You are on page 1of 156

1

BIDDING DOCUMENT FOR


PURCHASE OF ELECTRO MEDICAL
EQUIPMENTS
FOR PESSI HOSPITALS OF ZONE-01
YEAR 2019 – 2020

SOCIAL SECURITY TEACHING HOSPITAL


Address: Multan Road Lahore
Ph. No. (042)-99330034-38
2

CHECK LIST (MANDATORY TO FILL)

S.# DETAIL YES/NO PAGE #


1. Original receipt for purchase of tender (F-6)
2. Minimum two years business history from date of
authorization.
3. Mandatory warranty of the product as per terms and conditions
of the contract. Proof that the company is authorized to give
warranty on behalf of the Principal to be provided.
4. Acceptance of terms and condition, tender documents duly
signed and stamped.
5. Company profile including engineering and managerial
capability.
6. An affidavit on stamp paper of Rs. 100/- submitting following
clauses: 1) that maintenance of equipment and replacement of
defective parts under warranty shall be done, II) that the firm is
never blacklisted on any grounds whatsoever.
7. Price should not be mentioned on technical bid.
8. Professional Tax Clearance Certificate, National Tax Number
and General Sale Tax number certificate.
9. List of quoted products supplied to Govt. Hospital and private
sector.
10. Literature & brochure wherein detailed technical specifications
of quoted product be mentioned
11. Valid Manufacturer authorization certificate duly signed and
stamped by the respective Foreign Principal.
12. Certificate/documentary proof to the effect that the Principal is
the original manufacturer of the required goods (major
components, mainframe, etc).
13. Certificates regarding quality of production for conformity with
International Standards (copy of certificate FDA, CE,
JIS/MHLW)
14. Detail of technical staff to be provided.
15. Latest 2 years tax returns, audited balance sheet & bank
statement.
16. Copies of Supply orders of quoted items over last two years(
minimum) Government /private sector.

Note: 1- Fill in the check list properly/completely


2- All bids should be submitted in tape or ring binding.
3- All documents should contain proper page marking, attached in sequence as
indicated for evaluation in the bidding document and signatures of authorized person.
Instructions to Bidders (ITB)
G en era l Ins tr uct ions :
1. Content of Bidding Document
1.1 The goods required, bidding procedures, and Contract terms are prescribed in the bidding
documents. In addition to the Invitation for Bids, the bidding documents include:
(a) Instructions to Bidders (ITB);
(b) General Conditions of Contract (GCC);
(c) Special Conditions of Contract (SCC);
(d) Schedule of Requirements;
(e) Contract Form;
(f) Manufacturer’s Authorization Form;
(g) Bid Form; and
(h) Price Schedule.
(i) Technical Specifications;

1.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding
documents. Failure to furnish all information required by the bidding documents or to submit a bid not
substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and
may result in the rejection of its bid.

2. Source of Funds
2.1 The Punjab Employees Social Security Institution has allocated for purchase of medical equipment
under the relevant head of Account during the financial year 2019-2020 (herein referred to as the
“Procuring Agency”).

3. Eligible Bidders
3.1 This Invitation for Bids is open to all original Manufacturers/authorized Sole Agents of
Foreign Principals in Pakistan for supply of goods.

3.2 The bidder must possess valid authorization from the Foreign Principal / Manufacturer and in
case of Manufacturer; they should have a documentary proof to the effect that they are the original
Manufacturer of the required goods.

3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued
by any Government (Federal, Provincial), PESSI, a local body or a public sector organization.

3.4 Any offer not received as per terms and conditions of the Bidding documents is liable to
be rejected. No offer shall be considered if:-
i. Received without earnest money from any firm.
ii. It is received after the time and date fixed for its receipt.
iii. The tender is unsigned
iv. The offer is ambiguous.
v. The offer is conditional.
vi. The offer is from a firm, black listed, suspended.
vii. The offer is received by telegram/fax.
viii. Offer received with shorter validity than required in the tender enquiry.
ix. The offer is for store not conforming to specification indicated in the tender
enquiry. No counter offer will be accepted.
3.5 The bidder must be an active payer. National Tax Number (NTN) and General Sales
Tax Number with documentary proof shall have to be provided by bidder(s).

4. Eligible Goods and Services


4.1 All goods and related services to be supplied under the contract shall have their origin in eligible
source Countries and all expenditures made under the contract shall be limited to such goods and
services.

4.2 For the purpose of this clause, (a) the term “Goods” includes any Goods that are the subject of
this Invitation for Bids and (b) the term “Services” includes related services such as transportation,
insurance, after sale service, spare parts availability, etc. For purposes of this clause, “origin” means
the place where the goods are mined, grown, or produced, or the place from which the related services
are supplied. Goods are produced when, through manufacturing or processing, or substantial and major
assembly of components, a commercially recognized product is produced that is substantially different
in basic characteristics or in purpose or utility from its components.

4.3 The quoted electric equipment must comply with the Standard Electrical Power System of the
Country i.e., 220 V/50 Hz.
4

5. Cost of Bidding
5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the
Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct
or outcome of the bidding process.

6. Clarification of Bidding Documents


6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring
Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring
Agency shall respond in writing to any request for clarification of the bidding documents, which it
receives not later than ten (10) days prior to the deadline for the submission of bids prescribed in the
Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of
the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that
have received the bidding documents.

7. Amendment of Bidding Documents


7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective Bidder, may
modify the bidding documents by amendment.
7.2 All prospective Bidders that have received the bidding documents shall be notified of the
amendment in writing or through procuring agency website, and shall be binding on them.
7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into
account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the
submission of bids. Amendment notice to that effect shall be communicated in the same manner as
the original invitation to bid.

8. Qualification and Disqualification of Bidders


8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction
whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is
qualified to perform the Contract satisfactorily, in accordance with the evaluation criteria.
8.2 The determination shall take into account the Bidder’s financial, technical, and production
capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s
qualifications submitted by the Bidder, pursuant to evaluation criteria as well as such other
information as the Procuring Agency deems necessary and appropriate.
8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A
negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring
Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s
capabilities to perform satisfactorily.
8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons
for or prima facie evidence of any defect in Supplier’s capacities, may require the Suppliers to provide
information concerning their professional, technical, financial, legal or managerial competence.
8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information
submitted by him concerning his qualification as Supplier was false and materially inaccurate or
incomplete.
8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to
be indulging in corrupt or fraudulent practices shall be black listed under the relevant provisions of
PPRA Rules 2014

9. Corrupt or Fraudulent Practices


9.1 The Government of Punjab defines Corrupt and Fraudulent Practices as “the offering, giving,
receiving, or soliciting of anything of value to influence the action of a public official or the contractor
in the procurement process or in contract execution to the detriment of the procuring agency; or
misrepresentation of facts in order to influence a procurement process or the execution of a contract,
collusive practices among bidders (prior to or after bid submission) designed to establish bid prices
at artificial, non-competitive levels and to deprive the procuring agency of the benefits of free and
open competition and any request for, or solicitation of anything of value by any public official in the
course of the exercise of his duty; it may include any of the following practices:

(i) coercive practice by impairing or harming, or threatening to impair or harm,


directly or indirectly, any party or the property of the party to influence the
5

actions of a party to achieve a wrongful gain or to cause a wrongful loss to


another party;
(ii) collusive practice by arrangement between two or more parties to the
procurement process or contract execution, designed to achieve with or without
the knowledge of the procuring agency to establish prices at artificial, non -
competitive levels for any wrongful gain;
(iii) corrupt practice by offering, giving, receiving or soliciting, directly or indirectly,
of anything of value to influence the acts of another party for wrongful gain;
(iv) fraudulent practice by any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation;
(v) obstructive practice by harming or threatening to harm, directly or indirectly,
persons or their property to influence their participation in a procurement
process, or affect the execution of a contract or deliberately destroying,
falsifying, altering or concealing of evidence material to the investigation or
making false statements before investigators in order to materially impede an
investigation into allegations of a corrupt, fraudulent, coercive or collusive
practice; or threatening, harassing or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to the investigation or from
pursuing the investigation, or acts intended to materially impede the exercise
of inspection and audit rights;

Preparation of Bids
10. Language of Bid
10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the
bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting
documents and printed literature furnished by the Bidder may be in another language provided they
are accompanied by an accurate translation of the relevant passages in English, in which case, for
purposes of interpretation of the Bid, the translation shall govern.

11. Documents Comprising the Bid


11.1 The bid prepared by the Bidder shall comprise the following components:
(a) A Bid Form and Price Schedule completed in accordance with instructions to the bidder
clause 12 and 13 (to be submitted along with financial proposal);
(b) Documentary evidence established in accordance with instruction to the bidder clause
15. that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is
accepted;
(c) Documentary evidence established in accordance with instruction to the bidd er clause
16 that the goods to be supplied by the Bidder are eligible goods and conform to the
bidding documents.

12. Bid Form and Price Schedule


12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the
bidding documents indicating the goods to be supplied, a brief description of the goods,
specifications, make, model, country of origin, port of shipment (in case of CPT / CFR), freight and
warranty, taxes, quantity, and prices

13. Bid Prices


13.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the
goods, it proposes to supply under the Contract.
13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/
correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/
bid number of the quoted item may be marked or highlighted with red/yellow marker.
13.3 The Bidder should quote the prices of goods according to the technical specifications. The
specifications of goods, different from the demand of enquiry, shall straightway be rejected.
13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and
duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered
as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or
6

other taxes shall be passed on to the Procuring Agency.


13.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall
straightaway be rejected. Conditional offer shall also be considered as non -responsive Bidder.
13.6 While tendering your quotation, the present trend/ inflation in the rate of goods and services in
the market should be kept in mind. No request for increase in price due to market fluctuation in the
cost of goods and services shall be entertained after the bid has been submitted.

14. Bid Currencies


14.1 Prices shall be quoted in Pak Rupees in case of FOR/ DDP.
14.2 Price shall be quoted in foreign currency in case of CIF/C&F basis. State Bank of Pakistan’s
foreign currency selling rate will be considered from the date of opening of financial bid
(Import Cases).

15. Documents Establishing Bidder’s Eligibility and Qualification


15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s
eligibility to bid and its qualifications to perform the Contract if its bid is accepted.
15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring
Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined
under instruction to the bidder.

15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of
qualification and technical evaluation shall include:
(a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in
case of Manufacturer, documentary proof to the effect that they are the original Manufacturer
of the required goods shall be provided.
(b) National Tax Number (NTN) and General Sales Tax Number (if applicable) with
documentary proof shall have to be provided by each Bidder in the tender.
(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. 100/- that their
firm has not been blacklisted in the past on any ground by any Government (Federal,
Provincial), PESSI a local body or a public sector organization. On account of submission of
false statement the Bidder shall be disqualified forthwith and subsequently black listed.
(d) The Bidder should have minimum two years experience in the market, as specified for
relevant equipment which will be counted from the date of Authorized Letter of Principal/Local
Manufacturer. Similarly it is mandatory that the item to be quoted by the Bidder/ Manufacturer
should have already been used in different public/ private Institution/ hospitals. Documentary
proof shall have to be provided in this regard.
(e) The Bidder is required to provide with the technical proposal the name of item(s), tender
number and serial number in the exact manner as quoted in the financial proposals.
(f) The Bidder must indicate the country of origin of the goods, capacity of production of the firm
(in case of manufacturer), its financial status, necessary assurance of quality production,
Certificate(s) for conformity with International standards of Quality (original or attested
certification) and list of qualified (attested degrees or certification) technical persons along
with qualification and trainings (including details of CNIC), payroll details of staff, list of main
service, testing and calibration tools and supervisory staff working in the production and
quality control departments in the manufacturing plants.
(g) The Bidder (in case of manufacturer) shall provide a list of plant, major machinery and
equipment installed in the factory. All necessary equipment must be calibrated and validation
certificate to be included in the technical bid.
(h) In case of non-local manufacturers the list of Countries in which the specific product is
available and is in use. Information to be duly certified by the appropriate Punjab Chapter of
the Chamber of Commerce.
(i) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if
undertaken) and at least one year bank statement.
(j) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also
supply attested copy of the first invoice for the specific product for which bidding is being
undertaken. The Bidder shall also be responsible for providing up to date and authentic
contact details of both private and public hospitals to which it has supplied over the last two
years. Bidder shall also provide supply order details over last one (01) year with complete
and up to date details of its distribution sub-offices or/and representatives.
7

16. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents.


16.1 Pursuant instruction to the Bidder shall furnish along with technical proposal, as part of its
bid, documents establishing the eligibility and conformity to the bidding documents of all goods,
which the Bidder proposes to supply under the Contract.
16.2 The documentary evidence of the eligibility of the goods shall consist of a statement in the Price
Schedule of the country of origin of the goods offered, with a certificate of origin issued by the
Manufacturer.
16.3 Submission of sample (where demanded): If so required by the technical committee, to be
recorded in writing, the bidder shall provide a sample or demonstration as the case may be.

17. Bid Security


17.1 2% Bid Security of the estimated price in the form of CDR/Bank Draft will have to be
deposited in the form of call deposit and in case the offer is withdrawn, amended or revised during
the validity period of the offer, the bid security is liable to be forfeited.

18. Bid Validity


18.1 Bids shall remain valid for a period of ninety (120) days after opening of Technical Bid prescribed
by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency
as non-responsive.
18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid
within the stipulated bid validity period. However, under exceptional circumstances and for reasons
to be recorded in writing, if an extension is considered necessary, all those who have submitted their
bids shall be asked to extend their respective bid validity period. Such extension shall be for not more
than the period equal to the period of the original bid validity.
18.3 Bidders who,
(a) agree to the Procuring Agency’s request for extension of bid validity period shall not be
permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their
bids, if any.

Submission of Bids
19. Format and Signing of Bid
19.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized
to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the
bid.
19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the
person or persons signing the bid.
19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of
company.

20. Sealing and Marking of Bids


20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in
bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope.
20.2 The inner and outer envelopes shall:
a) be addressed to the Procuring Agency at the address given in the Invitation for Bids;
and
b) bear the Institution name and number indicated in the Invitation for Bids, and shall be
inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with
the time and the date specified in the invitation for Bid.
20.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the
bid to be returned unopened in case it is declared as non-responsive or late.
20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring
Agency shall assume no responsibility for the bid’s misplacement or premature opening.

21. Deadline for Submission of Bids


21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address
specified Instruction to the bidder not later than the time and date specified in the Invitation for Bids.
21.2 If a procuring agency considers that it is necessary in public interest to extend the last date for
the submission of the bids, it may, after recording reasons, do so in the manner similar to the original
advertisement.
8

22. Late Bid


22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed
by the Procuring Agency pursuant to Instruction to the bidder shall be rejected and returned unopened
to the Bidder.

23. Withdrawal of Bids


23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid.
23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the
expiration of the period of bid validity specified in Instruction to the bidder Withdrawal of a bid during
this interval will make the bidder eligible to be debarred for further procurements for a period as deem
necessary by the Procuring Agency.

The Bidding Procedure (under Punjab Procurement Rules 2014)


24. Single stage – two envelopes bidding procedure
24.1 Single stage – two envelopes bidding procedure shall be applied:
(i) the bid shall be a single package consisting of two separate envelopes, containing
separately the financial and the technical proposals;
(ii) the envelopes shall be marked as “Financial Proposal” and “Technical Proposal”;
(iii) in the first instance, the “Technical Proposal” shall be opened and the envelope marked as
“Financial Proposal” shall be retained unopened in the custody of the procuring agency;
(iv) the procuring agency shall evaluate the technical proposal in the manner prescribed in
advance, without reference to the price and shall reject any proposal which does not
conform to the specified requirements;
(v) during the technical evaluation no amendments in the technical proposal shall be
permitted;
(vi) after the evaluation and approval of the technical proposals, the procuring agency shall
open the financial proposals of the technically accepted bids, publically at a time, date and
venue announced and communicated to the bidders in advance, within the bid validity
period;
(vii) the financial bids found technically nonresponsive shall be returned un-opened to the
respective bidders; and
(viii) the lowest evaluated bidder shall be awarded the contract;

Opening and Evaluation of Bids


25. Opening of Bids by the Procuring Agency
25.1 The Procuring Agency shall initially open only the envelopes marked “ TECHNICAL PROPOSAL”
in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the
place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the
Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL
PROPOSAL” shall remain unopened and shall be retained in safe c ustody of the Procuring Agency
till completion of the evaluation process.
25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the
Procuring Agency, at its discretion, may consider appropriate, shall be announced at t he opening of
technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids,
which shall be returned unopened to the Bidder pursuant to instruction to bidder. However, at the
opening financial proposals (the date, time and venue would be announced later on), the bid prices,
and the presence or absence of requisite bid Security and such other details as the Procuring Agency,
at its discretion, may consider appropriate, shall be announced.
25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the
financial proposal bid opening.

26. Clarification of Bids


26.1 No bidder shall be allowed to alter or modify his bid after the closing time for the submission of
the bids.
26.2 The procuring agency may, if necessary after the opening of the bids, seek and accept such
clarifications of the bid as do not change the substance of the bid.
26.3 Any request for clarification in the bid, made by the procuring agency and its response, shall
invariably be in writing.
9

27. Preliminary Examination


27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether
any computational errors have been made (at the time of opening the financial proposal), whether
required sureties have been furnished, whether the documents have been properly signed, and
whether the bids are generally in order.
27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall
be rectified on the following basis. If there is a discrepancy between the unit price and the total price
that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price
shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be
rejected. If there is a discrepancy between words and figures, the amount in words shall prevail.
27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid
which does not constitute a material deviation (or changes the substance of the bid), provided such
waiver does not prejudice or affect the relative ranking of any Bidder.
27.4 Prior to the detailed evaluation, pursuant instruction to the bidder the Procuring Agency shall
determine the substantial responsiveness of each bid to the bidding documents. For purposes of
these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions
of the bidding documents without material deviations. Deviations from, or objections or reservations
to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring
Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself
without recourse to extrinsic evidence.
27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and
may not subsequently be made responsive by the Bidder by correction of the nonconformity.

28. Evaluation and Comparison of Bids


28.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to
be substantially responsive.
28.2 All bids shall be evaluated in accordance with the Evaluation Criteria / Least Cost Method and
other terms and conditions set forth in these bidding documents.
28.3 A bid once opened in accordance with the prescribed procedure shall be subject to only those
rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.
28.4 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous
performances, test reports, inspection of plant/ factory/ premises, previous experience, financial
soundness and such other details as already highlighted. However, the evaluation of financial
proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction
to the bidder
28.4 In case of procurement on C&F/ CIF basis; for the purpose of comparison of bids quoted in
different currencies, the price shall be converted into Pak Rupees in pursuant to instruction to the
bidder. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified
in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on
that day.
28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those
rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.

29. Evaluation Criteria


29.1 For the purposes of determining the lowest evaluated bid, facts other than price such as
previous performances, previous experience, engineering/ technical capabilities, financial
soundness and such other details as the Procuring Agency at its discretion, may consider
appropriate shall be taken into consideration. The following evaluation factors/ criteria will be
employed on technical proposals. The number of points allocated to each factor shall be specified
in the Evaluation Report. Only bids securing minimum of 70% marks would be declared technically
qualified. However, for such items where inspection of sample and inspection of manufacturing unit
is required in such cases technical qualification shall be subject to satisfactory inspections.
i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and
location for opening of the financial proposals. Bidders’ attendance at the opening of
financial proposals is optional.
ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives
who choose to attend. The name of the bidders and the technical score of the bidder shall
be read aloud. The financial proposal of the bidders who met the minimum qualifying mark
shall then be inspected to confirm that they have remained sealed and unopened (financial
proposals of those Bidders failing to secure minimum marks in the technical evaluation shall
be returned unopened). These financial proposals shall be then opened, and the total prices
10

read aloud and recorded.

29.2 Evaluation Criteria


For the purposes of evaluation the word “Product” would mean the specific item included in
the bidders bid, the specific make and model the bidder is including in the bid.
The Product to be purchased shall be evaluated under all/any of the following
assessment parameters depending upon the nature of the product and as determined
by the Technical Committee.

EVALUATION CRITERIA FOR EQUIPMENTS TO BE QUOTED ON


C.I.F BASIS (COST INSURANCE AND FREIGHT)
PART-A: ASSESSMENT FOR ELIGIBILITY
1. The bidder must possess valid authorization/ sole agency agreement from the Yes/ No
Foreign Principal duly attested by the concerned Embassy.
The Manufacturer should have documentary evidence to the effect that they are Yes/ No
2. the original Manufacturer of the quoted product with indication of manufacturing
site and its location.
The product should have minimum two-years market experience locally or Yes/ No
3. internationally
4. Compliant to the specifications (Responsive). Yes/ No
Specifications shall be evaluated by the Technical Committee. The bid with minor
deviations without any effect on the quality, efficiency, reliability and durability
of products will be declared as substantially responsive, which shall be
determined by the Technical Evaluation Committee.
5. The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. Yes/ No
100/- that their firm has not been blacklisted in the past on any ground by any
Government (Federal, Provincial), a local body or a public sector organization.
6. Country of origin of quoted product must be of USA/EUROPE/JAPAN Yes/ No

7. Quoted product must have one or two certification of FDA/CE/JIS/MHLW as per Yes/ No
detail mentioned against each item.
8. Performance of the firm with PESSI regarding supply of equipments fully Yes/ No
compliant with the ordered specifications (if supply order was awarded in past)
Note:
1. Only eligible firms will be scrutinized further for Part-B

PART-B: ASSESSMENT PARAMETERS (BIDDERS)


A. General 34
1. Firm’s Certificate 04
ISO 9001: 2000 (04) (copy to be attached)
2. References of quoted item supplied in Public / Private Organizations 20
i. Public Organizations.
i. 1 to 04 04
ii. 5 to 10 08
iii. More Than 10 12
ii. Private Organizations.
i. 1 to 04 02
ii. 5 to 10 04
iii. More Than 10 08
Supporting documents including name, Model of quoted item, Institutions where
supplied with quantity must be attached.
3. Financial Soundness 10
11

i. Tax Returns (Last 2 Years) 02


(copies to be attached)
ii. Bank Certificate showing 03
annual turn over 25-50
Million
iii. Bank Certificate showing 05
annual turn over more than
50 Million
iv. Last two years audited 03
balance sheet
(copies to be attached)
B. Technical Ability 46
1. Engineers (not less than 2-years experience). 15
a. i. 1 – 3 DAE 04 07
ii. 4 or above 07
Additional Marks Max upto 08
B.Sc Engineering in Biomedical / 08
Electrical / Electronic / Mechatronic = 02 mark for each engineer
M.Sc / PhD= 03 marks for each engineer
b) Maximum total number of above parameters shall be 15
Employment letters and diploma / degree of relevant engineering staff must be
attached.

2. Trainings on the quoted product (Maximum 6 marks) 06


i. 1 to 2 trained engineers 02
(locally)
ii. 3 or more 04
iii. 1 to 2 rained engineer 04
(abroad)
iv. More than 03 trained 06
engineers (abroad)
Supporting documents including degrees must be attached.
3. Measuring / Analyzer / Calibrators & Repair Tools 10
i. Repair tools 04
ii. Calibration tools & Analyzers 06
(List be attached with
reference to the quoted
equipment)
4. Inventory 15
i. Minor parts 02
ii. Major parts 05
(supporting list / documents
must be attached)
iii. Spare Equipment in stock 03
backup support
iv. Work Shop Certificate from 05
Foreign Principal
C. PRODUCT STRENGHT 20
1. Product Quality Certification 10
i. FDA / CE / JIS / MHLW (Anyone) (04)
ii. Any two or more standards (10)
(Certificates and proof must be attached)
2. International References of quoted products 10
12

i. International Sales Unit 25 to 05


50
ii. 51 to 100 08
iii. More than 100 10
Supporting documents on Foreign Principal / Manufacturers letter head must be
attached.
Note:
1) Acceptable Bids must score minimum of 70% marks.
2) For verification of above information, the nominated representative(s) of the
institution may visit the premises of the firm at any time during evaluation process
and will take necessary action in case of false presentation of documents.
3) Products with USA origin need to bear Food & Drug Administration (FDA) 510K
certificate, Japan origin need to bear JIS (Japanese Industrial Standards) / MHLW
(Ministry of Health Labour and Welfare) and Europe origin need to bear CE (MDD).
13

EVALUATION CRITERIA FOR EQUIPMENTS TO BE


QUOTED ON F.O.R BASIS (FREIGHT ON RECEIPT)
PART-A: ASSESSMENT FOR ELIGIBILITY
1. The Manufacturer should have documentary evidence to the effect that they are Yes/ No
the original Manufacturer of the quoted product with indication of manufacturing
site and its location.
2. The Manufacturer should have minimum three-years market experience of Yes/ No
quoted product locally or internationally
3. Compliant to the specifications (Responsive). Yes/ No
Specifications shall be evaluated by the Technical Committee. The bid with minor
deviations without any effect on the quality, efficiency, reliability and durability
of products will be declared as substantially responsive, which shall be
determined by the Technical Evaluation Committee.
4. The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs. Yes/ No
100/- that their firm has not been blacklisted in the past on any ground by any
Government (Federal, Provincial), a local body or a public sector organization.
Note:
1. Only eligible firms will be scrutinized further for Part-B
2. The firms who have failed to supply the equipment’s in past as per ordered
specifications shall not be scrutinized further for Part-B

PART-B: ASSESSMENT PARAMETERS (BIDDERS)


1. Firm’s Certificate 10
ISO 9001: 2000 (copy to be attached)

2. References of quoted item supplied in Public / Private Organizations 20


i. Public Organizations.
i. 1 to 4 04
ii. 5 to 10 08
iii. More Than 10 12
ii. Private Organizations.
i. 1 to 4 02
ii. 5 to 10 04
iii. More Than 10 08
Supporting documents including name, Model of quoted item, Institutions where
supplied with quantity must be attached.

