documents, test results and certificates of Materials
List of Variations, notices given under Sub-Clause 2.4 (Employer's Claims) and notices given under
Sub-Clause 20.1 (Contractor's Claims);
t. Safety statistics, including details of any hazardous incidents and activities relating to environmental
aspects and public relations;
Page 13 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
III.
Quality Control
The Contractor must ensure that the works conform to the quality standards and to the satisfaction of the
Employer. The contractor shall submit his quality plan in accordance with the above
The works, plant and materials shall be subject to tests from time to time as per best practices in the
industry. Wherever mentioned in the Contract, the tests must be carried out at the Contractor‟s expense.
The materials shall be procured from reputed vendors approved by the Engineer. The Contractor must
also supply samples to the Engineer for his approval and also carry out the tests as and when required by
the Engineer.
The following furniture (both medical and general) room wise distribution as provided in Annexure A shall
be supplied. The vendor shall propose the specification for approval of DRRMLIMS.
The items to be quoted under medical and general furniture should be manufactured by the standard
medical & general manufacturers and samples of the items should be submitted to the appropriate
committee to be constituted by DR.RMLIMS for approval and supply.
SCOPE OF WORK
GENERAL
A u g m e n t a t i o n of PET-CT Scanner in the Nuclear Medicine Department including necessary civil,
electrical works & all services and SITC of Equipments like PET CT at DR.RMLIMS, Lucknow.
WORK CONTENT
Brief Scope
The project involves procurement, installation, testing and commissioning of equipments, and construction
of treatment rooms and associated facilities at the Oncology Building at DR.RMLIMS. The project
has the following components.
• Procurement, installation, testing and commissioning of Positron Emission Tomography /
Computed Tomography (PET / CT) Imaging System.
• Procurement, installation, testing and commissioning of Medical equipment & furniture.
• Latest model Ceiling mounted LCD Projector with USB drive retractable white screen at Satellite
work station cum seminar room.
• Providing desktop computers with latest configuration, UPS, printers, printer cum fax cum Xerox
machine etc.
• Telephone connection (direct line with STD Facility) and intercom (all hardware included).
The scope of work consists Project planning, design, construction, procurement, installation, testing and
commissioning of equipments, and integrated commissioning of the PET-CT Facility. Necessary
building work is to be designed and executed as per relevant codes, Technical Specifications,
conceptual / layout drawings and AERB regulations.
The work shall, inter-alia, include the following:
i.
The construction design shall be appropriate to the type of equipment to be installed and shall
conform to AERB regulations.
ii. Approval of Atomic Energy Regulatory Board shall be obtained for the design, construction,
installation and commissioning of equipment.
iii. Detailed design engineering including architectural design and construction documents, structural
engineering, electrical engineering, heating ventilation and air conditioning plans, medical gases
and manifold plan, plan for the central sterile services department, communication and
networking plan, fire detection and protection plan and waste management etc.
iv. Site clearance and dismantling of obstructions etc., before commencement of work.
v. Getting approvals / permissions / permits of the statutory / local / governmental agencies including
AERB for using the facility for patient care purposes.
vi. Building construction and installation of all services and making all the building services fully and
functionally operative.
vii. Procurement, installation, testing and commissioning of medical equipment as per specifications
provided.
Page 14 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
viii. Procurement and installation of furniture and fixtures including internal and external signage‟s.
ix. All aspects of quality assurance, including testing of medical equipments and other components
of the work shall be done and the report to be given to DR.RMLIMS. Manufactures test data
certifying compliance with specified performance requirements and with requirements of the
contract document should be also given to DR.RMLIMS.
x. Project Management to ensure completion of Project as per the specified timelines.
xi. Submission of the completion (i.e. „as-built‟) drawings and other related documents. A soft copy
in Auto CAD or other similar software‟s shall also be submitted.
xii. Clearance of site before Handing over of the facilities after fulfilling all the obligations under
“Employer‟s Requirement”.
xiii. Making good any defect (if any) in Defects Liability Period.
CIVIL WORKS
Bidder shall be responsible for the design and construction of the proposed nuclear medicine block.
Bidders are strongly advised to visit the site and carry out the assessment of works. All
material should be of high quality and sample should get approved by DR.RMLIMS commencing the
use. Bidder shall be responsible for complete design of facility as per AERB requirement and other
statutory requirements. The bidder should ensure structural stability of existing building with 3 levels
(G+2) building.
All the walls/partitions of the PET-CT Facility should be as per AERB norms. Total area of construction
will be around 250 square meters.