3. Financial Soundness 15
i. Tax Returns (Last 3 Years) 03
(copies to be attached)
ii. Bank Certificate showing 05
annual turn over 15-20
Million
iii. Bank Certificate showing 07
annual turn over more than
20 Million
14

iv. Last three years audited 05


balance sheet
(copies to be attached)

4. (i) Availability of Spare Parts and Accessories in stock (05) 10


(ii) List of Machinery and Tool with reference to Product (05)
Manufacturer shall clearly define which parts and accessories are replaceable and
under warranty.

5. Availability of technical staff of the company/firm with reference 20


to the product.
A. Number of technical staff
i. Technical staff 5-10 = 10
ii. Technical Staff 11 – 15 = 15
iii. One additional number for every additional technical member shall
be granted with maximum up to 20
6. Exporter of the quoted product 10
Supporting document shall have to be provided.
7. Overall reputation with reference to the product 15
 Certificates provided regarding performance of the product from head of the
concerned institute/hospital where the goods were supplied.
One number for each certificate shall be granted with maximum upto 15
marks

Note:
1. Acceptable Bids must score minimum of 70% marks.
2. Technical qualification of the participating firms against Semi Automated Bed shall be subject
to the condition that:-
i. The firm which shall obtain minimum qualifying marks during technical scrutiny of
documents shall have to provide samples of beds within 03 days of the issuance of demand
from the procuring agency.
i. If the sample is found in accordance with the advertised specifications then the Technical
Committee shall visit the manufacturing unit of the firm prior to announcement of the
technical status.
15

29.3 Financial proposals would be evaluated as follows:


i) Incomplete bid shall stand rejected.
ii) Minor oversight, clerical mistakes, other minor inconsistencies that do not alter
the substances of the financial bid may be corrected by the Procuring Agency.

30. Contacting the Procuring Agency.


30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the
time of the bid opening to the time the Contract is awarded.

30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid
comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black
listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited.

31. Rejection of Bids


31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid or
proposal. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid,
the grounds for its rejection of all bids or proposals, but shall not be required to justify those grounds.
31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 31.1
towards Bidders who have submitted bids.

31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders
that submitted bids.

32. Re-Bidding
32.1 If the Procuring Agency rejects all bids in pursuant to instruction to the bidder, it may call for a
re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative
methods of procurement.
32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and
may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem
necessary.

33. Announcement of Evaluation Report


33.1 The Procuring Agency shall announce the results of bid evaluation in the form of a report giving
justification for acceptance or rejection of bids at least ten days prior to the award of procurement
Contract.

Aw ard of Contract
34. Acceptance of Bid and Award criteria
34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict wit h any other law,
rules, regulations or policy of the Government, shall be awarded the Contract, within the original or
extended period of bid validity.

35. Procuring Agency’s right to vary quantities at time of Award


35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease,
the quantity of goods originally specified in the Price Schedule and Schedule of Requirements without
any change in unit price or other terms and conditions.

36 Limitations on Negotiations
36.1 Save as otherwise provided there shall be no price negotiations with the bidder having
submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation
permissible shall be subject to the provision of rules / regulations issued by the PPRA, 2014.

37. Notification of Award


37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the
successful Bidder in writing by registered letter that its bid has been accepted.
16

37.2 The notification of Award shall constitute the formation of the Contract.

38. Signing of Contract


38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been
accepted, the Procuring Agency shall send the Bidder the Contract Form provided i n the bidding
documents, incorporating all agreements between the Parties.
38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring
Agency shall sign and date the Contract on the legal stamp paper. The Procuring Agency shall issue
Purchase Order on the same date of signing of Contract. If the successful Bidder, after completion of
all codal formalities shows inability to sign the Contract then their bid Security/ earnest money to the
extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for
two years for future participation. In such situation the Procuring Agency may make the Award to the
next lowest evaluated Bidder or call for re-bidding.

39. Performance Guarantee.


39.1 The Performance Guarantee will be 10% of the contract amount. The performance security shall
be deposited in the shape of deposit at call (CDR). In case, the contractor fails to execute the contract
strictly in accordance with the terms and conditions laid down in the contract, the security deposited
by him shall be forfeited and the store purchased at his risk & expense.
39.2 Failure of the successful Bidder to comply with the requirement of instruction to the bidder shall
constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency
may make the Award to the next lowest evaluated Bidder or call for re-bidding.

40. Schedule of Requirement.


40.1 The supplies shall be delivered within 90 days w.e.f the next date after the date of issue of
Purchase Order on F.O.R basis (without penalty), and with prescribed penalty, as per following
schedule of requirement:
40.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements,
penalty @ 1% per week of the cost.

41. Redressel of grievances by the Procuring Agency.


41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with
proper powers and authorizations, to address the complaints of bidders that may occur prior to the
entry into force of the procurement contract.
41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid
may lodge a written complaint concerning his grievances not later than fifteen days after the
announcement of the bid evaluation report under rule35.
41.3 The committee shall investigate and decide upon the complaint within fifteen days of the
receipt of the complaint.
41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process.
41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may
lodge an appeal in the relevant court of jurisdiction
17

General Conditions of Contract (GCC)


1. Definitions
1.1 In this Contract, the following terms shall be interpreted as indicated:
a. “The Contract” means the agreement to be entered into between the Procuring Agency and
the Successful bidder, as recorded in the Contract Form signed by the Parties, including all
attachments and appendices thereto and all documents incorporated by reference therein.
b. “The Contract Price” means the price payable to the Supplier under the Contract for the full
and proper performance of its contractual obligations.
c. “The Goods” means electro medical equipment which the Supplier is required to supply to
the Procuring Agency under the Contract.
d. “The Services” means those services ancillary to the supply of above goods, such as printing
of special instructions on the label and packing, design and logo of the Institute/ Hospital,
transportation of goods up to the desired destinations and other such obligations of the
supplier covered under the Contract.
e. “GCC” mean the General Conditions of Contract contained in this section.
f. “SCC” means the Special Conditions of Contract.
g. “The Procuring Agency” means Social Security Teaching Hospital Multan Road
Lahore (Zone-01).
h. “The Procuring Agency’s Country” is the country named in SCC
i. “The Supplier” means the individual or firm supplying the goods under this Contract.
j. “Day” means calendar day.

2. Application
2.1 These General Conditions shall apply to the extent that they are not superseded by
provisions of other parts of the Contract.

3. Country of Origin
3.1 Country of manufacturer should be of USA / Europe / Japan. However, country of origin of
equipment could be from any geographical region of the world as per laws of Pakistan.

4. Standards

5. 4.1 The goods supplied under this Contract shall conform to the standards mentioned in the
bidding documents/ Technical Specifications.

5. Use of Contract Documents and Information


5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the
Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information
furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than
a person employed by the Supplier in the performance of the Contract. Disclosure to any such
employed person shall be made in confidence and shall extend only so far as may be necessary for
purposes of such performance.
5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any
document or information enumerated in GCC Clause 5.1 except for purposes of performing the
Contract.
5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the
property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on
completion of the Supplier’s performance under the Contract if so required by the Procuring Agency.
5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and
records relating to the performance of the Supplier.

6. Patent Rights
6.1 The Supplier shall indemnify the Procuring Agency against all third-party claims of infringement
of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in
the country.
18

7. Ensuring Storage/ Installation Arrangements


7.1 To ensure storage and installation arrangements for the intended supplies, the Supplier shall
inform end user for pre-requisites well in time for proper installation. In case the Supplier abides by
the given time frame he shall not be penalized for delay.
7.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements,
penalty @ 1% per week of the cost.

8. Inspections and Tests.


8.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the goods
to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency.
8.2 For the purpose of inspections and tests of equipment. The Supplier, all reasonable facilities and
assistance, shall be furnished to the inspectors at no charge to the Procuring Agency. However, if
the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the
Supplier shall not be liable for penalty on account of that delay.
8.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after
the goods have been installed at Procuring Agency’s destinations.

9. Physical Examination/ Inspection of Goods


9.1 The goods shall be acceptable subject to physical inspection, tests and/ or in accordance
with the approved specifications as decided by the Procuring Agency.

10. Delivery and Documents


10.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make
delivery of the goods. The details of documents to be furnished by the Supplier are specified in SCC.

11. Insurance
11.1 The goods supplied under the Contract shall be delivered duty paid (DDP) under which risk is
transferred to the buyer after having been delivered; hence insurance coverage is Seller’s
responsibility.

12. Transportation
12.1 The Supplier shall arrange such transportation of the goods as is required to prevent their
damage or deterioration during transit to their final destination as indicated in the Schedule of
Requirement.
12.2 Transportation including loading/ unloading of goods shall be arranged and paid for by the
Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/
offices shall be provided at the time signing of Contract.

13. Incidental Services


13.1 The Supplier shall be required to provide the incidental services as specified in SCC and
the cost of which should include in the total bid price.

14. Warranty
14.1 Warranty as per detail mentioned against each item will be provided free of cost including parts
however in case of high tech equipment if mentioned in the specification, the warranty shall be three
to five years free service and parts at the installation site.

15. Payment
15.1 The method and conditions of payment to be made to the Supplier under this Contract shall be
specified in SCC. The currency of payment is Pak. Rupees which will be paid after installation and
satisfactory report by the Inspection Committee for Duty Delivered Paid (DDP)/free delivery at the
consignee end.
15.2 In case of imported goods to be procured on CFR/CPT basis; the payment will be made 100%
via establishing the LC in favor of manufacturer/beneficiary at sight and receiving shipping documents
i.e Airway Bill / Bill of lading Issuance, Inspection certificate of the manufacturer, Country of origin,
compliance of International standards of quality as per INCOTERMS of latest version. The payment
will be made in the following manner through a letter of credit to be opened by the Procuring Agency.
(A) Payment shall be made after satisfactory pre-shipment inspection at the manufacturing
site (where applicable) and the expenses to be incurred on pre-shipment inspection shall be
born by the firm. Furthermore, if charges incurred on extension of L/C to next quarter it will
be on part of contracting firm. Pre-shipment inspection shall be carried only of single item
19

having value of Rs. 30 Million or above.

15.3 The Payment for extended comprehensive warranty period (SLA) will be made by the Procuring
Agency after the end of each year which shall be counted from the date of successful completion of
standard warranty period of one year. No payment shall be made for extended comprehensive
warranty for item (s) against which the firm quoted extended comprehensive warranty free of cost.

16. Prices
16.1 Prices charged by the Supplier for goods delivered under the Contract shall not vary from the
prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity
period provided the Procuring Agency’s request for bid validity extension.

17. Contract Amendments


17.1 No variation in or modification of the terms of the Contract shall be made except by written
amendment signed by the Parties.
17.2 No variation in finalized brands/ makes/models shall be allowed except in special conditions
where the manufacturer has stopped producing or suspended that model or the latest model of similar
series or version has been launched by the manufacturer or non-availability due to international
mergers of the manufacturers or similar unavoidable constraints.

18. Assignment
18.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this
Contract, except with the Procuring Agency’s prior written consent.

19. Subcontracts
19.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this
Contract.

20. Delays in the Supplier’s Performance


20.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule
prescribed by the Procuring Agency in the Schedule of Requirements.
20.2 If at any time during performance of the Contract, the Supplier should encounter conditions
impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in
writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt
of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion
extend the Supplier’s time for performance, with or without liquidated damages, in which case the
extension shall be ratified by the Parties by amendment of Contract.
20.3 Except as provided under GCC Clause 8.2, a delay by the Supplier in the performance of
its delivery obligations shall render the Supplier liable to the imposition of liquidated damages
pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause
20.2 without the application of liquidated damages.

21. Penalties/Liquidated Damages


21.1 In case of late delivery beyond the presented period, penalty as specified in SCC sha ll be
imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24,
including late delivery for reasons beyond control. Once the maximum is reached, the Procuring
Agency may consider termination of the Contract pursuant to GCC Clause 23.
21.2 If the firm provide substandard item and fail to provide the item the payment of risk
purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm.

22. Termination for Default


22.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by
written notice of default sent to the Supplier, may terminate this Contract in whole or in part:
a. if the Supplier fails to deliver any or all installments of the goods within the perio d(s)
specified in the Contract, or within any extension thereof granted by the Procuring
Agency pursuant to GCC Clause 8.2; or
b. if the Supplier fails to perform any other obligation(s) under the Contract.
c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract. For the purpose of this
20

clause: “corrupt practice” means the offering, giving, receiving or soliciting of any thing
of value to influence the action of a public official in the procurement process or in Contract
execution.
“fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a Contract to the detriment of the Procuring
Agency, and includes collusive practice among Bidders (prior to or after bid submission)
designed to establish bid prices at artificial non-competitive levels and to deprive the
Procuring Agency of the benefits of free and open competition.

23. Force Majeure


23.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable
for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to
the extent that its delay in performance or other failure to perform its obligations under the Contract is
the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act
of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or
negligence directly or indirectly purporting to misplanning, mismanagement and/or lack of foresight
to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency
in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine
restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly
notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the
cause thereof. The Committee, constituted by Zonal Head of Procuring Agency (Medical
Superintendent SSTH Multan Road Lahore ) for Redressal of grievances, shall examine the
pros and cons of the case and all reasonable alternative means for completion of purchase order
under the Contract and shall submit its recommendations to the Commissioner PESSI for approval.
However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to
perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable
alternative means for performance not prevented by the Force Majeure event.

24. Termination for Insolvency


24.1 The Procuring Agency may at any time terminate the Contract by giving written notice of one
month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event,
termination shall be without compensation to the Supplier, provided that such termination shall not
prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the
Parties.

25. Arbitration and Resolution of Disputes

25.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct
informal negotiation any disagreement or dispute arising between them under or in connection with
the Contract.
25.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring
Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may
require that the dispute be referred to the Arbitrator for resolution through arbitration.
25.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be
settled through arbitration. Commissioner, PESSI or his nominee shall act as sole arbitrator. The
decisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties
26. Governing Language
26.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the
Contract written in the specified language shall govern its interpretation. All correspondence and other
documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English.
27. Applicable Law
27.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall
have exclusive jurisdiction.

28. Notices
28.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the
other party in writing and confirmed to other party’s address specified in SCC.
28.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is
later
Special Conditions of Contract (SCC)
1. Cash receipt (in original or photo copy) as token of having purchase the tender, must
accompany the offer.
2. Reasonable/responsible person should be deputed at the time of opening of tender.
In case of misbehavior the bid security will be forfeited besides other punitive action.
3. Offer not fulfilling any of the conditions of the bidding documents shall straightway
be rejected.
4. Rates should be quoted in foreign currency for CIF basis in case of imported
equipment’s and in Pak rupees on FOR basis in case of local equipment’s, including
all taxes (in case of FOR).
5. Offer of the firm not quoting rates both in word and figures shall be rejected.
6. Attested copy of any registration certificate held by the company may be attached.
7. The bidder will certify that the price quoted against the tender is/are not more than
the prices charged from any agency for the preceding 180 days (Government and
Private) in Pakistan and in case of any discrepancy, the bidder hereby undertakes
to refund the price charged in excess.
8. The Principal of the firms must give a certificate that the rates offered are not more
than the price mentioned in their price list for the region.
9. In case the offering firm is quoting the store of any manufacturer/ foreign principal
he should submit ‘authority letter’ from a manufacturer/ foreign principal that they
will provide after sales services through its agent and in case of change of its agent,
it will provide the services itself or newly appointed Sole agent / Sole Distributor
during the warranty period. In case of failure the institution has reserved the right
to blacklist the firm and the product of their principal.
10. The Supplier shall arrange the necessary arrangements for training of hospital staff
including doctors, technician, paramedical staff and biomedical engineers. The
supplier shall provide a factory training of quoted medical equipment to the hospital
biomedical engineer and clinical training to the doctors, if specifically demanded in
the advertised specifications/ tender.
11. The bidders must certify that:
a) Item quoted is of latest and current production model and mention the year of
manufacture.
b) Item quoted is being manufacturing batch/serial number within the last two year
of date of quotation.
c) Country of manufacturer should be of USA / Europe / Japan. However, country
of origin of equipment could be from any geographical region of the world as per
laws of Pakistan.
d) In case, any imported part or accessory being provided locally or locally
manufactured part or accessory being provided locally, then the same shall be
clearly mentioned separately in the quotation and the price of said item shall be
quoted in Pak Rupees. The payment of locally provided item shall be made
after inspection / installation report.

PROFORMA INVOICE / INSURANCE


12. The firm shall submit complete insurance documents having validity of at least one
year. The proforma invoice in original be addressed to the Medical Superintendent
SSTH Multan Road Lahore / Zonal Head of Procuring Agency (Zone-01) and
same must be from the Principal on their letter head duly signed and stamped by
the authorized person and the same should be submitted within stipulated period.
13. The firm shall submit Insurance cover note alongwith original proforma invoice within
stipulated period to be mentioned in the supply order addressed to Medical
Superintendent SSTH Multan Road Lahore / Zonal Head of Procuring Agency
(Zone-01) reflecting the following
i. Proforma Invoice with Number and Date which shall contain the supply
order number and specifications of the respective equipment as per supply
order.
ii. H.S Code.
iii. Port of loading and discharge.
iv. Swift Code.
v. Country of origin.
vi. Currency.
vii. Unit Price and Total Price in words and figures.
viii. Description, make and model as per order.
ix. Proforma invoice having 120 days validity period.
x. Beneficiary with complete address.
xi. Banking details of beneficiary.
xii. Mode of shipment, by Air (CPT) Lahore Airport or By Sea (CFR) Karachi
within 90 days of the opening of L.C.
14. Confirmation if required has to be intimated in proforma invoice and all charges to
be born by the beneficiary.
L/C AND PAYMENT TERMS

15. L/C will be opened in the country of origin or at the head quarter of the company. In
case of wrong information security will be forfeited and company will be black listed.
16. A rough draft of L.C by the bank through Medical Superintendent SSTH Multan
Road Lahore / Zonal Head of Procuring Agency (Zone-01) will be provided to the
local bidder who will check, sign and stamp for its confirmation, before opening of
L.C within 07-working days from date of the draft.
17. Maximum of 90 clean days shall be allowed for the shipment from the date of
opening of L.C. L.C shall be expired after 21-days in case of shipment by sea and
15 days in case of shipment by Air from the last date of shipment (clean original
documents must reach the bank within this period).
18. In case of shipment by air, then the same must reach Lahore Airport within one
week from the date of shipment mentioned on Airway Bill. Furthermore, 3 weeks will
be allowed for the clearance of the consignment and delivery at consignee end. In
case of failure to meet the time line then penalty @ 1% per week shall be imposed
upon the firm.
19. In case of shipment by sea, then the same must reach Karachi Sea Port within 45
days from the date of shipment mentioned on Bill of Lading. Furthermore, 4 weeks
will be allowed for the clearance of the consignment and delivery at consignee end.
In case of failure to meet the time line then penalty @ 1% per week shall be imposed
upon the firm.
20. The payment will be made 100% via establishing the LC in favor of
manufacturer/beneficiary at sight and receiving shipping documents/ (Bill of lading)/
Airway Bill, Invoice, Packing list, Inspection certificate of the manufacturer, Country
of origin), compliance of International standards of quality as per INCOTERMS of
latest version. The payment will be made in the following manner through a letter of
credit to be opened by the Procuring Agency. The stated amount of L.C shall be
paid to Beneficiary on production of following documents
i. Supplier’s Invoice

ii. Invoice showing Purchaser as Medical Superintendent SSTH Multan


Road Lahore / Zonal Head of Procuring Agency (Zone-01), Contract No.,
Description of Goods as per supply orders (concern to them), Qty, Unit &
Total Price, Origin, H.S Codes, Airway Bill / Bill of Lading.

iii. Invoice (Original) is to be stamped / sealed (three original and three copies)
certifying Merchandise to be of origin as specified.

iv. 3 copies of packing list alongwith in original.

v. One original and two copies of the negotiable, clean, on board through Bill
of Lading / one original copy of Airway Bill marked ‘freight prepaid” and
showing Medical Superintendent SSTH Multan Road Lahore / Zonal
Head of Procuring Agency (Zone-01) as purchaser.

vi. Copy of Insurance Certificate showing purchaser as beneficiary.

vii. Original Manufacturer’s warranty certificate covering all items being


supplied.
viii. Test / Inspection Certificate of Manufacturer from factory with Product Model
Nos. and Serial Nos.

ix. Manufacturers guarantee to the effect that:-

x. The goods supplied by them are strictly in conformity with the specifications
stipulated in the supply order.

xi. The goods have been packed and marked suitably for export transportation
by sea, by Air, by Rail and by Road, which ever are applicable to the
consignment as per order.

xii. The stores supplied by them are brand new and absolutely free from any
material or manufacturing defects.

xiii. One set of non-negotiable document for verification / confirmation, to be


sent at email address ms.sshlahore@gmail.com and
_________________ (A.D F&A address).

21. All banking charges outside the country of issuance, the credit on beneficiaries
account.
22. Original Document must be presented within 21-days of issuance of Bill of Lading
and 15 days of the issuance of Airway Bill to Applicant Bank.
23. After shipment the beneficiary will advise to insurance company within 03-working
days, copy of this advice be forwarded to Bank alongwith each set of documents.
24. Intimation of arrival of the consignment at Karachi / Lahore, which ever the case is
the responsibility of the local bidder.
25. Invoice exceeding the credit amount will not be acceptable.
26. The Medical Superintendent SSTH Multan Road Lahore / Zonal Head of
Procuring Agency (Zone-01) reserves the right to wave off/relax any department
tender enquiry condition of any particular offer at any stage, in the public interest.
27. If any part is not genuine and it comes to the knowledge of the PESSI (Hospitals),
the Medical Superintendent SSTH Multan Road Lahore / Zonal Head of
Procuring Agency (Zone-01) will be entitled for re-claiming or replacing and also
damages for it. Institution reserves the rights to blacklist the firm.
28. The purchaser can negotiate the quantity, quality and allied accessories of the
respective equipment with the successful bidder before issuing the purchase order.
29. For purchase on both FOR/CIF basis 10% security will be obtained from the
successful bidder in the shape of CDR.
30. If any training/demonstration is required by the operating staff, firm will provide such
facility free of cost as described in specifications of relevant equipment’s.
31. Firm will provide the profile of each of the equipment of this tender which has already
been installed/working in any government/teaching institution.
32. The successful bidder shall be required to furnish complete details of suitable layout
foundations and any type of work therein. The hospital will only provide the source
& points, rest of material involved in installation and training will be the entire
responsibility of the firm. The firm will submit schedule of maintenance for the whole
warranty period at the time of installation. The firm shall also provide check list
indicating the detail of procedures to be carried out.
33. The plants and machinery offered shall always be completed with its normal
standard accessories fitting and toll kit and spare parts, if any.
34. Inspection authority will be the officer / committee nominated by the Medical
Superintendent SSTH Multan Road Lahore / Zonal Head of Procuring Agency
(Zone-01).
35. 100% payment will be made by the Medical Superintendent SSTH Multan Road
Lahore / Zonal Head of Procuring Agency (Zone-01) on production of satisfactory
inspection and installation report duly signed by M.S of respective hospital in case
of purchase on F.O.R. Basis.
36. All applicable charges for custom clearance including detention charges if any,
insurance and transportation to the consignee’s end shall be borne by the firm
however the necessary documents for custom clearance shall be provided by
the Medical Superintendent SSTH Multan Road Lahore / Zonal Head of
Procuring Agency (Zone-01) subject to the request submitted by the firm, in
the same regard.
37. In case of non-clearance of the stores due to the late receipt of or incomplete
shipping documents (not being in-conformity with the contract) the supplier
will be fully responsible for payment of demurrage etc. and they will also be
held responsible for all consequences arising from such incomplete
documents.

Execution of Warranty
a. A Log Book for the medical equipment which needs regular after sales
services shall be maintained by the Supplier Service Engineer in
consultation with the end user department. This will include the name
of the equipment, down time, preventive maintenance schedule,
replacement of parts, down time etc.
b. The warranty period will be 2-5 years according to specifications of
relevant equipment’s and the firm will be responsible for replacing of
equipment/store.
c. Free of charges spares will be provided in case of repairs under entire
warranty period. Further the firms will ensure supply of spare parts for
05 years after the expiry of warranty period. In case of failure, the firm
will be blacklisted. Furthermore, Manufacturer shall also issue certificate
ensuring the availability of spare parts & accessories of offered system
for the next 5 years.
d. The contracting firm would supply spare parts/accessories at reasonable
rates not more than printed price list for the region by the principal after
warranty period.
e. Installation will be made by the supplier and its cost will be borne by the
firm. The period of warranty will start from the date of installation and
commissioning duly signed by the inspection committee.
f. The maintenance will be the responsibility of the manufacturer / their
agent. An annual optimal uptime of 95% is considered as acceptable
level of performance.
g. Software and hardware up gradation of the computing system should be
carried out as available during warranty period as recommended by the
manufacturer. Standard Bidding Document – Purchase of equipment
and machinery - Year 2019-20.
h. Manufacturer / Supplier shall be responsible for rectifying with all
possible speed at their own expense any defect or fault in the system
which may develop at any time during installation, commissioning
period.
i. Uptime shall be defined as the time available to the user for doing
procedures/ data acquisition and processing during working hours
throughout the year.
j. Manufacturer /Supplier shall check system performance during and
after every 4-months. An “Optimal Percentage” will be calculated by
dividing “System in Service” hours by hours available, both measured on
the basis of working hours as detailed above.
k. If the uptime percentage for the measurement period (04-months) shall
fall short of 95% the following formula will be applied to determine
additional days in the warranty / service contract period.

a. 100% - 95% No Penalty


b. 95% - 90% The warranty period will be extended by
2.0 times the number of days as extra
down time.
c. 90% - 80% The warranty period will be extended by
3.0 times the number of days as extra
down time
d. Below 80% The warranty period will be extended by
4.0 times the number of days as extra
down time

l. Down time is defined as the failure in the equipment operation to


acquire or process the data or procedure, resulting in inability to carry
out the required procedure properly.
m. The firm will be bound to make arrangements for availability of qualified
technical staff in hospital / site for prompt execution/coordination of
after sale services.
n. Down time will start when the end user/ Staff In-charge notifies the
designated service facility verbally or in writing to nominated technical
staff of the firm.
o. Down time will end once the repairs have been affected and the system
is again available for clinical use.
p. The firm will provide the recommended preventive maintenance
schedule of each of the equipment at the time of installation.
q. The firm will bound to execute the installation/ maintenance according
to the installation/ service protocol and will replace the components/
kits recommended by the manufacturers for installation and Periodic
Preventive maintenance.
r. The scheduled preventive maintenance shall be in accordance with
Service Protocol recommended/ advised by the manufacturer.
s. Remote service via modem shall be preferred if provided by the
manufacturer to pick-up early faults at no cost to the hospital for the
high-tech equipment.
t. The manufacturer / supplier will be responsible for preventive
maintenance of equipment as per manufacturers’ Service Manuals and
shall keep a check for electrical / magnetic / temperature and humidity
conditions. Such a check should be made monthly and record should be
maintained in the log book of the hospital.

38. Packing & Marking


a. Packing: Usual export packing to ensure safe journey up to the site of
consignee.
b. The packing of goods shall be suitable for transport by Sea, Rail and Air
unless other packing is specifically required in the tender. The cost of
packing/repacking shall always be borne by the bidder.
c. Marking: Each packing should be clearly marked in suitable size in bold
letters as per requirement.

39. Shipment and other terms


a. Transshipment not allowed (can only be allowed if there is a valid reason
provided by the principal).
b. House/ Forwarders Bill of Lading not allowed (can only be allowed if
there is a valid reason provided by the principal).
c. Partial Shipment not allowed (can only be allowed in special conditions
at the request of the principal) subject to shipment within stipulated
period otherwise L.D charges shall be imposed @ 1% per week.
d. For all by Sea Consignments, bonded movement from Karachi to Lahore
is required and clearance will be made at Lahore Dry Port. Undertaking
of exemption of duty and authorization of clearing agent, nominated by
the local representative of firm will be responsibility of Medical
Superintendent SSTH Multan Road Lahore / Zonal Head of Procuring
Agency (Zone-01), once the formal request is received from them. Non
bonded movement from Karachi to Lahore Dry Port shall only be
allowed on formal request of the firm having valid reasons.
40. Place of delivery
a. As per detail to be mentioned in the supply order.

Supplier Address for notice purpose P r o c u r i n g A g e n c y’ s

address

…………………………….. for notice purpose shall be the

……………………………..

MEDICAL SUPERINTENDENT
SOCIAL SECURITY TEACHING
HOSPITAL MULTAN ROAD
LAHORE / ZONAL HEAD OF
PROCURING AGENCY (ZONE-
01)

.
Manufacturer’s Authorization Form
[See Clause 3.2 of the Instruction to Bidders]
To: [ n a m e o f P r o c u r i n g A g e n c y ]

WHEREAS [name of the Manufacturer] who are established and reputable Manufacturers of [name
and/or description of the goods] having factories at [address of factory] do hereby authorize [name
and address of Supplier/ Agent] to submit a bid, and subsequently negotiate and sign the Contract
with you against I FB No. [reference of the Invitation to Bid] for the goods manufactured by us.
We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions o f
Contract for the goods offered for supply by the above firm against this Invitation for Bids.

[Signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letter head of the Manufacturer and should be
signed by a person competent and having the power of attorney to bind the Manufacturer. It
should be included by the Bidder in its bid.
CONTRACT FORM

THIS CONTRACT is made at _______on ___day of 2020, between the Medical Superintendent
SSTH Multan Road Lahore / Zonal Head of Procuring Agency (Zone-01) (hereinafter
referred to as the SSTH Multan Road Lahore (Zone-01) of the first Part: and M/s. (Firm
Name) a firm having its registered office at (address of the firm) (hereinafter called the “Supplier)
of the Second Part (hereinafter referred to individually as “Party and collectively as the “Parties”).

WHEREAS the Medical Superintendent SSTH Multan Road Lahore / Zonal Head of Procuring
Agency (Zone-01) invited bids for procurement of goods, in pursuance where of M/s.
(_________) being the Manufacturer/authorized Supplier/authorized Agent of (Item name ) in
Pakistan and ancillary services offered to supply the required item (s); and Whereas the SSTH
Multan Road Lahore (Zone-01) has accepted the bid by the Supplier for the supply of (Item
name) and services in the sum of Rs. (amount in figures and words) cost per unit, the total amount
of (quantity of goods) shall be Rs. (____________).

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:


1. In this Contract words and expressions shall have the same meanings as are
respectively assigned to them in the General Conditions of this Contract
hereinafter referred to as “Contract”.
2. The following documents shall be deemed to form and be read and construed ad
integral part of this Contract viz:-

a. The Price schedule submitted by the bidder.


b. The Schedule of Requirements.
c. The Technical Specifications.
d. The General Conditions of Contract.
e. The Special Conditions of Contract.
f. The SSTH Multan Road Lahore (Zone-01) Notification of
Award;
g. The scope of work.
h. The Bid & its clarifications.
i. Any other document deem appropriate.
3. In consideration of the payments to be made by the SSTH Multan Road
Lahore / Procuring Agency (Zone-01) to the Supplier/Manufacturer as
hereinafter mentioned, the Supplier/Manufacturer hereby covenants with the
SSTH Multan Road Lahore / Procuring Agency (Zone-01) to provide the
Goods and services and to remedy defects therein conformity in all respects with
the provision of this Contract.
4. The SSTH Multan Road Lahore / Procuring Agency (Zone-01) hereby
covenants to pay the Supplier in consideration of the provision of the goods and
Services and the remedying of defects therein, the Contract Price or such other
sum as may become payable under the provisions of this Contract at the time and
in the manner prescribed by this Contract.
5. (The Supplier) hereby declares that it has not obtained or induced the
procurement of any Contract, right, interest, privilege or other obligation or
benefit from SSTH Multan Road Lahore / Procuring Agency (Zone-01) or
any administrative subdivision or agency thereof or any other entity owned or
controlled by PESSI through any corrupt business practice.
6. Without limiting the generally of the foregoing, (the Seller supplier) represents
and warrants that it has fully declared the brokerage, commission, fees etc. paid
of payable to anyone and not given or agreed to give and shall not give or agree
to give to anyone within or outside Pakistan either directly or indirectly through
any natural or juridical person, including its affiliate, agent, associate, broker,
consultant, director, promoter, shareholder, sponsor or subsidiary any
commissioner, gratification, bribe, finder’s fee or kickback, whether described as
consultation fee or otherwise, with the object of obtaining or including the
procurement of a Contract, right interest, privilege or other obligation or benefit
in whatsoever form from SSTH Multan Road Lahore / Procuring Agency
(Zone-01), except that which has been expressly declared pursuant hereto.
7. (The Supplier) certifies that has made and shall make full disclosure of all
agreements and arrangements with all persons in respect of or related to the
transaction with SSTH Multan Road Lahore / Procuring Agency (Zone-01)
and has not taken any action or shall not take any action to circumvent the above
declaration, representation or warranty.
8. (The Supplier) accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts or taking any action
likely to defeat the purpose of this declaration, representation and warranty. It
agrees that any Contract, right, interest, privilege or other obligation or benefit
obtained or procured as aforesaid shall, without prejudice to any other right and
remedies available to SSTH Multan Road Lahore / Procuring Agency (Zone-
01) under any law, Contract or other instrument, be void able at the option of
SSTH Multan Road Lahore (Zone-01).
9. Notwithstanding any rights and remedies exercised by SSTH Multan Road
Lahore / Procuring Agency (Zone-01) in this regard. (The Suppler) agrees to
indemnify SSTH Multan Road Lahore / Procuring Agency (Zone-01) for any
loss or damage incurred by it on account of its corrupt business practices and
further pay compensation to SSTH Multan Road Lahore / Procuring Agency
(Zone-01) in an amount equivalent to tent time the sum of any commission,
gratification, bribe, finder’s fee or kickback given by (The Seller/Supplier) as
aforesaid for the purpose of obtaining or inducing the procurement of any
Contract, right, interest, privilege or other obligation or benefit in whatsoever
form SSTH Multan Road Lahore / Procuring Agency (Zone-01).
10. In case of any dispute concerning the interpretation and/or application of this
Contract shall be settled through arbitration. Commissioner PESSI or his nominee
shall act as sole arbitrator. The decision taken and/or award made by the sole
arbitrator shall be final and binding on the parties.
11. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan
shall have exclusive jurisdiction.

IN WITNESS Whereof the parties hereto have caused this contract to be executed at
_____________(the place) and shall enter into force on the day, month and year first
above mentioned.

Signed/Sealed by the Manufacturer/ Signed/Sealed by Authorized officer


Authorized supplier/authorized Agent. SSTH Multan Road Lahore /
Procuring Agency (Zone-01)
1.

2. 1.

2.
BID FORM
Date: _________________
Tender No._____________

To

MEDICAL SUPERINTENDENT
Social Security Hospital Multan Road Lahore /
ZONAL HEAD OF PROCURING AGENCY (ZONE-01)

Respected Sir/Madam

Having examined the Bidding Documents, the receipt of which is hereby duly
acknowledged, we the undersigned, offer the supply and deliver the goods specified
in and in conformity with the said Bidding Documents for the sum of (Total Bid
Amount) (Bid Amount in words) or such other sums as may be ascertained in
accordance with the schedule of Prices attached herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the goods in accordance with the
delivery schedule specified in the schedule of requirements.
If our bid is accepted, we shall obtain an unconditional guarantee of a bank in the sum
of 10% percent of the Contract price for the due performance of the Contract, in the
form prescribed by the SSTH Multan Road Lahore / Procuring Agency (Zone-
01).

We agree to abide by this bid for a period of (number) days from the date fixed for bid
opening under ITB Clause 18 of the instructions to Bidders and it shall remain binding
upon us and may be accepted at any time before the expiration of that period. Until a
formal Contract is prepared and executed, this bid, together with your written
acceptance thereof and your notification of award, shall constitute binding Contract
between us.

We understand that you are not bound to accept the lowest or any bid you may receive.
Name and address of bidder
(If none, state “none”

Date this day of 20__.

Signature
(in the capacity of)

Duly authorized to sign bid for and on


behalf of
Price Schedule
(Goods to be procured under DDP/Free delivery at consignee’s end basis)

Name of Bidder ____________________________________________________________________

Tender No. -------------------------

Name of Sale and other


Sr. No. Item Make/Model Specifications Unit taxes (Specify
(As listed Total Cost
(As listed in and country of (Complete Qty Price the type and
in (Rs)
invitation
invitation of Manufacturer Details) (Rs) kind of taxes
of bid) bid) and origin applied)
1.

2.

3.

Grand Total

Sign and Stamp of Bidder _________________________________________________

Note: In case of discrepancy between unit price and total, the unit price shall prevail.
Price Schedule

(Goods to be procured under LC basis)

Name of Bidder______________________________________________________________________

Tender No. ------------------------

Name of
Unit
Sr. No. Item Make/Model Specifications Total
Price Freight
(As listed in (As listed in and country of (Complete Quantity Insurance Cost
(FOB) Charges (foreign
invitation of invitation of Manufacturer Details) (foreign currency)
currency)
bid) bid) and origin
1.

2.

3.

Grand Total

Sign and Stamp of Bidder _________________________________________________

Note: In case of discrepancy between unit price and total, the unit price shall prevail.
Foreign currency rate will be considered on the date of opening of financial bid as per
rate of state bank.
LIST OF BIO MEDICAL EQUIPMENTS TO BE PROCURED FOR SSTH (ZONE-01), MULTAN ROAD LAHORE
(2019-20)
INVITATION OF BID
SR. NO. Name of Station Whers Required Estimated CIF / FOR
Equipment / SSTH LAHORE RAIC SSH SSH SSH Total Cost Basis
Instrument SHAHDR SHAIKHUPU KOTLAKH Quantity
A RA PAT
1. Ambulatory B.P 1 1 2000000 CIF
Monitoring

(RAIC-01)
2. ANAESTHESIA 1 1 2500000 CIF
MACHINE with
ventilator

(RAIC-1)
3. Cabinets Bed side 20 20 100000 FOR

(RAIC-20)
4. Cardiac 3 3 1500000 CIF
Defibrillator
With Internal and
External Pacing
pads

(RAIC-02+(01
Only with
External Pacing
Pads)
5. Cardiac Monitor 20 20 8100000 CIF
Noninvasive with 1200000
Central Monitoring
System

(RAIC-10+8)
(Central Monitor-
02)
6. Cardiac Monitors 4 4 1800000 CIF
Invasive with
central
monitoring

( RAIC-4)
7. CR System 1 1 5000000 CIF
Complete with
Printing Solutions
for x ray Viewing
and Printing

(RAIC-1)
8. ECG Machine 5 5 750000 FOR
Three Channel

(RAIC-3+2)
9. Electro Surgical 1 1 500000 CIF
Unit Bipolar 400
Watt

( RAIC-1)
10. Crash Cart / 2 2 2400000 CIF
Emergency
Trolleys
(imported) With
Defibrillator

(RAIC-02)
11. Intra-Aortic 1 1 3000000 CIF
Balloon Pump

(RAIC-1)
12. Minimally Invasive 1 1 10000000 CIF
Cardiac Surgery
Instrument Set
with Vats System
with 2 Cameras
and Continuous
co2 Insuflator

(RAIC-1)
13. Negative and 1 1 2000000 CIF
Positive Pressure
Ventilation System
Units (02 units
each)

(RAIC-1)
14. Portable 1 1 200000 FOR
Emergency Light
Single Dome
(Mobile)

(RAIC-1)
15. Portable 1 1 2500000 CIF
Echocardiography
Machine Complete
with Trolley and
sine wave UPS

(RAIC-1)
16. Semi-Automatic 12 12 8400000 CIF
Electrical Beds
with Bed side
Cabinet, Over Bed
Table, Mattress

( RAIC-12)
17. Portable Stand 12 12 20000 FOR
type BP
Apparatus (02), 80000
Portable I/V
Stand (08), 30000
Oxygen Cylinder
Complete with
Mobile Stand and
Gauge (02)
18. Hydraulic 2 2 800000 FOR
Cardiac
Stretchers
Imported
Complete with 02
Cylinder and
Gauges

(RAIC-2)
19. Suction Machine 1 1 250000 CIF
Heavy Duty

(RAIC-01)
20. Surgical Loops One 3 3 750000 CIF
Each with
Magnification of
2.5, 3.5, 4.5

(RAIC-3)
21. Syringe Pumps 16 16 2400000 CIF

(RAIC-16)
22. Temporary Pace 4 4 480000 FOR
Maker

(RAIC-2+2)
23. Vacuum Assisted 1 1 1000000 FOR
Venous Drainage
on line Blood
System

(RAIC-1)
24. Video 4 4 800000 FOR
Laryngoscope
(Glide Scope)

(RAIC-3+1)
25. Air Mattress 4 4 400000 FOR

(SSTH-4)
26. ANAESTHESIA 4 2 6 15000000 CIF
MACHINE with
ventilator

(SSTH-4, SSHD-2)
27. Apheresis 1 1 5000000 CIF
Machine (Cell
Separator)

(SSTH-1)
28. Auto Refracto 1 1 2000000 CIF
Meter with IOL
Master

(SSTH-1)
29. Autoclave 1 1 800000 FOR
Machine

(SSTH-1)
30. Automated 1 1 10000000 CIF
Chemistry
Analyzer

(SSTH-1)
31. Automated tissue 1 1 10000000 CIF
processor

(SSTH-1)
32. Automatic Tissue 1 1 2500000 CIF
Embedding
System

(SSTH-1)
33. Automatic Tissue 1 1 3500000 CIF
Steiner

(SSTH-1)
34. B. Scan 1 1 2500000 CIF
(SSTH-1)
35. Baby Suction 2 2 100000 FOR
Machine

(SSTH-2)
36. Baby Warmer 4 4 4800000 CIF

(SSTH-4)
37. Beds (Manual) 20 20 1400000 FOR
03 Folwer with
side cabinet, over
bed table Raxine
medical grade
mattress and
attendant bench
(Complete set)

(SSTH-20)
38. Cardiac 1 2 3 1500000 CIF
Defibrillator
With Internal and
External Pacing
pads

(SSTH-1,SSHD-2)
39. Cardiac Monitor 28 10 2 40 18000000 CIF
Noninvasive with
Central Monitoring
System

(SSTH-28,
SSHD-10,SKP-2)
40. Cardiac Monitors 16 1 17 7650000 CIF
Invasive with
central
monitoring

(SSTH-16,
SKP-1)
41. Centrifuge 3 3 1500000 FOR
Machine

(SSTH-3)
42. Cervical + 1 1 700000 FOR
Lumber Traction
Unit

(SSTH-1)
43. Choledoco scope 1 1 2000000 FOR

(SSTH-1)
44. Color Doppler 1 1 8000000 CIF
with Probe
Linear, Convex,
TVS

(SSTH-1)
45. Combo Unit (Tens 1 1 500000 FOR
+ Ems) Desktop

(SSTH-1)
46. CPM (Contour 1 1 500000 FOR
Passive Motion
Machine)
(SSTH-1)
47. CTG Machine 2 2 4 1400000 FOR

(SSTH-2,SSHD-2)
48. Delivery Table 2 2 1400000 FOR

(SSTH-2)
49. Dental Unit 1 1 2000000 CIF

(SSTH-1)
50. Dental X-Ray 1 1 500000 FOR

(SSTH-1)
51. Dialysis Chair 32 32 25600000 CIF

(SSTH-32)
52. Dialysis Machine 24 24 40800000 CIF

(SSTH-24)
53. Dialysis Machine 1 1 2000000 CIF
(Portable)

(SSTH-1)
54. Dialysis Machine 4 4 8000000 CIF
with WRO
System

(SSTH-4)
55. Drill System 1 1 4000000 CIF
Electric and
Battery Operated
with Complete
Accessories
(SSTH-1)
56. ECG Machine 4 4 600000 FOR
Three Channel

(SSTH-4)
57. Electric 1 1 350000 FOR
Treadmill 3.5HP

(SSTH-1)
58. Electro Surgical 5 5 2500000 CIF
Unit Bipolar 400
Watt

(SSTH-5)
59. Eliza Fully 1 1 5000000 CIF
Automated

(SSTH-1)
60. Emergency 6 6 7200000 CIF
Trolleys
(imported) With
Defibrillator

(SSTH-6)
61. Fluoroscopy X- 1 1 12500000 CIF
Ray Unit 1000
MA

(SSTH-1)
62. Gastroscope High 1 1 2000000 CIF
End with Digital
Camera
(SSHD-1)
63. Hematology 1 1 1200000 FOR
Analyzer

(SSTH-1)
64. Head Light with 3 3 1200000 FOR
Magnifying Loops

(SSTH-3)
65. ICU Ventilators 9 2 11 33000000 CIF

(SSTH-9,SSHD-2)
(01 Ventilator for
Neonatal Nursery
with Tidal
Volume 5ml to
2000ml)
66. Imaging Intensifier 1 1 2 10000000 CIF
(C-ARM)

(SSTH-1,SSHD-1)
67. Keratometer 1 1 1000000 FOR

(SSTH-1)
68. Laparoscope with 1 1 10000000 CIF
All Accessories

(SSTH-1)
69. Laparoscopic Non 3 3 600000 FOR
Traumatic Grasper
/ Clipper Crocodile
Forceps
(SSHD-3)
70. Laser Printer for 1 1 2500000 CIF
Digital X-Ray

(SSTH-1)
71. Microscope 3 3 1350000 CIF

(SSTH-3)
72. Microtome 1 1 1000000 CIF
Automated

(SSTH-1)
73. Nephroscope 1 1 500000 FOR
24cm

(SSTH-1)
74. O.T Light 1 1 75000 FOR
(Portable)

(SSHD-1)
75. Operating 1 1 2500000 CIF
Microscope for
Eye

(SSTH-1)
76. Operation 3 3 4500000 CIF
Theater Light
Double Doom

(SSTH-3)
77. Operation 3 3 10500000 CIF
Theater Table
Electrical

(SSTH-3)
78. O.T Light in Labor 1 1 200000 FOR
Room Portable
Single Dome
(Mobile)

(SKP-1)
79. Phaco 1 1 3000000 CIF
Emulsification
Machine

(SSTH-1)
80. Platelet Incubator 1 1 1000000 FOR
+ Agitator

(SSTH-1)
81. PT / APTT 1 1 400000 FOR
Analyzer

(SSTH-1)
82. Pulse Oximeter 4 4 260000 FOR
with Probe

(SSTH-4)
83. Resectoscope 1 1 2700000 CIF
With Telescope 30
Light Sources &
Ellic Evacuator
Light Cable
(SSTH-1)
84. Semi-Automatic 14 8 4 26 18200000 CIF
Electrical Beds
with Bed side
Cabinet, Over Bed
Table, Mattress

(SSTH-14,
SSHD-8,SKP-4)
85. Short Wave 1 1 1500000 CIF
Diathermy

(SSTH-1)
86. Slide Folder 1 1 74000 FOR

(SSTH-1)
87. Slit Lamp 1 1 2000000 FOR

(SSTH-1)
88. Stretcher Trolley 6 6 1500000 FOR
Imported

(SSTH-6)
89. Suction Machine 2 2 50000 FOR

(SSTH-2)
90. Suction Machine 9 2 11 2750000 CIF
Heavy Duty

(SSTH-9) (SKP-2)
91. Syringe Pumps 73 73 10950000 CIF

(SSTH-73)
92. Ultrasound 1 1 8500000 CIF
Machine Color
Doppler

(SSTH-1)
93. Ultrasound 1 1 2500000 CIF
Machine Portable

(SSTH-1)
94. Ultrasound 1 1 700000 FOR
Physiotherapy

(SSTH-1)
95. Ureterorenosco 1 1 900000 FOR
pe

(SSTH-1)
96. Ventilators 4 4 12000000 CIF
(Portable)