Bidder shall be responsible for the interior design including construction of counters, doors with and
without lead lining, windows and any other work required for the smooth functioning of the nuclear
medicine department.
List of Approved makes
Wall tiles – Kajaria or Johnson
Floor tiles - Kajaria or Johnson
AIR- CONDITIONING ,DUCTING AND FALSE CEILING
Bidder shall be responsible for air conditioning inside the proposed nuclear medicine department. The
existing chiller has capacity to cater the demand of the proposed block. Bidder shall be responsible for
supply, installation, testing and commission of the HVAC system ie AHU, ducting and other related
work .Temperature should be 22 ± 2 degree Celsius and relative humidity should be 50 ± 5%.Total
tonnage required will be around 15 TR. Proper insulation of ducting has to be done by the bidder. Bidder
shall be responsible for the false ceiling work inside the proposed block. Bidder has to carry out all the
works as per latest national/international standards. Heat dissipation of equipment in to scanner room
should be considered in the design. Humidity control should be provided as required.
1
2
Air Handling Unit
Fan Coil/Cassette Unit
3
4
5
6
7
Centrifugal fans
Thermal Heat Recovery Wheel
M/S. & GI Pipes
Ball valve (up to 30 mm)
Butterfly valve
Blue Star, Carrier, Voltas, VTS, Caryaire, Edgetech, Zeco
Blue
Star,
Voltas, Caryaire, Mukund, Edgetech, Zeco,
Midea
Nikotra, Comfrei, Kruger
ABB, Bry Air, Novelaire
Tata Steel, Jindal
Danfoss, RB, Sant, Rapid
Intervlalve,
C&R,
Audco,
Advance, Econsto
8
9
10
11
12
Pressure Gauge
Thermometer
Ball valve (Fan Coil Units)
Auto Air Vent Valve
Grille/diffuser
Fiebig, Wika, H Guru.
Emerald, H Guru, Feibig
Rapid Control, Emerald, Castel
Rapid Control, RB, Anergy
Caryaire, Ravistar, Air Master, Dynacraft,
Page 15 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
13
14
Caryaire, Ravistar, Air Master, Dynacraft Air Breeze / Ajanta
Armacell, Armaflex, Eurobatex, K Flex
18
Volume/Fire Damper
Closed Cell Elastomeric Insulation
along with adhesive
Fibreglass (Foil Faced)
Expanded Polystyrene (TF
Two way motorized valve for AHU &
FCUs
Room Thermostat/Humidistat
19
20
Flow Switch
Factory Fabricated Ducts.
Honeywell, Siemens, Rapid Control
Zeco, Rollarstar, Camduct, Western Air
15
16
17
UP Twiga, Owens Corning, Kimmco
Beardsell, Qualty thermopack, Coolite
Tour Andover , Johnson Control , Honeywell, Siemens
Tour Andover , Johnson Control, Honeywell, Siemens
ELECTRICAL WORKS
Bidder shall be responsible for the design, installation, testing, and commissioning of the
electrical system for the proposed block. Consignee will provide required three phase line from the
existing substation. Approximate distance from the nearest substation is 500 m .All remain works
including cabling, distribution panel, isolators, MCBs, Switches has to be done by the bidder.
Bidder shall be responsible for electrical works and other cabling necessary for the efficient
working of the equipment inside the proposed block. .Circuit breaker shall be ACB/MCCB. Panel
board should be with 2 mm thick CRCA sheet manufactured by panel fabricator having valid
CPRI certificate for fabricating similar type of panel. All work shall be carried out as per latest
CPWD specification. The PET/CT is to be supported with UPS with 30 minutes back up (full load)
The major power requirements
Maximum power requirement for PET/CT - 150 KVA Maximum
List of Approved makes
Cables
Gloster / Universal / Polycab
Wires
Finolex / RR kabe l/ Gloster / Anchor
Switches
-
Legrand / MK / Crabtree
FIRE FIGHTING
Bidder should provide effective firefighting system. Bidder should extend fire sprinkler system
from the existing system to the new block except equipment room. Equipment room should be
supported with fire extinguisher. Safety clearance from the concerned authority has to be
obtained by the bidder. Water should be drawn from the existing fire tank.
PLUMBING WORKS
All plumbing works associated with proper functioning of PET-CT Facility has to be carried out by
the vendor. Proper drainage will be the responsibility of the vendor. Plumbing requirement for the
active toilet has to be done by the bidder in accordance with the AERB norms. Water mains have
to be drawn from the existing building.
VENTILATION AND LIGHTING: Proper Ventilation system has to be provided for hot lab,
Decontamination room, Waste room etc. Light fitting should be mirror reflector type. Light fittings
should be Philips / Wipro / GE.