(SSTH-4)
97. Wax Bath 1 1 300000 FOR
Therapy Unit

(SSTH-1)
98. WRO System for 1 1 1000000 FOR
24 Dialysis
Machines

(SSTH-1)
99. X-Ray Machine 1 1 6500000 CIF
300 MA Mobile
(SSTH-1)
100. X-Ray Scanner 1 1 1200000 CIF
with LCD for
Dental
(Complete
system)

(SSTH-1)
101. Blood Bank 1 1 1000000 FOR
Refrigerator 80 to
100 Bags Capacity
/ Blood Storage
Cabinets

(KLP-01)
102. Immunoassey 1 1 5000000 CIF
(Automatic) for
Screening

(KLP-01)
103. Cryocentrifuge 1 1 1500000 CIF
with Refrigerator
02 Bag Capacity

(KLP-01)
104. Cell Separator 3 3 100000 FOR
Stands

(KLP-03)
105. Platelet Incubator 1 1 500000 CIF
with Agitator

(KLP- 01)
106. Blood Bag Sealer 1 1 450000 FOR

(KLP-01)
107. Freezer for FFPS 1 1 500000 FOR
(-20c-50c) /
Plasma Storage
Freezer

(KLP-01)
108. Centrifuge 2 2 500000 CIF
Machine

(KLP-02)
109. Blood Bag Shaker 3 3 200000 FOR
(Digital)

(KLP-03)
110. Serocentrifuge 1 1 600000 FOR
Machine

(KLP-01)
111. Water Bath 1 1 300000 FOR

(KLP-01)
Total 441519000/-
FINAL CONSOLIDETED DEMANDS AND TECHNICAL SPECIFICATIONS OF SOCIAL SECURITY HOSPITALS
(ZONE-01)

SR.NO Name Of Equipment / Total Specifications Approximate Total Cost


Instrument Qty. Cost Of New In Pak
Unit In Pak Rupees
Rupees
1. Ambulatory B.P 1 Ambulatory B.P Monitoring System
Monitoring
Computerized Non-invasive, Ambulatory BP for continuous 24/48 hr – switch able monitoring. (
(RAIC-01) The procuring agency will specify)
OPERATING FEATURES AND CHARACTERISTICS:
Main computerized unit with color monitor
(CIF BASIS)
Keyboard and mouse and Laser Printer for printing reports
Data retrieval system
Osillometirc system
Artifact and motion noise elimination
24/48 hour switch able summary and average hourly blood pressure,
Day/ Night analysis and % of readings over pre-selected limits
Number of Recorders:
04 Recorders required with 04 each adult, paediatric and large BP cuff
PARAMETERS
Report on Blood Pressure and Pulse Rate in tabular and graphical form summary report of
data and histograms
Settable BP taking intervals from 10 to 60 mins, independently programmable measurement
intervals. Start/Stop facility for patient initiated B.P reading
Main unit battery and AC 220/50 Hz operated.
Accessories:
All allied accessories for the measurement of required parameters should be from original
manufacturer.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
2. ANAESTHESIA 1 TECHNICAL SPECIFICATION
MACHINE with  Anesthesia work station machine to administer anesthetic agents in precise control
ventilator and flow manner.
 The machine will equip to monitor the vital sign parameters and anesthetic agents
(RAIC-1) during operation.
 It should stay on the theatre (I.O to specify the hanging pendant or for mobile use)
(CIF BASIS) housing
 3-gases O2/N2O/AIR.
 Provision of communication port for sharing and transfer of data.
 Unit shall comprise of the following components:
 Electronically/digitally control, mixing and monitoring of anesthetic gases (O2, AIR, and
N2O) both by digits as well as virtual tubes.
 Built-in illumination system.
 Non-interchangeable pipeline inlets
 Pipeline & cylinder gauges for O2, N2O and AIR
 Central gas/ electronically driven unit.
 Pin index cylinder yokes for Oxygen & N2O (One each), as backup.
 Pin index type cylinders will be provided with the unit (2xO2 and 2xN2O: BS standard)
 Gas outlet and O2 flush control
 1 auxiliary O2 outlet (preferably electronics).
 Two Lockable castors
 Stainless steel/fiber work surface
 Absorber bag support arm
 Integrated heated breathing system.
 Three gas electronic digital flow meters for precise control and monitoring of gases.
 Drawer unit 5-6'' high.
 Power outlet with 3/4 socket outlets to connect the auxiliary equipment.
 CO2 absorber 800 – 1,500 gm or better with changeable during the surgery.
 Complete with valve for bag/ventilator, manometer, 0.5, 1.0, 1.5, 2 & 3 L breathing
bags,
 Breathing tube (adult and paeds).
 Mounts and Y-piece.
 Additional breathing hose and connector (adult and paeds).
 Scavenging system passive / active type.
 Suction system.
ANESTHESIA VENTILATOR:
 Anesthesia Ventilator with minimum 12” or more LCD /TFT Screen.
 The ventilator shall be capable of ventilating Neonates /pediatric patients/Adult
Patients)
The ventilator shall have following features as a minimum requirement:
 Volume Preset Time Cycled Ventilator (IPPV Mode)
 Manual, spontaneous; Volume Mode (IPPV) / CMV
 Pressure Mode (PCV)
 Pressure Support (PS)
 Pressure Control (PC)
 Pressure Controlled and pressure support Modes
 Synchronized volume controlled ventilation (SIMV) with PS
 PS with apnea back up
 Breathing Mode Selection (Standby / Volume / Spontaneous and Pressure)
 Built in Oxygen Monitor
 Inverse I:E ratio Capability
 Gas Specific Input Connectors (Air or Oxygen ISO or ANSI Standards)
 Tidal Volume from 5ml to 1400ml.
 Rate or Frequency 4 to 60 bpm
 PEEP 3 to 20 cm of H2O.
 Inspiratory Pressure Limit
 Pressure and Volume (Spirometry) Loops / Curve.
 Oxygen / Electronically Driven
 Power Supply 220 VAC , 50 Hz
 Battery Backup (60 Minutes or more)
 Low / High FiO2 Alarm
 Incorrect Rate or Ratio alarm
 Mains Failure alarm
 Low battery alarm.
 Oxygen Senor: Paramagnetic / Galvanic /Equivalent
 Hypoxic Device.
 The ventilator shall be supplied with complete drive hose and power cable.
Note: Annual maintenance kits (needs to replace annually) will be included in the warranty
period as per manufacturer’s guidelines.
MONITORING :
 Modular Vital sign monitor.
 Size of minimum 17” touch screen or more for display of vital sign parameters of
neonates, infants and adults.
 Measurement of ECG
 NIBP with re-usable single hose cuff for neonates, child and small adults
 SpO2 (Massimo Technology / Equivalent motion tolerant technology) with re-usable
cable and sensors for neonates, infant, adult and small adults sizes (Qty I.O specify).
 HR
 Temperature with nasal probe
 Respiration
 Four Channel IBP
 Anesthetic Agent monitoring (with monitor or with in the anesthesia machine)
 EtCO2 main / side stream (Complete with all sensors probes, reusable).
 Provision of communication port for sharing and transfer of data.
 220V, 50 Hz operated.
 Battery backup of at least 60 minutes
 Online UPS with backup of 30 minutes for complete unit.
Note: Monitors must be supplied by the same manufacturer and must be compatible with the
machine and ventilator.
 The warranty of equipment will be including batteries, oxygen sensor, all kinds of
filters and flow sensor.
ACCESSORIES:
 2 NIBP Cuff each,
 2 Spo2 probe,
 2 temperature probe
 Skin Probe
 2 ECG Leads
 Four Channel IBP leads.
OPTIONAL:
 NIRS (Near Infra-Red Spectroscopy unit for Cerebral Pulse Oximetery for pediatric
patients.
 Complete with main unit with monitor and sensors including disposable head
sensor/probe (Qty 50 Nos.)
 NMT Neuro muscular transmission.
 BIS Monitoring.
 Two pre calibrated Vaporizers of Isoflurane & Sevoflurane vaporizer (or by choice),
temperature and flow compensated.
 Cardiac bypass mode / HLM / Spontaneous Mode.
 Cardiac Output module/monitor
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
3. Cabinets Bed side 20 BED SIDE CABINET
 Made of Electrolytic Galvanize sheet, (Gauge 18)
(RAIC-20)  All plastic resin coated body with drawer & cabinet.
 open compartment between drawer and cabinet,
(FOR BASIS)  Cabinet top of Stainless Steel
 Mobile on 4 non-staining rubber castors 50 mm Dia

WARRANTY 3 YEARS
Country of origin Local / Imported
4. Cardiac Defibrillator 2+1 Cardiac Defibrillator With Internal And External Pacing Pads
With Internal and
External Pacing pads Biphasic transthoracic (external) defibrillator with LCD colour display
Synchronized output with ECG.
(RAIC-02+(01 Only Energy selection & delivery on control panel and paddles for external defibrillation.
with External Pacing Energy selection and delivery on control panel for internal defibrillation.
Charging Indicator
Pads)
The energy range should be adjustable for peads and adults up to 200Joules.
Charging Time for full energy should be less than 05 sec
(CIF BASIS) Screen Size of approx. 5 inch colored.
Display of HR, ECG through paddles and Lead I.II & III patient cable.
Built in recorder for printing of full summery on standard 50mm paper.
Alarms for High and low Heart rate, low battery warning.
Built-in Rechargeable battery with charger for minimum 50 shocks at max energy.
Auto tester/self check.
External Paddles (Adult, Paed, Neonate)
AED facility with cable.
Pacing facility
AC 220V / 50Hz operated.
Accessories:
Complete with standard accessories, including reusable type Adult, Paediatric & Neonatal
sensors
Original trolley/cart
Optional:
50 Qty of Reusable sensors
Internal Paddle(Adult, Paed, Neonate)
Charging Time for full energy should be less than 07 sec
ETCo2
Spo2
Disposable pacing pads
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
5. Cardiac Monitor 10+8 CARDIAC MONITOR NON INVASIVE WITH CENTRAL MONITORING
Noninvasive with
Central Monitoring For Adults & Peads
System For monitoring patients vital signs.
(RAIC-10+8)
Operating Features and Characteristics:
(Central Monitor-02) Non fade TFT,LCD color display
Electro-surgical interference suppression/protection
(CIF BASIS) Defibrillator protection
Freeze and cascade facility.
Waveform trache spee: 25 & 50 mm/sec.
Screen size: min. 15” TFT, LCD color display.
Parameters:
ECG :
Numeric: heart rate.
Waveform : real time and freeze ECG trace
Minimum 6 waveforms
NON-INVASIVE BLOOD PRESSURE (NIBP):
Method: oscillometric principle
Numeric: systolic, diastolic and mean pressure
Selectable auto inflate interval settings
Rising cuff/continuous pressure display.
Reusable cuff for adult & paeds
TEMPERATURE:
Numeric: temperature selectable in ºC/ºF.
PULSE OXIMETRY:
Numeric: 0-100% oxygen saturation measuring range.
Waveform-plethysmograph pulse.
Reusable sensor electrode.
ARRHYTHMIA ANALYSIS:
Arrhythmia analysis and ST analysis.
RESPIRATION:
Breath rate display and settable apnea alarms.
Sweep speed; 6.25, 12.5 mm/sec.
Numeric: temperature selectable in ºC/ºF.
Ac 220v/50HZ
Built-in rechargeable battery for at least 1.5-2 hour.

Accessories:
The system must be complete with all sensors, probes, cables or any
other accessories required for measuring all the above
selected parameters.

Optional:
50 Qty of Reusable sensors
Capnography
Printer 2 channels
Mounting stand preferably imported or high quality (S.S 304L) Local
with lockable draws
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN

CENTRAL STATION FOR 8 BEDS

Multi-channel central station for 8/16/24 bedside monitors. (Procuring agency will specify the
exact requirement)
Operating features and characteristics:
Colored monitor
Resolution minimum 1024 x 1024
Laser printer
For connection to: Bedside monitors with 19” TFT central station monitor.
Parameters :
Selectable display of all parameters of bedside monitors
As selected.
Alarms :
All parameters alarms on central station monitor with bed no.
Identification.
All alarms of each bedside monitors selectable from central workstation.
Full Disclosure :
Other Features:
Ac 220v / 50Hz.
Keyboard and mouse
Trend data: graphical and tabular
Arrhythmia analysis feature.
Operating Requirements:
Built-in battery and charger for at least 2 hours on ac power at full parameter or imported full
sine wave ups.
Accessories:
Optional:
Qty of Reusable sensors
HIS & RIS Connectivity
High definition Slave monitor screen size:32” or larger
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
6. Cardiac Monitors 4 CARDIAC MONITOR INVASIVE WITH CENTRAL MONITORING
Invasive with central
monitoring Modular bedside monitor for Adult / Neonates/ Peads. The monitor should take different
modules for display of vital sign monitor of Adult /Neonate/Peads.
( RAIC-4) Operating Features and Characteristics:
Non fade TFT,LCD color display
Electro-surgical interference suppression/protection
(CIF BASIS)
Defibrillator protection
Freeze and cascade facility.
Waveform traces speed; 25 & 50mm/sec.
Screen size: min. 17” TFT, LCD color display.
Capability to interface with LAN/WLAN for data transfer
Parameters in module form:
ECG:
Numeric: heart rate.
Waveform : Six Wave forms minimum, real time and freeze ECG trace
NON-INVASIVE BLOOD PRESSURE (NIBP):
Method: Oscillometric principle
Numeric: systolic, diastolic and mean pressure
Selectable auto inflate interval settings
Rising cuff/continuous pressure display.
TEMPERATURE:
Numeric: temperature selectable in ºC/ºF.
PULSE OXIMETRY:
Numeric: 0-100% oxygen saturation measuring range.
Waveform-plethysmograph pulse
Reusable sensor electrode.
Reusable cuff of all sizes
ARRHYTHMIA ANALYSIS:
Arrhythmia analysis and st analysis.
RESPIRATION:
Breath rate display and settable apnea alarms.
Sweep speed; 6.25, 12.5 mm/sec.
OTHER FEATURES:
Trend data; graphical and tabular
ALARMS:
High & low (settable) on all parameters
Visual and audible indication of alarms.
OPERATING REQUIREMENTS :
Ac 220v/50HZ
Built-in rechargeable battery for at least 2 hour ac power failure at full parameter.
Accessories:
The system must be complete with all sensors, probes, cables or any other accessories required
for measuring all the above selected parameters for neonates / peads and Adults.
Optional:
IBP two Channel module , Capnography (EtC02) module
EEG Module
Printer Two Channel
50 Qty of Reusable sensors
Mounting stand preferably imported or high quality (S.S 304L) Local with lockable
draws

Warranty: 03 years
Country of Manufacturing & Origin of equipment should be:
USA, EUROPE & JAPAN.

CENTRAL STATION FOR 8 BEDS

Multi-channel central station for 8/16/24 bedside monitors. (Procuring agency will specify the
exact requirement)
Operating features and characteristics:
Colored monitor
Resolution minimum 1024 x 1024
Laser printer
For connection to: Bedside monitors with 19” TFT central station monitor.
Parameters :
Selectable display of all parameters of bedside monitors
As selected.
Alarms :
All parameters alarms on central station monitor with bed no.
Identification.
All alarms of each bedside monitors selectable from central workstation.
Full Disclosure :
Other Features:
Ac 220v / 50Hz.
Keyboard and mouse
Trend data: graphical and tabular
Arrhythmia analysis feature.
Operating Requirements:
Built-in battery and charger for at least 2 hours on ac power at full parameter or imported full
sine wave ups.
Accessories:
Optional:
Qty of Reusable sensors
HIS & RIS Connectivity
High definition Slave monitor screen size:32” or larger
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
7. CR System Complete 1 TECHNICAL SPECIFICATIONS
with Printing Solutions One Digitizer / Reader unit, multiple plates type System for General Radiography &
for x ray Viewing and Mammography.
Printing Should be capable to read X-Ray exposed Rigid Imaging Plates (IPs) of all standard sizes in
inches/cm.
(RAIC-1) The productivity of reading / digitizing should be minimum 100 IPs/hour in mixed sizes.
Reading function should be 100 ìm and 50 ìm
Should support resolution of 10 pixels / mm.
(CIF BASIS)
One CR console for Radiographer with medical application software licenses.
An additional workstation for Radiologist with 1TB HDD.
Should be capable to enter & edit Patient ID.
Should support Image Preview & Quality Assurance.
Should have Mammography Software License. (Procuring agency to specify)
Should have temporary storage capacity of up to 2,000 or more images.
Should comply with DICOM Conformance 3.0 and have standard functions for future
connectivity with PACS or other DICOM modalities inclusive of Print, Storage, etc.
DICOM 3.0 compliant Grayscale Dry LASER Printer with 3 online sizes.
Should have minimum productivity of 150 films/ hour in mixed sizes.
Printer should be capable of printing 08x10, 10x12, 11x14, 14x14 & 14x17 size films.
Minimum resolution should be10 pixels/mm with 12-bit gradation.
Imaging Plates (IP) and Cassettes
DICOM 3.0 for Send, Receive, Archive, Retrieve and Print.
POWER REQUIREMENT:
Single phase with line voltage of 220V, 50 Hz
Accessories:
Imaging Plates (IP) and Cassettes
14x17inch (Set of IPs & Cassettes
10x12inch (Set of IPs & Cassettes)
08x10inch (Set of IPs & Cassettes)
18x24cm (Set of IPs & Cassettes) for Mammography
24x30cm (Set of IPs & Cassettes) for Mammography
15x 30 cm (Set of IPs & Cassettes) for OPG
Online UPS 10 KVA with ten minutes back up time.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
8. ECG Machine Three 3+2 TECHNICAL SPECIFICATIONS
Channel Three channel ECG on at least 5 inches LCD display.
Display of Three channel ECG simultaneously.
(RAIC-3+2) Automatic Operation
Variable gain: 1/2, 1, 2 cm/mV
(FOR BASIS) Thermal recorder for printing out of Three channels simultaneously
Interpretation Software.
Recording Trace speed: 10, 25 and 50 mm/sec
Muscle artifact and AC (50Hz) interference filters
Defibrillator protection
Built in AC Supply and battery operation with 30min backup
Built-in AC interference, Noise filter and Baseline connection.
Capability to interface with LAN/WLAN for data transfer
Paper Rolls, 50
Accessories:
Complete with standard accessories, including separate patient cables for Adult use with re-
usable electrodes
Optional:
Mobile Cart (Imported)
No. of Electrodes
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
9. Electro Surgical Unit 1 TECHNICAL SPECIFICATIONS
Bipolar 400 Watt Microprocessor based electrosurgical unit for normal and under water cutting usages.
Automatic self-test function.
( RAIC-1) Operation in radio frequency range.
Controls for cutting, coagulation, spray and blends.
(CIF BASIS) Monopolar cutting power of 400 watts.
Bipolar cutting power of 80 watts.
Mono polar coagulation power of 100 Watts.
Bipolar coagulation power of 50 Watts.
Spray coagulation mode.
Different gradations of blending of cutting and coagulation power.
Digital display of all controls and set values of cutting and coagulation power.
Audio and visual alarms.
220V, 50 Hz.
Accessories:
 Monopolar handle with cord.
 Bipolar forceps with cord.
 Trolley having anti-static lockable wheels.
 Attachment for monopolar coagulation.
 Knife electrode Qty 10
 Surgical electrode, ball-shaped. Qty 10
 Needle electrode. Qty 3
 Ball electrode. Qty 10
 Bipolar coagulation forceps. Qty 4
 Reusable silicon patient plate. Qty 10
 Double paddle foot switch, explosion proof.
 Trolley with lockable antistatic castors.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
10. Crash Cart / 2 EMERGENCY TROLLEY / CRASH CART FULLY EQUIPPED
Emergency Trolleys  Stainless steel / ABS top.
(imported) With  Three or more drawers
Defibrillator  Lower cupboard with central locking / securing all drawers and cupboard
 Operated by cupboard door and use of security seals
(RAIC-02)  Double hook stainless steel I.V. Pole
 Push handle
(CIF BASIS)  Quality cushion castors (2 x braking)
 2 x stainless steel cylinder holders / strap
 Cardiac board 600 x 400 x 55mm with stainless steel housing brackets at rear of
trolley.
 Universal rail system fitted to width of trolley.
Accessories :
 Aneroid sphygmomanometer with Peads & infant Velcro cuff and rail clamp
 Electronic timer and rail clamp
 Venturi suction unit with O2 outlet and 2.0 liter jar
 Suction tube and connecting tubing
 O2 flow meter fitted to O2venturi outlet 0-15 lpm
 Pin index regulator with outlet for connection to remote venturi hose and O2 outlet
 Oxygen cylinder Qty 01 fitted with trolley
Intubation set comprising:
 Macintosh laryngoscope with 4/5 blade set
 Magill introducing forceps
 Paeds resuscitator
 Disposable E.T. tubes Set
 Guedel airways
 Pen torch
 Artery forceps
 Dressing scissors
 Set of plastic tubes
Examination light to rail clamp
Defibrillator:-
 Biphasic transthoracic (external) defibrillator with LCD colour display
 Synchronized output with ECG.
 Energy selection & delivery on control panel and paddles for external defibrillation.
 Energy selection and delivery on control panel for internal defibrillation.
 Charging Indicator
 The energy range should be adjustable for peads and adults up to 200Joules.
 Charging Time for full energy should be less than 05 sec
 Screen Size of approx. 5 inch colored.
 Display of HR, ECG through paddles and Lead I.II & III patient cable.
 Built in recorder for printing of full summery on standard 50mm paper.
 Alarms for High and low Heart rate, low battery warning.
 Built-in Rechargeable battery with charger for minimum 50 shocks at max energy.
 Auto tester/self check.
 External Paddles (Adult, Pead, Neonate)
 AED facility with cable.
 Pacing facility
 AC 220V / 50Hz operated.
Accessories:
 Complete with standard accessories, including reusable type Adult, Pediatric &
Neonatal sensors
 Original trolley/cart
Optional:
Qty of Reusable sensors
 Internal Paddle(Adult, Pead, Neonate)
 Charging Time for full energy should be less than 07 sec
 ETCo2
 Spo2
Disposable pacing pads
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
11. Intra-Aortic Balloon 1 Intra Aortic Baloon Pump
Pump
TECHNICAL SPECIFICATIONS
(RAIC-1) Self contained Fiber optic based intra aortic balloon pump having mobile console with ECG.
Amplifier with possible selection 5 leads arterial blood pressure amplifier. Discriminative
Triggering circuit to command balloon actions on patient’s ECG arterial blood pressure curve or
(CIF BASIS)
internal simulator 80 BPM. Color graphic displays at least of 10” for display of arterial and
pressure heart rate balloon volume used and alarm conditions with trouble shooting
procedures. Wave form displays for ECG, arterial pressure and balloon pressure on three
channel memory type oscilloscope. Fall safe system. V Pacing switch. Progressive viewing
sequence. Integrated battery power supply to take patient to catheterization labs, operating
theatre or other hospital: 60 minute autonomy. CO2 / helium tank wrench. 5 lead ECG cable,
male connector pressure, transducer, adopter, chart recorder.
220 V, 50 Hz, Ac.
System should be complete to display all the parameters.
Accessories:
Complete with standard accessories
One spare set of patient cable.
Optional:
50 Qty of Reusable sensors
Disposable balloon catheters of varying sizes for use with the pump 25 nos.
Automatic in vivo calibration
Automatic and manual helium refilling
Control of deflation point in automatic mode

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
12. Minimally Invasive 1 Minimally Invasive Cardiac surgery Instrument Set with Vats System With 02 Cameras and
Cardiac Surgery Continuous CO2 Insufflator 02 regular battery operated sternum saw and 01 redo sternum
Instrument Set with Vats saw
System with 2 Cameras  Scalpel handle Qty 02 Length 130-145 mm, for blade size 18-36, straight tip
and Continuous co2  Scalpel handle Qty 01 Length 155-165 mm, correspond with English no. 05 for blade
Insuflator size 10-15, straight tip
 Micro scalpel handle Qty 01 Casper type, micro scalel handel, length 150-160 mm,
for micro scalpel blades
(RAIC-1)
 Metzenbaum Scissors Qty 01 Tonnis Adson Type, length 170-180 mm, 1/1 curved,
tungsten carbide edges, wave cut.
(CIF BASIS)
 Metzenbaum Scissors Qty 01 Metzenbaum, length 195-205 mm, 1/1 curved, tungsten
carbide edges
 Metzenbaum Scissors Qty 01 Metzenbaum, length 150-180 mm, curved blades, wave
cut
 Metzenbaum Scissors Qty 01 Metzenbaum, length 220-250 mm, 1/1 curved, wave cut,
dissecting scissor
 Forward Potts Qty 02 Jacobson type, Working length 168-175 mm, blade 45o, micro
sccissors, flat handle.
 Backward Potts Qty 02 Puskas type jackabson, micro sccissors, Length 190-210 mm,
blade angeled for nano blades, flat handel
 Forward Jackabson Micro Sccissors Qty 01 Working length 190-210 mm, blade angel
45o, blade length 10 mm
 Dietrich Sccissors Qty 01 Length 175-185 mm, 125o, blade length 8 mm
 Dietrich Sccissors Qty 01 Length 175-185 mm, angel 45o, blade length 10 mm
 Mayo Sccissors Qty 02 Length 165-175 mm, straight
 Mayo Sccissors Qty 02 Length 165-175 mm, curved 1/1
 De Backey Forceps Qty 02 Atraumatic, Working length 145-155 mm, tip length 2.8 mm
 De Backey Forceps Qty 02 8”, Length 190-210 mm, tip length 1.5 mm
 De Backey Forceps Qty 02 Length 190-210 mm, tip 2.8 mm
 Fine Ring Forceps Titanium material Qty 02 Length 200-215 mm, ring tip vascular
forcep, tip size 1 mm straight, diamond dust tips
 Fine Ring Forceps Titanium material Qty 02 Length 180-190 mm, ring tip 1 mm
straight, dia dust coating and counter balance handle
 Tooth Forcep Qty 02 Length 175-187 mm, tissue forcep standard pattern
 Hegar Needle Holder Qty 02 Length 200-210 mm, tip size 0.5 mm, diamond dust
Hegar Meo type
 Hegar Needle Holder Qty 02 Length 180-190 mm, tip size 0.5 mm, diamond dust
Hegar Meo type
 Needle Holder Qty 02 Length 145-155 mm,
 De Backey Needle Holder Qty 01 Length 175-185 mm, de backey needle holder, tip
size 0.4 mm
 Heaney Type Needle Holder Qty 01 Length 195-205 mm, tip 0.5 mm
 Mosquito Clamp Fine Qty 06 Baby mosquito Hartman type, length 95-105 mm, 1/1
curved with tooth tip
 Mosquito Qty 04 Halsted Mosquito, length 123-127 mm, straight, toothed tip
 Wire holding clamp straight Qty 10 Spencer wells type, hemostatic forceps, length
173-177 mm
 Towel clamp Qty 06 Towel clamp, length 85-95 mm, curved 1/1
 Tubing clamp Qty 06 Length 190-210 mm, tubing clamp with guard
 Haywood Smith tissue grasping forceps Qty 01 Length 245-255 mm
 Roberts artery forceps Qty 02 Over holt dissecting forceps, length 215-225 mm,
curved
 Roberts artery forceps Qty 02 Over holt dissecting forceps, length 222-227 mm, 1/1
curved
 Yankauer suction Qty 01 With special large central bore, 4.8 mm diaphragm, olive
length 7-9 mm, length 280-290 mm
 De backey sucker Qty 02 With central bore 3 mm diameter with lateral slots, length
270-280 mm
 Formby sucker Qty 01 Diameter 3.3 mm, length 205-215 mm
 Wire twister Qty 04 Length 145-155 mm, 0.5 mm tip size
 Schmieden Taylor Scissor Qty 02 Dura scissors, Schmieden taylor dura scissors, length
150-160 mm
 Langenbeck retractor Qty 02 Length 210-220 mm, kocher langenbeck retractor, blade
size 41-11 mm
 Self retaining retractor Qty 01 Adson Type, length 206-215 mm, 4 x 4 prongs, blunt tip
reusable
 Henley retractor Qty 01 complete set as per specs Self retaining, retractor large with
central blade of 74 x 16 mm, 30 x 16 mm, 18 x 16 mm, lateral blades 27 x 22 mm, 52 x
22 mm, 77 x 22 mm
 Self retaining retractor Qty 01 complete set as per specs Popliteal retractor complete
with 60 x 50 mm 02 blades & semi sharp 40 x 35 mm 02 blades
 De backey spreader / rib retractor Qty 01 De backey spreader / rib retractor, retractor
blade size 50 x 80 mm 02 blades, blades size 80 x 60 mm 02 blades
 Gerbode Sternal retractor Qty 01 Gerbode type, standard spread blades 8-12 cm wide
and 3-5 cm deep, blades designed to put pressure on sternum but not on over lying
tissue
 IMA retractor Qty 01 Favulor adult IMA retractor
 IMA retractor Qty 01 French type, IMA couetil hook retractor French pattern, IMA
retractor complete set with short and long claw 25-40 mm deep and 15-25 mm wide
blades
 O’shaughnessy forceps Qty 02 Length 225-235 mm
 Wikstroem dissecting forceps Qty 02 Length 22-210 mm
 Probes Qty 01 complete set De backey vascular probes set 01-2.5 mm malleable
 Nerve hook Qty 01 Magner type, length 148-155 mm
 Nerve hook Qty 01 Crile type, length 195-210 mm
 Derra atraumatic vascular clamp Qty (03) Length 165-175 mm, blade width with one
qty each of following
Qty 01 15-17 mm
Qty 01 18-22 mm
Qty 01 24-28 mm
 Derra clamp Qty 01 Lambert Kay type, length 213-217 mm, depth width 40 mm, jaw
length 93 mm
 Cross clamp Qty 01 Morris, atraumatic vascular clamp, length 170-180 mm, jaw length
93 mm, angeled
 Sim Qty 01 De backey atraumatic vascular clamp, length 268-274 mm, jaw length 111
mm
 Fine bulldog clamp Qty 03 Vascular bulldog clamp, length upto 45 mm, jaw serration
length upto 19 mm
 Muller bulldog clamps Qty 03 Closing force less then 60 grams
 Suture Puller Guide Only Qty 03 Fine suture puller guide, length 160-220 mm
 IDL Mirror Qty 02 Length more then 300 mm
 Vessel Tip IMA Cannula Qty 06 Minimum internal Fr 14
 Micro needle holder Titanium material Qty 02 Puskas Jackobson micro needle holder
for suture size 7/0 & smaller, length 195-208 mm, tip 8 mm, diamond dust jaw with
lock
 Micro needle holder Titanium material Qty 01 Jackobson micro needle holder for
suture size 7/0 & smaller, length 180-190 mm, with lock and rachet
 Needle holder jack Qty 02 Jackobson heavy jaw needle size 2/0 and smaller with lock
and rachet, length 185-195 mm
 Tenotomy scissor Qty 01 Stevenson tenotomy scissors, curved blades, length 175-185
mm
 Safety pins for instruments holding Qty 03 Reusable, sterilizable and lockable
 Instrument trays for fine instruments Qty 02 Extra large size, Reusable, sterilizable and
lockable
 Tungsten Carbide Needle Driver Qty 01 Needle drive with tungsten carbide inserts,
carbide inserts, curved jaws, with lock, 5mm shaft, working length 14-17 cm,
instrument length 27-32 cm, round squeeze handle
 Tungsten Carbide Needle Driver Qty 01 Needle drive with tungsten carbide inserts,
straight ryder jaw, with lock, 5 mm shaft, working length 14-17 cm, instrument length
27-32 cm, round squeeze handle
 Tungsten carbide needle driver Qty 01 Needle driver with tungsten carbide inserts,
curved heavy jaws, with lock, 5 mm shaft, working length 22-28 cm, instrument length
32-38 cm, round squeeze handle
 Tungsten carbide needle driver Qty 01 Needle driver with tungsten carbide inserts,
straight ryder jaws, with lock, 5 mm shaft, working length 22-28 cm, instrument length
32-38 cm, round squeeze handle
 MICS Tungsten carbide ring handle needle holder Qty 01 Tungsten carbide quoted
jaws, ring handle, 5mm shaft, working length 15-17 cm, instrument length 28-32 cm,
straight tip, with lock
 MICS Tungsten carbide Ring handle needle holder Qty 01 Tungsten carbide quoted
extra heavy jaws, curved, 10 mm shaft, working length 20-22 cm, instrument length
32-36 cm
 MICS Forceps / Grasper Qty 01 Double action, Straight short jaw 0.1 mm, 5 mm shaft,
working length 17-19 cm, instrument length 28-32cm, round squeeze handle ,
 MICS Debakey Forceps / Grasper Qty 01 Dual action, 3.2 mm jaw, working length 15-
18 cm, instrument length 28-32 cm,
 MICS tungsten carbide Serrated forcep / grasper Qty 01 Double action, straight jaw,
2.8 mm jaw, 5 mm shaft, working length 22-28 cm, instrument length 32-38 cm, round
squeeze handle,
 MICS Resano type forceps Qty 01 Straight jaw 2.8 mm, 5 mm shaft, with lock, working
length 23-27 cm, instrument length 32-37 cm, round squeeze handle,
 MICS Debakey forcep / grasper Qty 01 Double action, straight jaw 1 x 2, 2.8mm, 5
mm shaft, with lock, working length 15-19 cm, instrument length 28-34 cm, round
squeeze handle,
 Mics Scissor Qty 01 Strong curved blunt end, 5mm shaft, angled 15 degrees, working
length 16-19 cm, instrument length 28-32 cm, round squeeze handle,
 Mics Scissor Qty 01 Strong curved blunt end, 5mm shaft, angled 70 degrees, working
length 22-27 cm, instrument length 32-37 cm, round squeeze handle,
 Mics Scissors Qty 01 Strong curved blunt end, 5 mm shaft, angled 70 degrees, working
length 15-18 cm, instrument length 28-32 cm, round squeezed handle,
 Mics Scissors Qty 01 Strong curved blunt end, 5 mm shaft, angled 30 degrees, working
length 22-27 cm, instrument length 32-38 cm, round squeeze handle ,
 Mics Scissors Qty 01 Strong curved blunt end, 7 mm shaft, angled 30 degrees, working
length 15-18 cm, instrument length 28-32 cm, round squeeze handle ,
 MICS Ring Handle Dissecting Scissors Qty 01 Curved with blunt micro tips, blade size 3
cm, 5 mm shaft, working length 18-20 cm, instrument length 28-32 cm, should have
sleeve
 MICS Rongers forceps Qty 01 Angled 30 degrees down, 3 x 10 mm jaws, working
length 26-30 cm
 MICS Russian forceps Qty 01 Angled 30 degrees curved left, dual action, 3 x 10 mm
jaw, working length 20-30 cm, instrument length 30-40 cm,
 MICS Suture pusher Qty 02 Shaft size 05 mm, working length 21-25 cm, total length
30-35 cm
 MICS Suture Puller Qty 01 Shaft size 1.5-2 mm, working length 24-26 cm, total length
34-36 cm
 Chitwood DeBakey Clamp Qty 01 10 cm curved left, ring handel, 2 x 3 DeBakey jaws,
jaw length 100 mm, with lock & rachet, shaft 10 mm, working length 25-30 cm, total
length 35-37 cm
 Chitwood DeBakey Clamp Qty 01 10 cm curved left, 1 x 2 DeBakey atraumatic jaws,
jaw length 65 mm, with lock & rachet, shaft 10 mm, working length 22-24 cm, total
length 30-34 cm
 Watson Chayne Type Dissector Qty 01 3 mm, 4mm curved double ended dissector,
length 23-26 cm
 MICS Clip Applicator Qty 01 Clip size small, working length 15-17 cm, instrument
length 25-28 cm
 Nerve hook Qty 01 Length 30-35 cm, tip size 1mm without bead, hook size 5 mm,
shaft size 3.5-4.5mm, round handle
 MICS Suction Nozzle Qty 01 SS, satin finish, curved, standard, tube diameter 4-6 mm,
40-50 cm, for MICS
 MICS Suction Nozzle Qty 01 SS, satin finish, curved, standard, tube diameter 3-4 mm,
30-33 cm for MICS
 Micro Blade Knife Handle Qty 01 MICS scalpel for micro blades, handel for micro
blade, length 12.5-15”, must correspond with micro blades freely available in the local
market (micro blades qty 200)
 MICS reusable CVS Knife Qty 01 Reusable diamond blade, wedge type
 Low profile rib retractor for MICS surgery Qty 01 Low profile intercostals retractor for
MICS valve surgery chest/rib spreader with bilateral arm movement and double swivel
blades and pivot of blades. Blades concave both or one convex or other concave in
small medium large and extra large sizes and in pairs complete with re-usable
sterilization box, tray and bacterial filters
Optional;
Coloured blades with in-built light complete with light source.
 Left Atrium Retractor for MICS Qty 01 Cardiovations port access type retractor, with
all various blade sizes complete with AR-A foot pad,
LA retractor with chest pad and accessories for MICS
 Double level sterilization tray Qty 01 Double level sterilization tray for minimum 24
MICS instruments complete with reusable bottom and top pin mats and allied
accessory if any
 Reciprocating Sternum Saw Battery Operated Qty 02 Clinical Purpose
A sternal saw is a bone cutter used to perform median sternotomy,
opening the patient's chest by splitting the breastbone, or sternum.
TECHNICAL SPECIFICATIONS
Sternum Saw Specification
Features
o Modular Cardio-thoracic handpiece with reciprocating and oscillating attachments
o 4 sawing attachments - facilitating primary, revision and paediatric surgery in one
handpiece.
o 2 cannulated drilling attachments
- Blade guard must be steerable for a smoother cut.
o Wire driver attachment
o Spigot locates attachments in 90-degree rotational increments
o Electrical protection – Type CF
o Device temperature and current draw monitored to prevent excess heat generation
o Handpiece is of metal hard anodised aluminium and stainless steel construction
o Handpiece is of high performance, hermetically sealed hybrid motor controller type
o Handpiece and attachments should be fully machine washable
o Small and light weight handpiece
o Single trigger operation with progressive stepless control with safe mode selector
o Single optimum size micro adjustable (steerable) blade guard, positional for inferior
or superior approach
Simple twist and click blade guard fitment, with tool-less handpiece release ring
o Tool-less quick fit blade locking mechanism
o Unidirectional & bidirectional cutting accessories
o Half size basket type sterilisation container, with separate insert tray
o Lithium Ion sterilisable and Aseptic Lithium Ion battery technologies have 5-bar LED
battery capacity fuel gauge
-5 blades of each attachment type

Accessories:
Complete with all standard accessories
 Continuous CO2 Insufflator Qty 01 Device able to continuously deliver co2 humidified
mist jet with the delivery rate of 03 liter / min to at least 20 liters / min
 MICS endoscopic camera system Qty 01 Minimally Invasive Cardiac Surgery
 Endoscope system with camera and all allied equipment and accessories
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
13. Negative and Positive 1 Total 04 units required;
Pressure Ventilation 01 unit for 5000 ft3 area
System Units (02 units 02 units each for 4000 ft3 area
each) 01 unit for 3600 ft3 area

(RAIC-1) (Imported units 2 for theaters and 2 for isolation rooms with provision of positive and negative
pressure)
(CIF BASIS)
Should have provision of;
 Air asepticiser, 99.5% particle and biological decontamination
 Positive pressure mode
 Negative pressure mode
 Automatic mode
 Provision from shifting from positive to negative and from negative to positive
pressure mode immediately
 Should be best fit for all environments keeping in view the sterilization and
decontamination
 Touch screen control panel
 High efficiency heating and cooling, minimum 8kW, temperature supply between 16 0 -
300 C
 Humidity control, 30-90 % Rh (accuracy less then 2 % Rh)
 Should have HEPA filters for particles more then 0.3 micron upto 99.99 % interception
and capacity higher then 2500 m3 / hr
 In-built G4 EU4 and carbon filters.
 Complete air sterilization unit with negative ion generator and should have ability to
form atmospheric plasma (pathogen ionisator)
 Complete with touch screen, control sensor accuracy and differential pressure sensors
 Low noise units, should be less than 60 Db
 With stainless steel or anti-oxidant aluminum type air channels
 Power supply should be as per local standards
 All Units are to be supplied and installed by the supplier and all wear and tear
repair/replacement of the existing structure upto end users satisfaction shall be the
responsibility of the supplier.

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
14. Portable Emergency 1 TECHNICAL SPECIFICATIONS
Light Single Dome Mobile LED emergency shadow less operation theater light.
(Mobile) Hermetically dust proof LED head.
Luminance at 1m distance 130,000 lux or above.
(RAIC-1) Color temperature 4000°-5000° degree kelvin or better.
Light field diameter between 15 – 30 cm or better (required lux should be available within max.
light field area).
(FOR BASIS)
Color rendering index 94 or more.
LED life 50,000 hours or more.
Temp. rise in surgical surface <2° C
220 V / 50 Hz 1 phase.
Built-in rechargeable battery backup for at least 2 hours.
Autoclaveable handles.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
15. Portable / Laptop type 1 TECHNICAL SPECIFICATIONS
Echocardiography A complete dedicated digital Echocardiography unit for wide range of premium performance
Machine Complete with application of cardiovascular imaging in pediatrics and adult. Mobile trolley mounted system
Trolley and sine wave with built in workstation / data management system for digital acquisition, storage and review
UPS of complete ultrasound studies including static and dynamic clips in DICOM format, read/write
zoom. Studies can be reviewed and output to CD / DVD/MOD. The machine must have sharp
and high quality image reproduction with heavy duty performance. It should have minimum
(RAIC-1)
following
specification :
(CIF BASIS) DISPLAY:
High resolution 1280x 1024 non interlaced, flicker free.
Display size Min. 19” LCD,TFT, tilt able and swiveable type.
OPERATING MODES:
B, 2D M-Mode, Power Doppler, HPRF, Spectral Doppler, Color Doppler, Velocity Mode, Pw,
Doppler, Duplex And Triplex Doppler, CW Doppler Steerable and ECG Gating,
CONTROL PANEL:
Alphanumeric keyboard with built-in trackball.
Direct access to system functions through dedicated keys.
Indicator lights identify activated keys.
Audio volume control with bidirectional / stereo speakers and foot switch
User selectable image magnification control.
Adjustable transmit focusing control.
Total and Lateral Gran Compensation controls (6 or more).
CALIPER / MEASUREMENTS :
6 to 8 calipers for measurement per screen trace length measurements for:
Distance, angle, distance depth from skin line, area, circumferences, compound / volume,
slope, time, heart rate and acceleration.
APPLICATION:
Cardiac, Peripheral, pediatric, adult cephalic and transesophageal with all required software for
measurements.
OPERATING MODES:
2D tissue, 2D angio flow, color M-Mode, tissue velocity M-mode, tissue strain imaging,
continuous wave Doppler, tissue m-mode, pulse wave Doppler, tissue velocity imaging, tissue
tracking, tissue synchronization, blood flow imaging, blood flow angio flow imaging.
DISPLAY MODES:
Live and stored display format: full size and split screen. Review image format: for still and cine,
simultaneous capability B+PW, B+ CFM/TVI+PW, CW, B+ or triplex mode, , B+ color split screen
display. Tissue Imaging, 2D mode, , M-mode, color Doppler imaging, color flow imaging, color
Doppler imaging, color angio, color m-mode, blood flow imaging, blood flow angio imaging,
tissue velocity imaging mode/CRT evaluation tool, tissue synchronization imaging mode, PW /
HPRF Doppler, CW Doppler, vascular calculations/IMT, cardiac measurements.
FRAME RATE:
(machine to be quoted with Maximum available frame rate)
Min. 200fps in B-Mode and 100fps in Doppler mode.
CINE MEMORY
Min. Cine Memory for 1000 frames or 250mb min.
IMAGE VIEWING DEPTH:
20 – 280 mm or more for cardiac application
IMAGING MODES / TECHNIQUES:
Tissue harmonic Imaging, Tissue Doppler Imaging, Color Angio, Tissue Velocity Imaging
Tissue Imaging (Display real time Doppler shift information from moving tissue to better
visualize and quantity myocardial function).
Strain Imaging tools: Doppler(Doppler based as well as speckle tracking base)
Quantitative strain rate imaging; An advanced quantitative technique of Tissue
Doppler Velocity. Strain rate is a measure of the contractile motion of myocardium.
The software should have the capability to show contrast agent only, tissue only or contrast
and tissue displays.
Vascular imaging software for carotids/IMT measurement.
STRESS ECHO :
Integrated multi stage stress echo system for advance and flexible stress echo Acquisition and
measurement for LV B-Mode imaging.
Quantitative analysis for contrast during stress. examinations
Used with TDI protocols.
STORAGE DEVICE
Built-in CD / DVD Drive WITH 10 DISKETTES.
SYSTEM DYNAMIC RANGE
Dynamic range minimum 160 dB or more
COMMUNICATION SOFTWARE
System should conform to DICOM 3 communication software for:
Image Storage, print, Query / Retrieve, Network Communication.
Probes:
Should be light weight, capable of multiple centre frequencies on transmit for 2D, color Doppler
PW/CW (Steerable) Imaging and to perform Harmonics.
PORTS:
Video Output
USB / RS 232
Networking
220-240VAC 50 Hz
Accessories:
STANDARD TRANSDUCERS:
Linear Probe multi frequency to cover frequency of 6.0-8.0 MHz.
Multi frequency Phased array sector probe to cover 2.0/2.5 – 4.0MHz.
Multi frequency Phased array sector probe to cover 5.0 – 8.0MHz.
CW Pencil Probe
Online UPS for 30 min. backup time for complete unit including
Printer.(Emerson,Liebert,Chloride,MGE & Riello)
Digital B/W Thermal Printer with 50 rolls of papers.
Jelly 20 L in bottles.
Optional:
Digital Color Thermal Printer with 10 Packs of 100.
Multiplan TEE Transducer (3 – 6 MHz) for adults.
Multiplane TEE Transducer (4 – 6 MHz) for peads
Warranty 03 Years
Country of Origin USA / EUROPE / JAPAN.
16. Semi-Automatic 4+8 Motorized semiautomatic Hospital bed suitable for use in Intensive Care Unit
Electrical Beds with Bed  Intensive Care bed with removable head and foot panels made of HDPE (High Density
side Cabinet, Over Bed Polyethylene)
Table, Mattress  Splitted side rails made in HDPE (High Density Polyethylene)
 External dimensions of Bed Minimum 21 75 x 990 mm
( RAIC-12)  Safe working load minimum 250 KG
 Height adjustment 400 to 800mm with control of hand held, Bilateral foot and nurse
(CIF BASIS)
control panel
 Trendelenburg / anti Trendelenburg position +17º/ -17º with Automatic release by
pressing a single button up to maximum Trendelenburg position
 Back raise Position angle 68º
 Leg rest position angle 30º
 Foot rest Position angle 25º
 X-ray cassette holder with translucent HPL back-rest section To facilitate use of the C
arm / x-ray
 ABS twin casters Ø150mm with protection fenders
 4 sectional Modular mattress platform boards made in PPC easily removable
 Pedals operated central locking system
 Battery Back-up with alarm system
 Auto CPR and Manual CPR both positions obtain by pressing a single button
 Cardiac CHAIR position with Automatic release by pressing a single button
 Angles/Level gauges to Obtain exact positions
 The foot end must has a retractable rack for linen storage

MATTRESS
Mattress should made in a polyurethane foam body sectioned laterally with minimum density
of 25 Kg/m3. The design of mattress allows the surface articulations to maximize the patient
comfort. It must have a standard water proof & Fire retardant cover with anti-allergic
treatment that prevents the microorganisms spread.
BED SIDE CABINET
Made of Highly robust epoxy coated finish metallic body with steel sheets and minimum height
of 620mm. Interior shelf and ventilated bottom removable for sanitary disinfection. Bilateral
opening drawer & doors. Meal tray with protective edge, height adjustable with 360º swivel
facility. ABS shielded Ø75 mm twin casters with protective Bumpers and must have lock
capability
OVER BED TABLE
Made of epoxy coated finish steel structure with height adjustable facility. Top decorative
board thickness minimum 16mm. Lateral tilting for reading. Rolling base with 4 twin castors
minimum Ø50mm with lock capability.
ACCESSORIES
 I.V. Rod. Stainless steel column. Height adjustable rod with 4 hooks.
 Oxygen cylinder holder with headend/footend Fittings made of Stainless steel.
 Urine bag hooks Bilateral on bed metal frame.