Design criteria to be specified with the proposal by the
Tenderer
The design of the Tenderer shall be of international standards and should be complete in all respects
as per international best practices. Detailed design including the design criteria, codes and
standards and specifications of the materials to be used for the design should be submitted by the
Tenderer along with his proposal. Other documents as detailed in Employer‟s Requirements and
Sub-clause 4.2.4 of Instruction to Tenderers should be submitted along with the design.
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Page 16 of 18
Reference to the Standard Codes of
Practice
All Standards, Technical Specifications and Codes of practice referred to shall be
latest editions including all applicable official amendments and revisions. The
Contractor shall make available at site all relevant Indian Standard Codes of practice as
applicable.
Wherever Indian Standards do not cover some particular aspects of design/
construction, relevant International Standards shall be referred to. The contractor shall
make available at site such standard codes of practice.
In case of discrepancy among Standard codes of practice, Technical Specifications
and provisions in Employer‟s Requirements, the order of precedence shall be as below:
i)
Provision in General Requirements of Employer‟s
Requirements
ii) Technical
Specifications
in
Employer‟s
Requirements,
iii) Standard
Codes
of
Practice.
In case of discrepancy in reference to Standard Codes of Practice, the order of precedence shall be BIS,
IRC, BS, ASTM, DIN
iV) All radiation equipment installation should follow AERB requirement.
2.2.4
Dimensions
The levels, measurements and other information concerning the existing site as shown on the conceptual /
layout drawings are believed to be correct, but the tenderer should verify them for himself and also
examine the nature of the ground as no claim or allowance whatsoever shall be entertained on
account of any errors or omissions and commissions in the levels or strata turning out different from
what is shown on the drawings.
TIME SCHEDULE
The tenderer shall submit with the tender “Time Schedule” for completion of various portions of
works. This schedule is to be within the overall completion period of 06 months. The detailed
program in the form of a Critical Path Method (CPM) network shall include all activities starting from
design to completion.
Supply, Installation, Testing and Commissioning of Positron Emission Tomography/Computed
Tomography (PET/CT) Imaging System
Primary vendor quote for the supply, installation and commissioning of
(A) A state-of-the-art 128-slice PET/CT, and Site Preparation: Designing, planning and constructions on turnkey basis, adhering to all the prescribed AERB safety guidelines and local regulations.
•
•
•
•
•
•
Installing and commissioning of the PET/CT equipment and its accessories.
Getting approvals from the local and national regulatory authorities including AERB approval for using
the facility for patient care purposes.
AERB approval for full commissioning of the equipment.
Certification: Type Approval Certificate / No objection certificate from AERB Mumbai for the
equipment should be available. It is the responsibility of the vendor to obtain AERB certificates. Also it
is the responsibility of the vendor to do all the quality assurance tests on the equipment and the report
should be given to DR.RMLIMS. Manufactures test data certifying compliance with specified
performance requirements and with requirements of the contract document should be also given to
DR.RMLIMS.
All equipment, accessories, other ancillary equipment needed, warranty, turnkey and accessories
under turnkey should be part of tender. The turnkey part and the supply FDG and Gallium-68
generator with their accessories for 5 years should be quoted separately. However, the final bid
evaluation will be done based on the final prices of all the above parts.
All the Application, Operating and Service manuals in duplicates should be provided by the vendor at
the time of handing over the machine. At least one of these manual sets to be provided in computer
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
•
readable format, preferably as Word for Windows format document.
Supply of F-18 FDG isotope on site to be quoted separately along with this bid on yearly basis for 5
years and the payment will be made quarterly. The customer has all the discretion power to
continue or discontinue the procurement of F-18 FDG after 1 year during the 5 year contract.
Page 17 of 18
•
Supply of one 20 mCi Gallium-68 PET generator and other chemicals used for labeling of peptides
st
(DOTATATE & Similar molecules) for the 1 year after installation of facility and annual supply of same
for next 4 years is also quoted separately on yearly basis. The contract for supply of Gallium-68 generator
and other chemical necessary accessory components for DOTATATE/DOTANOC labeling is reviewed
and renewed every year and the payment of which will be made on annual basis.
• Upgradeability: The quoted price should include software (including licenses) and hardware upgrades to
be provided free of cost for ten years (during warranty period and CAMC period).
Any options or added facilities not indicated in the specifications may also be given. Any improved
modifications or updated versions of the system can be included in the quotations.
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Page 18 of 18
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Enclosure-C
Tender Adv. Ref No.RMLIMS/MM(eq)/14-15/3745
Make & Model No.