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
17. Portable Stand type BP 2+ Best quality, Rate Required on F.O.R Basis. Subject to sample approval
Apparatus (02),
Portable I/V Stand 8+ Warranty: 01 years
(08), Country of Origin Local / Imported
Oxygen Cylinder
2
Complete with Mobile
Stand and Gauge (02)

(FOR BASIS)
18. Hydraulic Cardiac 2 TROLLEY FOR PATIENT TRANSPORT / PATIENT SHIFTING TROLLEY
Stretchers Imported  2-3 sections Patient Shifting Trolley.
Complete with 02  Back section should be adjustable from 0 – 70 Degree Approx.
Cylinder and Gauges  Should have Trendelenburg / Revere Trendelenburg positions 15/-15 degree approx.
 Oxygen Bottle Holder
(RAIC-2)  Wire basket
 4 Bumper at all corner to protect trolley
(FOR BASIS)  Patient Safe Working Load capacity min 150 kg or more.
Accessories:
IV rod.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
19. Suction Machine 1 HEAVY DUTY SUCTION MACHINE
Heavy Duty  Reciprocating, oil free pump mechanism.
 Heavy duty Mobile Suction Unit with twin jars (Polysulfone / Polycarbonate type) of
(RAIC-01) capacity up to 4 or 5 liter each, Autoclaveable.
 Aspiration rate up to 40-50 liters/minutes or more at 650-900mm.Hg
(CIF BASIS)  Vacuum continuously adjustable
 Triple flow safety device
 Change over valve
 Suction tubing of silicone with coupling connection for each jar
 Noise Level 45 dB or less.
 220V/50Hz.
Accessories:
 10 x bacterial filter
Original trolley with lockable wheels.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
20. Surgical Loops One 3 Binocular magnifying loupes
Each with Magnification
of 2.5, 3.5, 4.5 Clinical Purpose
Use in fine surgery especially surgery on vessels, nerves and tendons
(RAIC-3) Required for cardiovascular procedures

TECHNICAL SPECIFICATIONS
(CIF BASIS)
Magnification: 2.5 X
Working Distance: 400 to 550 mm.
Field of View: 90 to 180 mm
Depth of field: 160 to 260 mm

2.5 X Unit to be supplied with:


I view loup mount system
∙ Storage case
∙ Magnification loupes and frame
∙ Flip paddle
∙ Protective lens cap
∙ Protective shield
∙ Screw driver
∙ Cleaning cloths
∙ Head straps
∙ User Manuals

Magnification: 3.5 X
Field of View: 95-110 cm2
Field Diameter: 11-12 x 8.5-9.5 cm
Each Unit supplied with:
This loop (3.5 X) should be customized according to end users refraction and IPD
Led mini loup light with illumination of 55000 LUX of HDi illumination at 10 inchs or better,
colour temperature 5500 kelvin or more, led operating time 10 hours or better with
appropriate spot size, complete with battery and charger

Supplied with;
∙ Storage case
∙ Magnification loupes mounted in refraction glasses and frame
∙ Protective shield
∙ Cleaning cloths
∙ Head straps
∙ User Manuals
Magnification: 4.5 X
Field of View: 63 to 67 cm2
Field Diameter: 8.5-9.5 x 6.5-7.5 cm

This loop (4.5 X) should be customized according to end users refraction and IPD
Led mini loup light with illumination of 55000 LUX of HDi illumination at 10 inchs or better,
colour temperature 5500 kelvin or more, led operating time 10 hours or better with
appropriate spot size, complete with battery and charger

Supplied with;
∙ Storage case
∙ Magnification loupes mounted in refraction glasses and frame
∙ Protective shield
∙ Cleaning cloths
∙ Head straps
∙ User Manuals

Optional;

Micro HDi camera with microphone mountable on 3.5 X and 4.5 X loops
 1080p high definition with 30 or more fps rate and 24 bit high definition colours
 Operating system windows 7 or advance
 Approved for use in operating rooms from relevant foreign safety standard bodies

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
21. Syringe Pumps 16 TECHNICAL SPECIFICATIONS
 Syringe pump for fluid administration.
(RAIC-16)  Flow Rates: 0.1 - 400 ml/hr. (Approx)
 Digital display of set parameters.
(CIF BASIS)  Universal Syringe acceptance capability for disposable, Plastic, Size, 10, 20, 50, 60 ml.
 Drive Accuracy. ±3%
 Display of drug name, Infusion rate, infused volume and volume to be infused.
 Automatic adaptation of controls according to syringe /infusion set.
 Quick freed/rapid infusion facility.
 Rechargeable battery and mains operated 220V, 50Hz.
 Safety alarm audible and acoustic for occlusion end of infusion, low battery.
 Battery back up 3 to 4Hours.
 Should be compatible with docking station.
ACCESSORIES:
OPTIONAL :
 TCI / Equivalent Technique
 Docking station of two/four/six/eight or more.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
22. Temporary Pace Maker 3+1 Temporary Pace Maker (Single Chamber)
(Single Chamber 03
Dual Chamber 01) TECHNICAL SPECIFICATIONS
Temporary pacemaker for cardiac pacing
(RAIC-3+1) OPERATING FEATURES and CHARACTERIST
Asynchronous and demand mode operation
Sensing: light indication
(FOR BASIS)
Pacing: light indication
Calibrated rate, output and sensitivity control
Defibrillator protected
PARAMETERS:
Stimulation control of current output upto 2
Pulsing rate control adjustment upto 150 pp
Sensitivity control upto 8mV
Pulse width 1.5 m sec
Asynchronous and demand mode switch
INDICATORS:
Battery status light indication
OTHER FEATURES:
Portable
Accessories including case and cables
OPERATING REQUIREMENTS:
Standard alkaline battery operation
Backup operation during battery change.
Accessories:
Complete with standard accessories
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN

Temporary Pace Maker (Dual Chamber)

TECHNICAL SPECIFICATIONS
Dual chamber multi-mode temporary 'pacemaker for cardiac Pacing
OPERATING FEATURES and CHARACTERISTICS:
LCD display of all pacing, sensing and warning indicators
PARAMETERS:
Multi-mode: all combinations of atrial,ventricular&dual;AA,VV,DD,A0,VO,DO,DV
Adjustable pacing rate adjustment upto 150 ppm
Adjustable pacing voltage upto 10V
Sensitivity control upto 8mV
Pulse width upto 1.5 m sec
OTHER FEATURES:
Portable
Accessories including case and cables
OPERATING REQUIREMENTS:
Standard alkaline battery operation
Accessories:
Complete with standard accessories.
Optional:
Qty of Reusable sensors/leads

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
23. Vacuum Assisted 1 Vacuum Assisted Venous Drainage On Line Blood System
Venous Drainage on line
Blood System Clinical Purpose
VAVD controller allows accurate regulation of vacuum applied to sealed blood reservoir for
(RAIC-1) minimally invasive cardiovascular procedures with small incision, particularly in pediatric
cardiac surgery and adult surgery.
TECHNICAL SPECIFICATIONS
(FOR BASIS)
Mechanical regulator to allow Vacuum through sealed venous reservoir during Cardiovascular
procedures.
Both Pressure reliefs (Negative and positive) into the Vacuum controller.
Sterile tubing set with moisture trap ( Qty: 20)
The sterile tubing set with moisture trap provides correct, easy and safe connection between
the controller and the reservoir and is recommended to be used with the controller.
Accessories:
Complete with all standard accessories

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
24. Video Laryngoscope 3+1 TECHNICAL SPECIFICATIONS
(Glide Scope)  3.5 inches full view LCD high-definition display; screen can rotate around 90 degrees
backlight LED; screen resolution 640*480.
(RAIC-3+1)  2 million high-definition anti fog camera, FOV 66 degrees, no dead angle. Illuminance
800 LUX.
(FOR BASIS)  Handle for ergonomic design, feel comfortable, antibacterial, light.
 The battery is a high quality lithium-ion rechargeable battery, full of electricity,
Sustainable work for more than 200 minutes, battery life 3-4 years, Charging time is 8
hours.
 A key quick camera; Continuous camera; data can be output storage; can be
connected to the display.
 The lenses for high-definition polymers, medical PC material

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
25. Air Mattress 4 Warranty: 01 years
Country of Origin Local / Imported
(SSTH-4)

(FOR BASIS)
26. ANAESTHESIA 6 TECHNICAL SPECIFICATION
MACHINE with  Anesthesia machine to administer anesthetic agents in precise control and flow
ventilator manner for adult, pediatric and neonates.
 The machine will equip to monitor the vital sign parameters and anesthetic agents
during operation.
(SSTH-4, SSHD-2)
 Mobile 3-gases O2/N2O/AIR.
It must comprise of the following components:
(CIF BASIS)
 Non-interchangeable pipeline inlets
 Pipeline & cylinder gauges for O2, N2O and AIR
 Central gas/ electronically driven unit
 Pin index cylinder yokes for Oxygen & N2O (One each), as backup.
 Pin index type Cylinders will be provided (2xO2 and 2xN2O: BS standard)
 Gas outlet and O2 flush control
 1 auxiliary O2 outlet
 Two Lockable castors
 Stainless steel/fiber work surface
 Absorber bag support arm
 Three gas digital flow meters for precise control and monitoring of gases and virtual
tube display.
 Drawer unit 4- 6'' high
 Scavenging system Passive / Active type
 N2O Cut off
 Minimum pre set flow of oxygen
ANESTHESIA VENTILATOR:
Anesthesia Ventilator with minimum 10” or more color LCD/TFT screen.
 The ventilator shall be capable of ventilating adult and pediatric patients.
The ventilator shall have following features as a minimum requirement:
 Volume Preset Time Cycled Ventilator (IPPV Mode)
 Pressure Controlled and pressure support Modes
 Breathing Mode Selection (Standby / Volume / Spontaneous and Pressure)
 Built in Oxygen Monitor
 Inverse I:E ratio Capability
 Gas Specific Input Connectors (Air or Oxygen ISO or ANSI Standards)
 Tidal Volume from (20ml to 1400ml)
 Rate or Frequency 4 to 60 bpm
 PEEP (4 to 20 cm H2O)
 Inspiratory Pressure Limit
 Power Supply 220 VAC, 50 Hz
 Battery Backup (60 Minutes or more)
 Low / High FiO2 Alarm
 Incorrect Rate or Ratio alarm
 Mains Failure alarm
 Low battery alarm
 Hypoxic device guard.
 Pressure and Volume (Spirometery) Loops / curves.
 High / Low pressure alarm.
 The ventilator shall be supplied with complete drive hose and power cable.
Note: Annual maintenance kits (needs to replace annually) will be included in the warranty
period as per manufacturer’s guidelines.
MONITORING:
 Vital sign monitor.
 Size of minimum 15” Touch Screen or more for display of vital sign parameters
 Measurement of ECG 5 leads.
 NIBP with re-usable single hose cuff for children and adults
 SpO2 with re-usable cable and sensors for children and adults size (Massimo Type/
Equivalent motion tolerance technology).
 HR
 Temperature with nasal probe.
 Respiration
 etCO2 (main or side stream).
 Dual Channel IBP
 220V, 50 Hz operated.
Note: Vial sign Monitor must be supplied by the same manufacture and must be Compatible
with the machine and Ventilator.
The warranty of equipment will be including batteries, oxygen sensor and flow sensor.
Anesthesia Accessories
 Power outlet with 3/4 socket outlets to connect the auxiliary equipment.
 CO2 absorber 800 – 1,500 gm or better complete with valve for bag/ventilator
 Manometer
 Breathing bags
 Re-usable Silicon Autoclave able breathing circuit (Adult, Peads, Infant 01 each)
 Mounts and Y-piece.
 Additional breathing hose and connector with 03adult& 03pediatricbellows.
Monitor Accessories:
 2 NIBP Cuff each
 2 Spo2 probe
 2 nasal temperature probe
 2 ECG Leads
 IBP Leads
Vaporizers:
 Two pre calibrated Vaporizers of Isoflurane & Sevoflurane vaporizer, temperature and
flow compensated.
 Anesthetic Agent monitoring (With monitor or within the Anesthesia Machine)
Optional:
 Heart Lung / Cardiac By Pass/ Spontaneous Mode
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
27. Apheresis Machine 1 CONTINUOUS FLOW APHRESIS SYSTEM
(Cell Separator) Detailed Requirement:
 Aphresis system for cell therapy, therapeutic aphresis, stem cells and transfusion
(SSTH-1) medicine
 Microprocessor controlled
(CIF BASIS)  Both for adults and peads applications
 Continuous flow centrifuge system with low extracorporeal volume
 Dual & single needle platelet collection system
 Dual & single needle therapeutic plasma exchange system
 Red blood cell exchange capability
 White blood cell collection and depletion, lymphoplasma exchange
 Automatic regulation of platelets and plasma volume
 RS 232/USB port for data output
 220V 50 Hz, AC
User Adjustable Settings:
 programmable
 Control of infusion rate of anti-coagulant
 Control of patient fluid balance, volume of replacement and remove RBC volume,
patient HCT
 Control procedure run time
 Selectable adjustable reference range for all parameters
 Safety for automatic centrifuge shut down between any pause
 Platelet concentration monitor
Displayed Parameters:
 Monitoring of infusion rate of anti-coagulant
 Digital display of patient fluid balance, volume of replacement and remove RBC
volume,
 patient HCT
 Digital display of procedure run time
 Alarm for low donor platelet
Accessories:
 Complete with standard and operation accessories
 Imported Compatible Sine wave UPS for back up of up to 30 minutes (Emerson,Liebert,
Chloride, MGE, APC or Equivalent)
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
28. Auto Refracto Meter 1 AUTO REFRACTOMETER WITH KERATOMETER
with IOL Master  With auto measurement & printout with standard accessories.
 Manual or motorized chin rest movement.
(SSTH-1)  Measuring range:
 Spherical: ±17D or better.
(CIF BASIS)  Cylinder: ±6 D or better.
 Axis: 1 to 180o.
 Pupil distance: Max 85mm (increment 1mm).
 Display: digital on TV or LCD monitor with printer.
 Electric power: 220-240V AC, 50Hz.
ACCESSORIES:
 With 6 paper roll, dust cover and cleaning kit.
On locally made motorized table.
 Imported Compatible Sine wave UPS for back up of up to 30 minutes (Emerson,Liebert,
Chloride, MGE, APC or Equivalent)

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
29. Autoclave Machine 1 TECHNICAL SPECIFICATIONS
Detailed Requirement:
(SSTH-1) System should be fully automatic microprocessor controlled horizontal steam sterilizer high
speed pre & post vacuum treatment
(FOR BASIS) The door system should be automatic with locking device.
The system should be based on a screw and a self-aligning nut
The sterilizer’s framework, piping and housing should be made up of stainless steel quality
Sterilizer should be equipped with a diaphragm vacuum pump, combined with a heat
exchanger, and should be a pre-vacuum and post vacuum sterilizer
The sterilizers should be equipped with 2 Water Reservoirs one for the tap water and one for
drain water
The Sterilizers should be equipped with an Energy Saving Mode which should be activated
when the unit is not in use for a certain period of time
User Adjustable Settings:
Capacity: 20-25 litter or more
Built-in steam generator
Programmable Temperature range of 121 and 137 Degree Centigrade
Pressure up to 2.3 bars (34 psi)
Displayed Parameters:
The system should have a 5” or more digital touch-screen graphic display , communication,
self and remote diagnosis and PC connection for external documentation and printing
The sterilizer should show’s real time graph of cycles while it’s running
The Sterilizer should be equipped with 5 Pre-programmed cycle and 2 test cycles
Memory for at least last 10 cycles
Accessories:
Complete with standard accessories;
 The unit should be supplied with an integrated impact printer
 A disposable air filter (HEPA) should be provided for filtering the atmospheric air
before entering in the chamber
 Removable shelves of SS or equivalent
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
 Imported Compatible Sine wave UPS for back up of up to 30 minutes for software
(Emerson,Liebert, Chloride, MGE, APC or Equivalent)
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
30. Automated Chemistry 1 HIGH END FULLY AUTOMATIC RANDOM ACCESS CHEMISTRY ANALYZER
Analyzer Detailed Requirements:
 Microprocessor controlled fully automated chemistry analyzer
(SSTH-1)  User programmable with built in bar code reader
 Sample type: Serum, Plasma, Body Fluids etc.
(CIF BASIS)  Capability to re-run with automatic on board sample dilution
 Automatic Sample Quality Analysis for Lipemia, Hemolysis, Icterus
 CD/USB Storage System
 RS 232 interface for on line computer
 220V, 50 Hz operated
User Adjustable Settings:
 Minimum 40 tests on panel including ISE
 Minimum 60 sample/QC positions and continuous loading of samples
 500 tests/hr or above for a range of chemistries (Other than ISE i.e. Na+, K+, Cl–)
 Spectral Range 320-690 nm
 Diffraction grating wavelength 340, 405, 492, 505, 546, 578, 630 nm or more / Filter
 Wavelength 340, 405, 492, 505, 546, 578, 630 nm, one free position
 Sample volume 2-50 μl
Displayed Parameters:
 Touch Screen Display Monitor
 On board reagent refrigeration of 2-8 Degree Centigrade / On board reagent
refrigeration compatible with the kits.
 Facility to display actual temperature of reagent
 Temperature control for assays at 37C
 Self-calibrating against known standards + Storage of QC results
 Independent stat capability, facility of reflex testing
 Automatic calibration of curves and results
 Automatic flagging of results outside user defined limits
 Data entry by keyboard, bar code reader & LIS
 Bubble and sample level detector/Liquid Level Sensing on both Reagent and Sample
Probe
 Minimum data storage 10,000 tests
 Parameters to be decided by the procuring agency as per requirements of end user
Accessories:
 With Built-in Thermal Printer or External Laser Printer
 Compatible Imported Online Sine wave UPS with Battery backup for 30 minutes
(Emerson, Liebert, Chloride, MGE, APC or Equivalent)
 Compatible RO System (If required) to operate the Chemistry Analyzer
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
31. Automated tissue 1 TECHNICAL SPECIFICATIONS
processor Detailed Requirements:
Tissue Processor for use in histopathology
(SSTH-1) Bench top unit, moveable on rollers
One basket operation/ standard tissue basket without vacuum/without fume control
Carousel-type construction with 12 processing stations: 10 reagent stations, 2 wax baths.
(CIF BASIS)
Connection for optional third wax bath. Glass beakers / White Polyacetal, solvent resistant and
dishwasher proof, with beaker carriers and minimum/maximum filling marks.
Aluminum standard tissue basket.
Locking key /password protection to prevent inadvertent changing of programmed parameters.
Appropriate drain time between stations for reduced carry-over.
Automatic heating of wax before basket transfer to a wax bath.
Crank for manual raising and rotation of carousel-for immediate tissue basket removal or
transfer to the next stations.
Automated in-process reagent rotation
Exhaust system with active carbon filters with transparent fume hood
100-240V, 50/60Hz
User Adjustable Settings:
Cassette capacity: up to 300 cassettes Storage temp of reagents should be ambient to 35deg C
Reagent temperature in processing chamber from Ambient to 55 deg C
Paraffin processed in chamber at a temperature of 60 deg C to 75 deg C
Paraffin melt time from pellets should be 4-5 hours
Battery back-up with up to four hours operation
Displayed Parameters:
Indication of station and program parameters such as number of tissue baskets, remaining
infiltration time, real time, start time (delayed start time), Overall run time and end of runtime.
Audible alarms, error messages and warning codes
Manual and automatic mode of operation.
Varity of freely selectable programs, Individually programmable for each station.
It should have a touch screen interface for easy check of status
Reaction chamber viewing window for visual verification of samples
At least Eight customized programs and eight flush options
Suitable for xylene-free processing
Access code protection to secure settings from unauthorized access
Accessories:
 Up to 12 glass beakers (2 Liters)
 Up to 12 beaker carrier
 Up to 12 replacement glass beakers
 2 wax baths, 1.8 Liters
 Up to 2 standard tissue basket
 1 set of replacement fuses 2 x T 10.0 A
 1 set of Power cords
 Compatible Imported Online Sine wave UPS with Battery backup for 30 minutes
(Emerson, Liebert, Chloride, MGE, APC or Equivalent)
 Operating Manual with a soft copy
 Service manual with a soft copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
32. Automatic Tissue 1 EMBEDDING STATION
Embedding System TECHNICAL SPECIFICATIONS
Detailed Requirement:
(SSTH-1)  Hot station
 An instrument used to melt paraffin to embed on tissue cassette.
(CIF BASIS)  Paraffin tank holding 3 liters of paraffin
 Activation of paraffin flow manually via a rotating, height-adjustable clip.
 Paraffin flow controllable, 2 pre-heated removable paraffin trays.
 Ample easily clean heated space with politer spot for super mega cassettes.
 Removable heated forceps holder for up to 6 forceps
 Extra better illumination with adjustable lamp.
 RS-232/USB Interface
 Power Supply: 220V, 50Hz
User Adjustable Settings:
 Optimum temperature choice: 55 C to 75 C
 Paraffin: 3 liters
 Paraffin trays: 1.5 liters
 Cassette warmer: 100 cassettes
Displayed Parameters:
Program
 Temperature: Paraffin tank, steel moulds section, Operating area
 Temperature choice: 55 C to 75 C
 Time: Days, Starting-Ending Time, Present etc.
 Constant temperature indication
 Programmable start and end times
Accessories:
Complete with standard and operation accessories;
 Paraffin reservoir lid
 Filtering screen
 Paraffin collecting trays
 2 Removable cassette and mold baths
 02 removable lid for cassette and base molds
 Removable holder for 6 forceps
 Paraffin scraper
 Illumination stand
 Replacement Bulb
 Set of fuses
 Set of power cords
 Imported Compatible Sine wave UPS for back up of up to 30 minutes (Emerson,
Liebert, Chloride, MGE, APC or Equivalent)
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
33. Automatic Tissue 1 AUTOMATIC SLIDE STAINER?
Steiner Detailed Requirements:
 Fully Automated IHC & ISH Steiner Analyzer
(SSTH-1)  Convertible Technology
 Parallel Automation
(CIF BASIS)  Continuous processing
 High throughput and rapid turnaround
 Designed for single load, double load and continuous throughput
 Bench top unit features user-specified water stations to match your routines
 Operating voltage 220V, 50 Hz
 User Adjustable Settings:
 Slide capacity 30-60 finished trays (10 sliding tray may be replaced continuously)
 Reagent container capacity: 7 ml - 30 ml
 Number of reagent containers: 24-36
 Bulk reagent container capacity: 2 - 10 l
 Hazardous waste container capacity: 2 to 10 l
 External bulk waste container capacity: 2-10 l
 Turntable rotates for convenient access to stations at the rear of the unit
 Turntable Diameter : 34" (86 cm)
Accessories:
 Compatible Imported Online Sine wave UPS with Battery backup for 2 hours minutes
(Emerson, Liebert, Chloride, MGE, APC or Equivalent)
 Vertical Slide Carrier (60 position) -2 supplied
 Staining Trough -25.3 ft. oz. (750ml) -24 supplied
 Water Wash Trough - 4 supplied
 Water Inlet and Outlet Hose - 9.8 ft (3m) long fitted
 Operating Manual with a soft copy
 Service manual with a soft copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
34. B. Scan 1  Digital Memory and image freezing.
 LCD /TFT monitor alphanumeric or analog display of overall gain.
(SSTH-1)  Near field and dynamic setting.
 Depth of examination 40mm & 60mm.
(CIF BASIS)  In B mode scanning angle 40o or more.
 10 MHz or better B Probe.
 Gray scale 256 or better.
ACCESSORIES:
With compatible laser printer.
 Imported Compatible Sine wave UPS for back up of up to 30 minutes (Emerson,Liebert,
Chloride, MGE, APC or Equivalent)

Warranty: 03 years
Country of Origin USA, EUROPE & JAPAN.
35. Baby Suction Machine 2 LIGHT DUTY SUCTION MACHINE?
 Reciprocating, oil free pump mechanism.
(SSTH-2)  Heavy duty Mobile Suction Unit with twin jars (Polysulfone / Polycarbonate) of
capacity up to 2 or 3 liter each, Autoclave able.
(FOR BASIS)  Aspiration rate up to 20-30 liters/minutes or more at 650-900mm.Hg
 Vacuum continuously adjustable
 Triple flow safety device
 Change over valve
 Suction tubing of silicone with coupling connection for each jar
 Noise Level 45 dB or less.
 220V/50Hz.
 Accessories:
 10 x bacterial filter
Original trolley with lockable wheels.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
36. Baby Warmer 4 Baby warming system.
Microprocessor controlled heating system.
(SSTH-4) Mobile with antistatic castor, lockable, bumper guard.
 Manual heat output control : 0% to 100%
(CIF BASIS)  Skin and Manual temp control settings.
 Display range of temperature: LED / LCD
 Heating power/ source : 500 W Quartz/Ceramic
 Selection for operating modes: Skin or Manual
 Pivot arm technology for heating. Head can be moved in both directions allowing X Ray
procedure without moving the baby.
 Integrated observation lamp
 Integrated baby bed 700 x 450 mm approx. with secured plexi glass side panels,
foldable down, with grid for X-ray.
 Manual bed inclination.
 Audio and visual alarms for Power failure, Skin Temperature deviations, High
Temperature, Skin probe defective/ unplugged.
 Lockable antistatic castors
Accessories :
 IV pole,
Skin probe (reusable)
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
37. Beds (Manual) 20 Full Fowler Bed
03 Folders with side  Size 78.5 x 36.5 x 24 (Square Pipe Gauge 18 )
cabinet, over bed table  Mattress top having full fowler adjustment with the help of screw cranks,
Raxine medical grade  4-section lying area, full gatch adjustment with 2 screw cranks,
mattress and attendant  vascular position adjustable by ratchet
bench (Complete set)  Mobile on 4 quality castors dia. 125mm (2 diagonal lockable), recess legs of head &
foot penal.
(SSTH-20)  3 sections of adjustable lying area made of wire mesh ( 5mm with 3” x 1” Box)
 Fixed portion made from reinforced MS sheet.
(FOR BASIS)  Removal booze S/S pipe 1” sqr. with heavy gauge, Fixed with wooden panel
 Bed corner welded 1.5” sqr. pipe with PVC +sqr. bush for head and foot panel
 Urine bag holder
 Fitting for IV pole
 Chemically and phosphoric treated
 Paint( high quality powder coated)
 Drip stand fixed with bed via detachable bracket

Medical Grade Mattress With Raxine


 Medical grade matress with rexine cover
 Size 78” x 36” x 4”

BED SIDE CABINET

 Made of Electrolytic Galvanize sheet, (Gauge 18)


 All plastic resin coated body with drawer & cabinet.
 open compartment between drawer and cabinet,
 Cabinet top of Stainless Steel
 Mobile on 4 non-staining rubber castors 50 mm Dia
OVER BED TABLE
 Table top made of Fiber glass coating on water proof ¾” Sheet with 5 T. nut fixing the
top.
 Fitted on steel tubular telescopic (Pipe Gauge 18)
 height adjustment of two rectangular tubular
 Having height adjustment with tightening of screw knob.
 Mobile on 50 mm Dia. rubber castors.
Attendant Bench
 Frame MS Hollow Pipe 1.5” ( 14 Gauge)
 Plastic Resin Coated finish
 Top fitted with stainless steel strips (3” width x 1” thickness of Strip)
 Bottom plastic rubber pad cover to avoid scratches
 For setting of three people

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
38. Cardiac Defibrillator 3  Biphasic transthoracic (external) defibrillator with LCD colour display
With Internal and  Synchronized output with ECG.
External Pacing pads  Energy selection & delivery on control panel and paddles for external defibrillation.
 Energy selection and delivery on control panel for internal defibrillation.
(SSTH-1,SSHD-2)  Charging Indicator
 The energy range should be adjustable for peads and adults up to 200Joules.
(CIF BASIS)  Charging Time for full energy should be less than 05 sec
 Screen Size of approx. 5 inch colored.
 Display of HR, ECG through paddles and Lead I.II & III patient cable.
 Built in recorder for printing of full summery on standard 50mm paper.
 Alarms for High and low Heart rate, low battery warning.
 Built-in Rechargeable battery with charger for minimum 50 shocks at max energy.
 Auto tester/self-check.
 External Paddles (Adult, Pead, Neonate)
 AED facility with cable.
 Pacing facility
 AC 220V / 50Hz operated.
Accessories:
 Complete with standard accessories, including reusable type Adult, Paediatric &
Neonatal sensors
 Original trolley/cart Imported
 Qty of Reusable sensors
 Internal Paddle(Adult, Pead, Neonate)
 Charging Time for full energy should be less than 07 sec
 ETCo2
 Spo2
 Disposable pacing pads
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
39. Cardiac Monitor 40 TECHNICAL SPECIFICATIONS
Noninvasive with  Bedside monitor for Adult, Peads.
 OPERATING FEATURES AND CHARACTERISTICS:
Central Monitoring  Non fade Touch screen TFT color display
System  Electro-surgical interference suppression/protection
 Defibrillator protection
(SSTH-28,  Freeze and cascade facility
SSHD-10,SKP-2)  Waveform traces speed; 25/50mm/sec.
 Screen size: min. 15” TFT/LCD Touch Screen color display.
(CIF BASIS)  Capacity to interface with LAN/WLAN for data transfer
ECG:
 Numeric: heart rate.
 Waveform: Six Wave forms minimum, real time and freeze ECG trace
NON-INVASIVE BLOOD PRESSURE(NIBP):
 Method: Oscillometric principle
 Numeric: systolic, diastolic and mean pressure
 Selectable auto inflate interval settings
 Rising cuff continuous pressure display
 Reusable cuff
TEMPERATURE:
 Numeric: temperature selectable in °C/°F.
PULSE OXIMETRY:
 Numeric: 0-100% oxygen saturation measuring range.
 Waveform-Plethysmograph pulse.
 Reusable sensor electrode.
ARRHYTHMIA ANALYSIS:
 Arrhythmia analysis and St. analysis
RESPIRATION:
 Breathe rate display and apnea alarms.
 Sweep speed; 6.25, 12.5 mm/sec.
OTHER FEATURES:
 Trend data; graphical and tabular
ALARMS:
 High & low (settable) on all parameters
 Visual and audible indication of alarms OPERATING REQUIREMENTS:
 AC 220V/50HZ
 Built-in rechargeable battery for at least 1 - 2 hour AC power failure at full parameter.
NOTE: The system must be complete with all sensors, probes, cables or any other accessories
required for measuring all the above selected parameters for Adults and Peads.
ACCESSORIES:
OPTIONAL:
 IBP two Channel/Four Channel.
 Capnography (EtCO2)
 Cardiac output.
 Single / Dual Channel Printer
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
40. Cardiac Monitors 17 High End Invasive Patient Monitor
Invasive with central Patient monitor for display of vital sign monitoring of Adult, Neonate and Peads.
monitoring  The Monitor have plug in modules / pods for measurement, recording and display of
different Vital Signs.
(SSTH-16,  Mounted on Wall.
SKP-1)  The monitoring solution shall make available all the directly connected monitoring
parameters accessible at the bedside during transport.
(CIF BASIS)  The monitoring solution shall be capable of displaying a minimum of ten waveform
channels, and can expand up to 16 channels when required.
 Monitors can be connected with Central station wirelessly / wired
OPERATING FEATURES AND CHARACTERISTICS:
 Non-fade TFT Touch color display.
 Electro-surgical interference suppression/protection.
 Defibrillator protection.
 Freeze and cascade facility.
 Waveform traces speed; 25 / 50mm/sec.
 The monitoring solution should be a minimum display size of 17 inches wide Touch
screen.
 Provision of Communication port for sharing and transfer of data.
PARAMETERS:
ECG:
 Real time and freeze ECG trace.
 Measuring Range : 15 to 300 bpm
NON-INVASIVE BLOOD PRESSURE (NIBP):
 Method: Oscillometric principle.
 Numeric: systolic, diastolic and mean pressure
 Modes of operation: Manual, Interval, Continuous, Venous stasis.
 Rising cuff/continuous pressure display.
TEMPERATURE
 Numeric: temperature selectable in °C and °F.
 Measuring Range: 0 to 50 °C (equal to °F).
PULSE OXIMETERY
 Numeric: 1-100% oxygen saturation measuring range.
 Measuring Method: Absorption.
 Display Parameters: Saturation, Pulse Rate and Perfusion rate.
 Massimo Technology / other patient technology with motion tolerance.
ARRHYTHMIA ANALYSIS:
 Arrhythmia analysis and ST analysis.
 More than 13 types of arrhythmia should be detected.
RESPIRATION:
 2 sensing leads.
 Measuring Range: 0 to 150 bpm.
 Breathe rate display and apnea alarms.
CAPNOGRAPHY:
 Measuring Parameters: End-tidal CO2, Inspired CO2 and RRC.
 CO2 measuring Range: 0 to 100 mmHg.
 Unit selection: %, mmHg, KPa.
 Measuring Range: -40 to 400 mmHg
IBP
 4 channel IBP
OTHER FEATURES:
 Up to 72 hours of Trend data.
 1 to 2 hours battery backup.
 Nurse call Connection option should be available in monitor.
 Audible and Visible alarm.
ACCESSORIES:

OPTIONALS:
 PiCCO
 NMT
 BIS
 Total Hemoglobin
 Perfusion index
 Total oxygen content
 Carboxyhemoglobin saturation.
 Hemoglobin saturation.
 Pleth variability index.

Central Monitoring System


 Multi-channel central station for 16 bedside monitors. (Procuring agency will specify
the exact requirement)
 Operating features and characteristics:
 Colored monitor
 Resolution minimum 1024 x 1024
 Laser printer
 For connection to: Bedside monitors with 24” TFT central station monitor.
Parameters :
 Selectable display of all parameters of bedside monitors
 As selected.
Alarms :
 All parameters alarms on central station monitor with bed no.
 Identification.
 All alarms of each bedside monitors selectable from central workstation.
Full Disclosure :

Other Features:
 Ac 220v / 50Hz.
 Keyboard and mouse
 Trend data: graphical and tabular
 Arrhythmia analysis feature.
Operating Requirements:
 Built-in battery and charger for at least 1 hours on ac power at full parameter or
imported full sine wave ups.

Optional:
 Qty of Reusable sensors
 HIS & RIS Connectivity
 Data transfer and sharing provision through communication port.

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
41. Centrifuge Machine 3 TECHNICAL SPECIFICATIONS
Detailed Requirement:
(SSTH-3)  Bench top centrifuge machine with angle rotor
 Built in speedometer, variable speed control, lid locking and braking device
(FOR BASIS)  Maintenance free motor
 Lid safety interlock
 Noiseless and vibration free
 220V 50 Hz, AC
User Adjustable Settings:
 Speed 4500–5000 rpm.
 Maximum capacity 8/12 x 15ml
 Digital control of Timing up to 60min
Displayed Parameters:
 Digital display of speed, timing
 Rotor Imbalance detection
Accessories:
Complete with standard and operation accessories
 Servo Controlled Voltage Stabilizer with surge protection facility
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
42. Cervical + Lumber 1 5” or more high-visibility LCD screen.
Traction Unit Traction modes: intermittent, static, progressive, regressive, cyclic, and combinations thereof.
Selectable pulling speed.
(SSTH-1) The number of ramp steps should be selectable from 2 to 9 steps
Pause time of each step should be selectable from 2 to 20 sec.
(FOR BASIS) Free memory stores 30 treatment patterns.
Automatic calibration of traction force.
Both the set value and the actual value should be displayed on the screen.
Technical Specifications
Power supply: AC 100–240 V 50/60Hz
LCD display: 5 “or more
High/Low force range: 1–90 kg (198 lbs) / 0–89 kg (197 lbs)
Hold/Rest time range: 0–99 seconds
Number of ramp steps: 2–9 steps
Pause time of each ramp step: 2–20 seconds
Timer: 1–99 minutes
Free program memory: 30 or more
Standard Accessories
Traction Table Fixed
Patient Switch
Cervical Harness
Pelvic Harness
Power Supply Cord
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
43. Choledoco scope 1  Angle of View: 90 -120
 Direction of View: 0
(SSTH-1)  Inner Diameter: 1.2mm or more
 Outer Diameter: 2.8mm or better
(FOR BASIS)  Deflection of Tip: 270 /270 or better
 Working Length: 60cm
 Compatible Choledoscope adaptor with existing laparoscopic camera
Accessories:
 Case for Choledochoscopse.
 Pressure compensation cap for ventilation during sterilizations.
 Leakage tester with bulb and monometer.
 Cleaning brush.
 Applicator and guide tube for Choledochoscope for use with trocar size 6mm.
 grasping forceps
 Micro knife pointed opening the hepatic duct and the bile duct size 5mm length 31cm.
 Biopsy forceps, 1mm double action jaws length 100cm flexible.
 Grasping forceps, 1mm double action jaws length 100cm flexible.
 Stone basket sterile, single use length 120cm package of 10.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
44. Color Doppler with 1 Digital Color Doppler (High End).
Probe Linear, Convex, Color Doppler with Fully Digital Beam former having 2D / M-Mode and Doppler Facilities, (PW,
TVS HPRF, & Color Flow Imaging) with High Resolution Imaging Doppler Signal Quality; having
DICOM Compatibility and Upgradeable to CW and 4D Imaging in Convex, Linear and Endocavity
(SSTH-1) Probe.
1) B-MODE Specification:
(CIF BASIS) a) Sector Scan Angle Variable in Four Steps.
b) Viewing Depth: 30 cm Minimum (Both in B & W and Color).
c) Frame Rate: 500 f/sec or more
d) Built-in cine loop with ability to vary reverse and slow motion of display; Internal
Memory 2000 / 200MB or more Color Images.
e) Real time and Freeze Image Magnification at least 10X or more with panning for
Real, Freeze and Memorized Images.
2) M-MODE SPECIFICATION:
a) Magnification: X2 or more.
b) Sweep Speed: Slow, Medium and Fast.
c) Color Display of M-Mode.
3) D-MODE SPECIFICATION:
a) Pulse-Wave Doppler Measureable Velocity Range.
b) HPRF Doppler.
c) CONTINUOUS-WAVE DOPPLER:
- Measurable Velocity Range: Steerable.
- Must have Doppler Beam Steering and Bi-Directional Stereo-Audio.
d) Colorized Spectrum Display.
e) Automatic Baseline and Velocity Range Control.
f) Live Measurements for Doppler Spectrum.
4) COLOR DOPPLER MODE SPECIFICATIONS :
- Both CW and PW Doppler must be Continuous Steerable in the Color Blood Flow
Image
Mode in Real Time.
- 2D Image with Color, CW and PW Doppler.
- Windows based System for easy usage with Programmable Control Panel Keys.
- Tissue Harmonic Imaging with 4THI or more Frequency.
- Power Doppler.
- Triplex Mode for Simultaneous Display of Color B/M and D-Mode Displays.
- 200 db system dynamic range or more.
5) MEASUREMENT PACKAGE:
 To provide Comprehensive Software Package for Measurement of Distance,
Circumference, Area, Time Depth, ANGLE, Velocity, Frequency, Heart Rate, Volumes,
Nuchal Thickness/
 Measurement Software to be Provided as a Standard.
6) SYSTEM COMPLETE WITH FOLLOWING FACILITIES AND ACCESSORIES:
- 19-Inches Minimum LCD / LED Color Monitor, with Resolution 1280 x 1024 Pixels
minimum.
- Foot-Switch.
- 3 to 4 Active Transducer Connector for Tran thoracic Probes DVD / CD Drive for Image
Storage to be Built-in to the System.
- 100 GB or more Hard Disk Drive to be Built-in to the System.
- Built-in DICOM Compatibility. (3.0 with all components)
- Touch Command Screen Control at least 8-inches LCD / TFT or more.
- Full DICOM (Upgradable)
Probes must be supplied by same manufacturer.
7) UPGRADEABILITY :
- System Software must be Upgradable.
8) STANDARD PROBES :
- 2 – 6 MHz Multi-Frequency Convex Probe for B/M/CDI/PW and Shear wave
Elastography.
- 5-9 MHz Multi-Frequency Linear Probe with shear wave elastography.
- TVS/ENDOCAVITORY Color PROBE
NOTE: All Probes must be supplied by same Manufacturer.
9) STANDARD RECORDING DEVICES:
- Thermal Paper Printer with fifty Rolls of Paper (Black & White). WITH HD
- CINEWAVE UPS Online with 30 minutes back up time for the System.(IMPORTED)
10) Tissue Doppler Imaging Mode.
11) Pure Wave / Pulse Inversion / Differential Tissue Harmonic Imaging to Enhance Effective
Wide Band Frequency Range to provide Simultaneously Spatial Resolution, Contrast
Resolution and increased Penetration using Two Transmission Pulses at Different
Frequencies Simultaneously and Reception at Harmonic as well as Differential
Component.
12) Auto Image Optimization / Quick Scan Imaging for Automatic STC / GAIN and Doppler
Spectrum Adjustment with Optimal Image Quality by using One Touch Operation.
13) B-Flow / Dynamic Flow Imaging / E-Flow / Clarify.
14) Trapezoid Imaging / Virtual Convex Imaging with Linear Probe.
15) Compound / Aplipure Imaging for THI/both Frequency Compounding and Spatial
Compounding in B/W and Color Mode.
16) Panoramic / SIESCAPE / Logic view Imaging with Measurements.
17) TISSUE CONTRAST ENHANCEMENT SOFTWARE/SPECTRAL REDUCTION
18) N-Sight / Adaptive Suppression / Precision Imaging /Cross beam / XFlow or equivalent to
Enhance B-Mode Imaging, Xress / Ccare / DTCE or equivalent Detailed in Layers and Boundaries
and Sharpened Outlines of the Lesions and reduce Cluttering.
19) Micro CPA / Superb Micro Imaging/vascular enhancement/B flow with Color/spectral to
Clearly Show Blood Flow in tiny Vessels,
20) Shear wave Elastography with Quantification for body Organs specially Liver with
Convex & Linear Probes to visualize Tissue Stiffness by Generating Images through Shear Wave
Propagation.
21) Live Strain Rate Elastography with Quantification for Body Organs Specially Breast to
Visualize Lesions.
22) Voltage : 220V – 240V, 50 – 60 HZ
Accessories :
1. Thermal Printer 256-Gray scale (Sony, Mitsubishi or equivalent)
3. UPS: on line with sine waves 2 KVA with thirty minutes back up time. (IMPORTED)
3. 50 High Density / High Glossy thermal paper Rolls
4. Gel: 20 liters
5. Water Proof dust cover
Optional:
7-14 MHz Multi-Frequency Linear Probe for B/M/CDI/PW
Fusion Imaging of CT / MRI 3D Volume DATA to Synchronize with Ultrasound Imaging.
Complete with Hardware /needle navigation with tracking system.
Contrast Harmonic Imaging Upgradable.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
45. Combo Unit (Tens + 1 Safe-lock lever for control knobs
Ems) Desktop Minimal control knobs for ease of use
Three stimulation modes: constant, burst and modulation
(SSTH-1)
Technical Specifications:
(FOR BASIS) Power supply: 9V battery
No. of channel: 2
Current amplitude: 80mA
Pulse shape: Asymmetrical bi phase rectangular
Pulse duration: 50-200us
Output mode : Constant, Burst and modulation

Accessories:
Rubber Electrode, 40 x 41 mm, 2pcs/pack, 2x
Gel Pad, 40 x 41 mm, 4pcs/pack
Electrode Cable, 2x
Carrying Bag
Country of Origin: USA, EUROPE, JAPAN
2-Channel Electrotherapy Units with All Low- and Medium-Frequency Currents
Provided with the most common currents
4-pole IF, 2-pole IF, EMS, Russian, TENS, Hi-Voltage (HV), Micro current (MCR), DC: Galvanic,
Faradic, Diadynamic (DF, MF, CP, CP-ISO, LP, RS), Traebert (Ultra Reiz),
Diagnostic: I/T curve and AQ
120 free program memories for specific patients
Frequently-used treatment objectives
Three different treatment-end melodies.
Technical Specifications:
Power supply: AC 100-240 V 50/60 Hz
LCD: 7” touch screen LCD/TFT panel
Number of channels: 2 independently controllable
IF carrier frequency: 2, 2.5, 4 or 5 kHz
Frequency: IF 1-250 Hz, TENS 0.5-250 Hz, HV 0.5-250 Hz, MCR 0.3-400 Hz
On/Off time: 0.5-30/1-99 seconds
Vector sweep: 0, 15, 30 or 45°
Timer: 1-60 minutes
Standard Accessories:
Rubber Electrode, 60 x 50 mm, 2pcs/pack, 2x
Electrode Sponge, 80 x 65 mm, 2pcs/pack, 2x
Electrode Cable (Grey)
Electrode Cable (Blue)
Strap (L), 80 x 1200 mm, 2x
Strap (S), 80 x 600 mm, 2x
Power Supply Cord
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
46. CPM (Contour Passive 1 Knee and hip mobilization
Motion Machine) Ankle mobilization
Use of Memory Card
(SSTH-1) Speed control (flexion/extension)
Workout duration control
Resistance
(FOR BASIS)
Automatic extension increases
Automatic flexion increase
Pause during extension
Pause during flexion
Warm Up cycles
Knee movement range: 0° ÷ 110°
Ankle movement range: 20° ÷ 0° ÷ 40°
Hip movement range: -7° ÷ 115°
Automatic extension increase limit
Automatic flexion increase limit
Repetitions at extension limit
Repetitions at flexion limit
Technical Specifications:
Net weight: 14 Kg
Gross weight: 17 Kg
Packaging Dimensions (LxLxH): 103 x 38 x 38 h cm
Power supply: 90 ÷ 250 V - 50 ÷ 60 Hz
Electrical safety: Class I BS EN 60601-1
Electromagnetic compatibility: Group 1 BS EN 60601-1-2
Classification: as per EEC Directive 93/42 Class IIa
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
47. CTG Machine 4  Single, Twin or Triplet Ultrasound
 Color LCD Display
(SSTH-2,SSHD-2)  Fetal monitor for Antepartum monitoring
 FHR range: 50-200 bpm
(FOR BASIS)  Ultrasound transducer with marker and recorder for FHR
 Sensitive frequency 2Mhz or less
 Alarms: Low Bradycardia, High Tachycardia,
 Strip chart recorder/ printer
 Paper width size: 110 mm or more (The manufacturer shall ensure the availability of
printing
 paper minimum for the next five years)
 Paper/record Speed: 1,2,3 cm/min
 220V/50Hz AC
 Battery backup 1 Hour minimum
Accessories:
 Mobile Imported Trolley
 20 paper roles
 20 bottles of gel
 Dust cover
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
48. Delivery Table 2 TECHNICAL SPECIFICATIONS
Multiple delivery positions in a single unit
(SSTH-2,) Capability of mobility of transportation within the hospital
Electric functions:
(FOR BASIS) • Height adjustment
• Back section adjustment
• Leg section height adjustment
• Trendelenburg
Extra safety features:
• Manual Trendelenburg
• Manual quick release for back section
Mattress base 3 sectional
Safe working load 200 kg
Trendelenburg 10° Approx.
Back section angle 70° Approx.
Leg section angle 15° Approx.
Height Approx. min-max 650 mm - 900 mm
Bed width Approx. 1000 mm
Mattress base width Approx. 750 mm
Mattress base length Approx. min – max (1300–1900 mm)
Integrated battery back up
Remote Control Operations
Accessories:
 Knee crutches, pair
 Squatting bar / Hand Bar
 Infusion rod
 Arm rest
 Bowl
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
49. Dental Unit 1  Manually / Automatically adjustable headrest with movable head pad. The headrest
extension can be pulled in or out depending on the patient's height. For upper jaw
(SSTH-1) treatment.
 Right armrest Swiveling for entry and exit of patient while left one is fixed
(CIF BASIS)  2 programmable / pre-set chair positions (Mouth rinsing and entry / exit position)
 2 programmable chair positions for each user profile
 Chair movement through silent electric motors / electro hydraulic system.
 Automatic Emergency stop of chair once it meets an obstacle and unit stop chair
instantly.
 Synchronized movement of backrest and seat cushion by electric motors / electro
hydraulic system prevents construction/over extension of the patient. The position of
the patient's head on the headrest remains constant when the chair is lowered.
 4-way Joystick for adjustment of chair & backrest positions / foot control.
 Pneumatic Foot switch for controls of hand pieces, chip air and spray.
Dentist's Element
 The control panel can be used for operating functions, preset and programmable
positions .Hand piece holders.
 5 hand piece positions including 3way syringe
 Hand piece priority system (if one Hand piece in use others will not operate)
Equipped with:
 1 x 3-way syringe with autoclavable tip
 3x fiber optic hand piece / self generating LED Light.
 Removable silicone tray pad
 Removable hand piece and tubing for cleaning and disinfection.
Assistant's Element
 Swiveling assistant element mounted attached on water unit
 Control of function keys of entry / exit position, tumble filling, flushing the cuspidor
and switch the light ON/OFF
 Number of hand piece positions including 3way syringe: 3/4
Equipped with:
 1 x 3-way syringe with autoclave able tip
 1 x High Volume Evacuation hose, autoclave able suction hand pieces with adjustment
suction pressure
 1 x saliva ejector hose , autoclave able suction hand piece with adjustment suction
pressure
Water Unit
 Automatic Bowl Rinse function
 Automatic Glass Fill function with time adjustment
 Clean water system with the facility to change from clean (water bottle) to tap water
with switch
 Self-suction or ready to connect in case of central suction.
LED Operating Light
 For optimum illumination of the treatment site
 Flexible positioning via three flexible joints
 Anti-glare for the patient through clearly confined luminous spot
 No-touch sensor for hygienic hands-free operation, Intensity change and light on/off
 Light on/off through control panel and via no-touch sensor
 Brightness is 25000 Lux or more, Temperature 4000-5000 Kelvin or above
02x Working Stools
 360° swiveling backrest and seat with manual hand release button, mounted on 5-
castors
Generic Name High Speed Air Turbine Hand Piece
Clinical Purpose A dental Air Turbine is a small, high-speed drill used during dental procedures,
usually to remove decay and shape tooth structure prior to the insertion of a filling or crown. A
dental drill may also be used in the cleaning and shaping of root during endodontic treatment,
or to remove old or temporary fillings or crowns prior to the insertion of new or permanent
restorations.
TECHNICAL SPECIFICATIONS
 Fixed connection, Midwest type
 Ceramic ball bearings
 Push button chuck type
 Speed (Rpm): 3,50,000 - 400,000
 Tipple Spray
Generic Name Electric Scalar (Built-in)
Clinical Purpose Ultrasonic scalars are used to remove calculus rapidly from the tooth surface.
The scaling tip vibrates in the ultrasonic range
TECHNICAL SPECIFICATIONS
 Built-in Ultrasonic LED Scalar
 Flexible and easy to use with a selection of tips designed for use in specific treatment
areas such as Scaling, periodontology, implantology, endodontics, retrograde root
treatment, micropreparation, filling therapy.
 Powerful, efficient and gentle treatment
 Large selection of tips for every scaler
 Outstanding brightness in scalers with lights
 Sterilize-able hand piece and tips
 Drive: Piezoelectric
 Oscillation: Linear
 Oscillation frequency: 28-32 kHz
 Illumination: LED
Generic Name Slow Speed Air Motor
Clinical Purpose
TECHNICAL SPECIFICATIONS
Slow Speed Air Motor with Internal water spray and speed range of 25,000 -40,000 rpm or
better-with straight and contra angle attachment
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
50. Dental X-Ray 1 TECHNICAL SPECIFICATIONS
 Compatible with Digital Sensors and Traditional Films
(SSTH-1)  100% imported Scissor arm and mobile stand from the original manufacturer
 Short exposure times especially suitable for digital imaging
(FOR BASIS)  Microprocessor controlled
 Tube Current 3.5 mA or better
 Tube voltage 60-70 kV or better
 Focal point 0.4-0.0mm or better with filtration system
 Exposure time automatic adjustable
 Patient types: Child and Adult
 Automatic Selection of dose by Tooth selection
 Timer with integrated circuit
 Tube head with 360° rotations with beam limiter
Power on light signal, x-ray emission light signal
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
51. Dialysis Chair 32 DIALYSIS CHAIR
 Safe working load up to 200 kg or better
(SSTH-32)  Step less adjustment from sitting to shock position
 Step less adjustment to comfort position
(CIF BASIS)  Manually adjustable footrest
 Hand control unit for step less adjustment
 Folding upwards and rotatable armrests
 Castors Ø 7.5 cm, individually lockable
 Neck roll
 Dimensions, length x width 200 X 75 cm
 Armrests, length x width 65 X 12 cm
 Upholstery, length x width x height 220 X 54 X 7 cm
 Access height 64 cm or better
 Adjustment range of seat inclination 46 degree
 Seat inclination between 4 ° – 50 °
 All dimensions are to be considered as approximate.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
52. Dialysis Machine 24 HAEMODIALYSIS MACHINE
 Various Dialysis Therapies including double needle system & Single Needle with Single
(SSTH-24) Pump.
 Dialysis machine system should be open consumable types
(CIF BASIS)  Variable Bicarbonate & Acetate Concentration.
 And no binding on consumable or disposable
 Bicarbonate profiling with monitoring
 Variable temperature control
 Water Inlet pressure requirement: 1.5 to 6 Bar maximum
 Heparin Pump Automatic stop & Bolus with flow rate from 0.1-9.9ml/hour
 Programmable Ultra filtration with control or varying rate
 Ultra-filtration with or without diffusion
 Automatic priming with display
 Dialysis machine with touch digital display size 10.4-inches or more
 Touch Display 10.4-inches or more for service diagnostic and calibration
 Touch Electronic control of flow rate and blood flows
 Automatic clean, disinfect and rinsing mechanism, built in heat disinfect system
 Should capable to record disinfection history
 Should capable to record patient data without/with patient Card
 Blood Pump: 0, 50 to 500 ml / minute
 Variable Dialysate Flow: from 300 to 700 ml or better
 Temperature Control: up to 39 deg. C. (Adjustable)
 Arterial Pressure Monitor, Venous Pressure Monitor
 Ultra-filtration Rate Control: Range of UFR 0.0 to 3.00 Kg - hour or above.
 Air Bubble Detection: Air bubble detector alarm threshold.
 Blood leak Detection, Sodium profiling
 Bicarbonate profiling / Proportion /Dialysate Profiling
 Dialysis Adequacy Monitoring (Kt/v) with graphical Display, Built in Heat disinfect
system
 Universal Bicarbonate Cartridge Holder / Bag
 Online B.P Monitoring System
 Battery backup for at least 20-min, 220V, 50Hz
Accessories:
Optional:
 Pediatric Mode (System should have ability to be used on pediatric patients)