Quoted PRICE: INR
…………
Accessories in INR
………
Price + Accessories Amount
………
VAT/CST (applicable as per rules)
………
Amount (Price + Accessories Amount+ VAT/CST)
………
CMC (From 6th to 10th Year)
…………
6th
…………
7th
………
8th
…………
9th
…………
10th
…………
Total CMC
…………
Service Tax on CMC ( applicable as per rules )
………
CMC Price + Service Tax
…………
Amount + CMC with Service Tax (6th to 10thyrs) in INR
………
Total Cost
[Amount + CMC with Service Tax (6th to 10thyrs) in INR]
---------
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure-D
Tender Adv. Ref No.RMLIMS/MM(eq)/14-15/3745
Dated:26.12.2014
EQUIPMENT Name:
Make & Model No.
Quoted FOB PRICE: SGD/JPY/Euro/USD/YEN etc.
………
* Accessories (if any) in Forigen Currency
……..
Price + Accessories
………
Less Indian Agency Commission (if any)
……
Net FOB Value
……
Add Freight & Insurance
………
Total CIP / CIF Value
………
* Custom Duty
………
* Clearence Charges
……
* Add Indian Agency Commission
………
Cost of Equipment + Custom Duty Charges & Custom Clearance Charges
………
* Accessories (if any) in INR
………
VAT/CST ( applicable as per rules )
…………
Total Accessories Price (INR) + VAT/CST
…………
CMC (From 6th to 10th Year)
…………
6th
…………
7th
………
8th
………
9th
………
10th
…………
Total CMC Value
………
Service Tax on CMC ( applicable as per rules )
………
Total CMC Price (6th to 10thyrs) + Service Tax
…………
NOTE:- (*) Conditions applied.
* Custom Duty will be paid on actual or Quoted rate, whichever is less.
* Clearance Charges will be paid on actual or maximum @ 1% of FOB Price, whichever is less.
* Indian Agency Commission will be paid on the conversion rate of comparative chart on which basis the P.O. will be
awarded. The IAC will be paid after final installation of the machine.
* Accessories Detail List with Price may be annexed with this format.
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Enclosure-E
Note:-Each & Every page or paper of the tender document should be serially numbered,
siged & stamped by an authorized signatory of the bidder.
 Fill check list in proper manner as per below format:-
S.No.
1
2
3
4
5
6
Description
VAT Registration certificate duly attested
copy by a Gazetted Officer should also be
enclosed.
VAT, Income Tax clearance certificate.
The affidavit from a notary that the firm has never
been black listed must be attached along with the
tender failing which the tender will be rejected and
no correspondence will be entertained in this
regard.
The tenderers should clearly state whether he/they are
manufacturer, accredited agents, or sole representative
(indicating the name of Principal) on the top of the Bid
and the authority letter must be attached with technical
bid, but authorization as Agent/ Distributor /
Representative for this tender only will not be
accepted.”
The tenderer shall specify regarding after sales services
within the Guarantee/Warranty period.
Earnest Money be paid in shape of DD, TDR, FDR,
drawn in favour of the "Finance Controller, Dr Ram
Manohar Lohia Institute of Medical Sciences,
Lucknow", payable at Lucknow, U.P. India as
mentioned in the tender notification.
Page
(From)
Page
(To)
DR. RAM MANOHAR LOHIA INSTITUTE OF MEDICAL SCIENCES
VIBHUTI KHAND, GOMTI NAGAR, LUCKNOW
PHONES: 0522-4918555, 4918504, FAX 0522-4918506
Annexure - B
LETTER OF SUBMISSION
Tender No. RMLIMS/MM(eq)/14-15/3745
Dated
26.12.2014
Full Name of the firm______________________________
Address ________________________________________
_________________________________________
Phone & Fax No.__________________________________
To,
The Director,
Dr. Ram Manohar Lohia Institute of Medical Sciences,
Vibhooti Khand, Gomti Nagar,
Lucknow.
Dear Sir,
I/We hereby offer to supply the stores detailed in the schedule hereafter or such portion there of as you
may specify for the acceptance of tender and the price given in the said schedule and agreement to hold this
offer open till ______________________________. I/We shall be bound by a communication of acceptance
dispatched within the prescribed time.
I/We have understood the instructions to tenderer and the conditions of contract and have thoroughly
examined the specifications/drawings and / or / pattern quoted in the schedule here to and am/ are fully aware of
the stores required and my/ our offer is to supply stores strictly in accordance with requirement
Yours faithfully,
(Signature of Tenderer)
Dated :