DIALYZER REPROCESSOR
 Consistent reprocessing of artificial kidney.
 Digital display for dialyzer type selection, (low flux, High flux & High Efficiency dialyzer)
 Fully automatic integrated reprocessing machine, able to clean, test and fill the
dialyzer with disinfectants.
 Multiple selectable programs.
 Diagnostic display, alarms, automatic calculating and filling of sterilant into a dialyzer.
 Fiber bundle volume and leak test facility.
 The reprocessing time will be around 8-10 minutes for each dialyzer.
 Power: 220 V, 50 Hz
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
53. Dialysis Machine 1 HAEMODIALYSIS MACHINE
(Portable)  Various Dialysis Therapies including double needle system & Single Needle with Single
Pump.
(SSTH-1)  Dialysis machine system should be open consumable types
 Variable Bicarbonate & Acetate Concentration.
(CIF BASIS)  And no binding on consumable or disposable
 Bicarbonate profiling with monitoring
 Variable temperature control
 Water Inlet pressure requirement: 1.5 to 6 Bar maximum
 Heparin Pump Automatic stop & Bolus with flow rate from 0.1-9.9ml/hour
 Programmable Ultra filtration with control or varying rate
 Ultra-filtration with or without diffusion
 Automatic priming with display
 Dialysis machine with touch digital display size 10.4-inches or more
 Touch Display 10.4-inches or more for service diagnostic and calibration
 Touch Electronic control of flow rate and blood flows
 Automatic clean, disinfect and rinsing mechanism, built in heat disinfect system
 Should capable to record disinfection history
 Should capable to record patient data without/with patient Card
 Blood Pump: 0, 50 to 500 ml / minute
 Variable Dialysate Flow: from 300 to 700 ml or better
 Temperature Control: up to 39 deg. C. (Adjustable)
 Arterial Pressure Monitor, Venous Pressure Monitor
 Ultra-filtration Rate Control: Range of UFR 0.0 to 3.00 Kg - hour or above.
 Air Bubble Detection: Air bubble detector alarm threshold.
 Blood leak Detection, Sodium profiling
 Bicarbonate profiling / Proportion /Dialysate Profiling
 Dialysis Adequacy Monitoring (Kt/v) with graphical Display, Built in Heat disinfect
system
 Universal Bicarbonate Cartridge Holder / Bag
 Online B.P Monitoring System
 Battery backup for at least 20-min, 220V, 50Hz
Accessories:
Optional:
 Pediatric Mode (System should have ability to be used on pediatric patients)
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
54. Dialysis Machine with 4 HAEMODIALYSIS MACHINE
WRO System  Various Dialysis Therapies including double needle system & Single Needle with Single
Pump.
(SSTH-4)  Dialysis machine system should be open consumable types
 Variable Bicarbonate & Acetate Concentration.
(CIF BASIS)  And no binding on consumable or disposable
 Bicarbonate profiling with monitoring
 Variable temperature control
 Water Inlet pressure requirement: 1.5 to 6 Bar maximum
 Heparin Pump Automatic stop & Bolus with flow rate from 0.1-9.9ml/hour
 Programmable Ultra filtration with control or varying rate
 Ultra-filtration with or without diffusion
 Automatic priming with display
 Dialysis machine with touch digital display size 10.4-inches or more
 Touch Display 10.4-inches or more for service diagnostic and calibration
 Touch Electronic control of flow rate and blood flows
 Automatic clean, disinfect and rinsing mechanism, built in heat disinfect system
 Should capable to record disinfection history
 Should capable to record patient data without/with patient Card
 Blood Pump: 0, 50 to 500 ml / minute
 Variable Dialysate Flow: from 300 to 700 ml or better
 Temperature Control: up to 39 deg. C. (Adjustable)
 Arterial Pressure Monitor, Venous Pressure Monitor
 Ultra-filtration Rate Control: Range of UFR 0.0 to 3.00 Kg - hour or above.
 Air Bubble Detection: Air bubble detector alarm threshold.
 Blood leak Detection, Sodium profiling
 Bicarbonate profiling / Proportion /Dialysate Profiling
 Dialysis Adequacy Monitoring (Kt/v) with graphical Display, Built in Heat disinfect
system
 Universal Bicarbonate Cartridge Holder / Bag
 Online B.P Monitoring System
 Battery backup for at least 20-min, 220V, 50Hz
Accessories:
Optional:
 Pediatric Mode (System should have ability to be used on pediatric patients)

WRO SYSTEM
WRO Water Purification System
 Meets the highest industry standard (AAMI) for pure water of AAMI or greater of
quality for Water to Dialysis Machines and Renal Patients for improvement in quality
of life with highest innovation.
Configuration
 RO Water Purification System to operate 06-8 Dialysis Machines
 Direct feed to Dialysis Machines through UV sterilizer
 Mounted on SS305 SKID (corrosion proof)
 RO internal Plumbing HDPVC Schedule 80
 Product & Reject Flow Meters
 Product & Reject ONLINE TDS / Conductivity Meter
 Manual Operation in Case Electrical Control Panel Failure
Includes Pre Treatment
a. Cartridge Filter Size
b. Feed Booster Pump 220 VAC,
c. Multimedia Filter
d. ACF Chlorine (KDF) Filtration
e. Water Softener
f. UV Sterilizer
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
55. Drill System Electric 1 Drill System Electric and Battery Operated.
and Battery Operated 1.Cordless Battery operated electric hand piece with quick release drill attachments
with Complete 2. Instrument forward reverse and oscillating mode.
Accessories 3. Hand piece and all attachment fully machine washable
4. Control method : triggered
(SSTH-1) 5. Speed : 0-1000rpm or better
6. Cannulation : 4.1mm or better
(CIF BASIS)
7. Saw type reciprocating
8. Speed :6500 - cycle/min or better
9. Sagittal Saw/Oscillating saw:
10. Speed :0-11000 cycle/min or better
11. Quick change attachments locking mechanism sagittal saw attachment, Burrs/Blades,
Oscillating saw
with separate Hand Pieces,
12. Wire and pin drive attachments.
13. K-wire driver, Reamer attachment and Drill Bit attachment.
Accessories:
Sterilization Container
Optional:
Foot Control Switch
Extra Battery ( The end-user will ensure the functioning of main and extra battery on regular
basis)
Note:
The minor variation in sizes would be acceptable and shall not be considered as reason of
rejection
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
56. ECG Machine Three 4 TECHNICAL SPECIFICATIONS
Channel  Three channel ECG on at least 5 inches LCD display.
 Display of Three channel ECG simultaneously.
(SSTH-4)  Automatic Operation
 Variable gain: 1/2, 1, 2 cm/mV
(FOR BASIS)  Thermal recorder for printing out of Three channels simultaneously
 Interpretation Software.
 Recording Trace speed: 10, 25 and 50 mm/sec
 Muscle artifact and AC (50Hz) interference filters
 Defibrillator protection
 Built in AC Supply and battery operation with 30min backup
 Built-in AC interference, Noise filter and Baseline connection.
 Capability to interface with LAN/WLAN for data transfer
 Paper Rolls, 50
Accessories:
 Complete with standard accessories, including separate patient cables for Adult, use
with re-usable electrodes
 Mobile Cart Imported
No. of Electrodes
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
57. Electric Treadmill 1 Professional treadmills for rehabilitation use that are ideal for health care facilities and large
3.5HP physiotherapy units. Powered through the mains supply, they have a console that allows the
following functions:
(SSTH-1) Speed and incline adjustment;
Liquid crystal display indicating heart rate, speed, time, distance and incline;
PROFILES:
(FOR BASIS)
10 basic profile that can be modified by varying speed, incline and time separately;
100 free profiles with the option to set time, tilt and speed for each of the 20 steps;
CARDIO:
Cardio exercise is a constant pulse rate training (until reaching 80% of one’s maximum
theoretical heart rate), as the machine automatically adjusts the speed level so the heart beat
remains within the set maximum heart rate;
FAT BURNING:
Fat burning exercise is a constant pulse training (until reaching 65% of one’s maximum
theoretical heart rate) as the machine automatically adjusts the incline level so the heart beat
remains within the set maximum heart rate;
FOUR TESTS:
Two auto tests – CHR (Constant Heart Rate) and CWL (Constant Work Level) – allow you to
exercise at a constant heart rate and load. The third test, i.e. RUNNER TEST, allows you to
exercise with an increasing load by stepping up the speed by 1 km/hper minute. The fourth
test, i.e. COOPER TEST, allows you to exercise for 12 minutes and assess the maximum distance
covered.
INDIVIDUAL DATA:
Setting the user’s individual data (age and weight);
COUNT DOWN:
Exercise program with decreasing workout duration.
Specifications:
Dimensions:
210 x 80 x 150h cm
Walking deck:
154 x 51 cm
Weight: 180 kg
Max user weight: 220 kg
Max workout speed: 25.0 km/h
Console:
Touch screen 10”
Min constant workout speed: 0.1 km/h
Max reverse motion speed: 0 - 5 km/h
Speed increments: 0.1 km/h
Incline: From 0% to 30%
Emergency stop: Button and pull-wire
Incline and speed change: Electronic
Self-centering belt alignment system: Yes
Self-lubricating belt system: Yes
Isolation transformer: 1900 VA
Max peak motor: 7 HP (AC)
Fuji Inverter drive: Yes
Power supply: 220/240 V - 50-60 Hz - 12 Amp
Incline auxiliary circuit supply: 18 V ac low voltage
Console auxiliary circuit supply: 12 V cc low voltage
Input power with motor running at max: 3000 VA
Rated input power: 2500 VA
Sound power: < 30 dB
Audible tones: When pressing keys
Shock absorbing table: Yes
Serial interface with Track master protocol: Yes
Transport wheels: Yes
Output: RS232 Sound power: < 30 dB
Audible tones: When pressing keys
Shock absorbing table: Yes
Serial interface with Track master protocol: Yes
Transport wheels: Yes
Standard Accessories:
Heart rate monitoring with chest strap
RS232 output
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
58. Electro Surgical Unit 5 TECHNICAL SPECIFICATIONS
Bipolar 400 Watt Microprocessor based electrosurgical unit for normal and under water cutting usages.
Automatic self-test function.
(SSTH-5) Operation in radio frequency range.
Controls for cutting, coagulation, spray and blends.
(CIF BASIS) Monopolar cutting power of 400 watts.
Bipolar cutting power of 80 watts.
Mono polar coagulation power of 100 Watts.
Bipolar coagulation power of 50 Watts.
Spray coagulation mode.
Different gradations of blending of cutting and coagulation power.
Digital display of all controls and set values of cutting and coagulation power.
Audio and visual alarms.
220V, 50 Hz.
Accessories:
 Monopolar handle with cord.
 Bipolar forceps with cord.
 Trolley having anti-static lockable wheels.
 Attachment for monopolar coagulation.
 Knife electrode.
 Surgical electrode, ball-shaped.
 Wire loop electrode.
 Needle electrode.
 Ball electrode.
 Bipolar coagulation forceps.
 Reusable silicon patient plate.
 Double paddle foot switch, explosion proof.
 Trolley with lockable antistatic castors.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
59. Eliza Fully Automated 1 FULLY AUTOMATIC MULTI WASH AND ELISA TEST READER
Detailed Requirement:
(SSTH-1)  Open system fully automated Microprocessor Controlled Micro Plate/Batch ELISA
Analyzer with LCD Monitor and data recording system
(CIF BASIS)  Unit with automatic sample identification, dilution, incubation, conjugation, washing
and reading facility
 (The Reader should be open and programmable, selectable interpretation facility with
LCD display, Optical density 3.0 or more)
 System should have programmable incubation and micro-plate shaking
 System Should be able to work in sessions
 At least 3 integrated liquid buffer tanks
 The washer should be of have multiple heads
 LAN/ WLAN port to share the data with hospital network
 RS 232 or USB Interface
 220V 50 Hz, AC
User Adjustable Settings:
 Programmable for 4 Plates of 96 wells with filters 405-620 nm with at least 6 filters
 Throughput 4x96 samples test i.e. Infectious profile, Hormones Profile, Auto
antibodies, Vit-D level, Immunoglobulin, Tumor markers, Auto immuno panel
 12 or more assays for micro-plate
 Up to 12 assays profile
 Unit based on at least 2 micro-plate principal and 2 incubation positions
 System should have possibility to detect clot and to check volume intake
 The facility for Auto clot detection, sensor probes for reagent and samples have been
added
 System should have possibility to run 24 or more controls with 18 or more position for
reagents 8 or more suction channels and at least 8 dispensing channel
Displayed Parameters:
 Digital display for results
Accessories:
 Complete with standard and operation accessories;
 Built-in or External Laser Printer
 Imported Compatible Sine wave UPS for back up of up to 30 minutes (Emerson,
Liebert,Chloride, MGE, APC or Equivalent)
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
60. Emergency Trolleys 6 EMERGENCY TROLLEY / CRASH CART FULLY EQUIPPED
(imported) With
Defibrillator  Stainless steel / ABS top.
 Three or more drawers
(SSTH-6)  Lower cupboard with central locking / securing all drawers and cupboard
 Operated by cupboard door and use of security seals
(CIF BASIS)  Double hook stainless steel I.V. Pole
 Push handle
 Quality cushion castors (2 x braking)
 2 x stainless steel cylinder holders / strap
 Cardiac board 600 x 400 x 55mm with stainless steel housing brackets at rear of
trolley.
 Universal rail system fitted to width of trolley.
Accessories :
 Aneroid sphygmomanometer with Peads & infant Velcro cuff and rail clamp
 Electronic timer and rail clamp
 Venturi suction unit with O2 outlet and 2.0 liter jar
 Suction tube and connecting tubing
 O2 flow meter fitted to O2venturi outlet 0-15 lpm
 Pin index regulator with outlet for connection to remote venturi hose and O2 outlet
 Oxygen cylinder Qty 01 fitted with trolley
Intubation set comprising:
 Macintosh laryngoscope with 4/5 blade set
 Magill introducing forceps
 Paeds resuscitator
 Disposable E.T. tubes Set
 Guedel airways
 Pen torch
 Artery forceps
 Dressing scissors
 Set of plastic tubes
Examination light to rail clamp
Defibrillator:-
 Biphasic transthoracic (external) defibrillator with LCD colour display
 Synchronized output with ECG.
 Energy selection & delivery on control panel and paddles for external defibrillation.
 Energy selection and delivery on control panel for internal defibrillation.
 Charging Indicator
 The energy range should be adjustable for peads and adults up to 200Joules.
 Charging Time for full energy should be less than 05 sec
 Screen Size of approx. 5 inch colored.
 Display of HR, ECG through paddles and Lead I.II & III patient cable.
 Built in recorder for printing of full summery on standard 50mm paper.
 Alarms for High and low Heart rate, low battery warning.
 Built-in Rechargeable battery with charger for minimum 50 shocks at max energy.
 Auto tester/self check.
 External Paddles (Adult, Pead, Neonate)
 AED facility with cable.
 Pacing facility
 AC 220V / 50Hz operated.
Accessories:
 Complete with standard accessories, including reusable type Adult, Pediatric &
Neonatal sensors
 Original trolley/cart
Optional:
Qty of Reusable sensors
 Internal Paddle(Adult, Pead, Neonate)
 Charging Time for full energy should be less than 07 sec
 ETCo2
 Spo2
Disposable pacing pads
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
61. Fluoroscopy X-Ray 1 DIGITAL RADIOGRAPHY/FLUOROSCOPY (RF ROOM)
Unit 1000 MA Digital Radiography/ Fluoroscopy unit of high quality digital imaging chain, optimal dose
conservation, high patient throughput with over table tube and Flat Panel Detector.
(SSTH-1)  The output of the X-ray high-voltage generator should be 80 kW. The X-ray control
should use a high-frequency inverter.
(CIF BASIS)  The tabletop move approx. 20cm or more in the lateral direction. The detector
movement covers form edge to edge of the x-ray table. The table tilts should be from
the upright vertical position (approx. +90°) to the horizontal position (0°) to the head-
down-tilt position (approx. - 15°).
 The tabletop should be Flat/convex type to allow patient centering.
 The startup time should be short.
X-Ray Diagnostic Table:
 Table tilting
 Tilt range: Upright vertical position (approx.90°) Horizontal position (approx. 0°) Head-
down tilt position (approx. -15°)
 Compression force of the compression cone: 80 N or more
 Allowable patient mass: Max. 150kg minimum.
X-Ray High Frequency Generator:
 Ratings
 High-voltage generation method: Inverter method
 Short-time ratings: 800mA at 100kV.
 Nominal maximum electric power: 80 kW Radiography
 Radiographic tube voltage setting range: 40 kV to 150 kV, in 1-kV increments
 Radiographic tube current setting range: 25 mA to 1000 mA
 Radiography time setting range: 1.0 ms or less
 Automatic Exposure Control (AEC):
 Anatomical Settings should be available
 Radiographic condition automatic setting:
 The radiographic conditions should be automatically set
 X-ray tube anode heat monitoring:
 Fluoroscopic tube current setting range: 0.5 mA to 4.0 mA in 0.1-mA increments
 Automatic Brightness Control (ABC) function
 Pulsed rate setting range variable up to 15 frame/s
X-Ray Tube:
 Focal Spot (mm): 0.6 & 1.0/1.2.
 Anode Heat Storage Capacity of 600KHU or more.
 X-Ray beam limiting device:
 X-ray exposure field size 43x43 cm
 Built-in light field lamp.
FLAT PANEL DETECTOR: -- CSI or better with size 17”x14” inches or more.
 Effective number of pixels: 2600 pixels × 2200 pixels or more (vertical × horizontal).
 Pixel size: 160um or better.
 DQE: 60% or better.
 Spatial resolution: 3.4 lp/mm or more
DIGITAL IMAGING SYSTEM:
 Basic image processor performance Images from the detector should be input in digital
format.
 Image storage
 Capacity of hard disk: 50,000 images for 1024 × 1024 or 1TB HDD.
 2-Image display Monitors one for last imaging mode and one for live imaging mode.
 System monitor display for Playback images, processed images, multi- images, etc.
 Monochrome Medical grade live monitor 1280 × 1024 pixels (SXGA) for Digital
fluoroscopic images, fluorography images, playback images one in room with Original
Trolley & One on Main Console Monitor for LIH.
 Fluoroscopic function
 Image processing
• Recursive filter
• Last image hold
• Image flipping
• Spatial filter (edge enhancement, smoothing)
• Digital Compensation Filters.
Recording
 Fluoroscopic image and last-image-hold image can be stored to hard disk.
 Fluoroscopic image acquisition
• Frame rate variable up to 15 fps
 Fluorography function
 Images should be recorded to hard disk processed, and displayed on the monitor.
 Real-time image processing: Digital Compensation Filter and Noise Reduction Filter.
 Post processing
 Gray scale: Adjustment of contrast and brightness
Filming
 Two Tray Laser imager with multi-sizes Printing of 14 x 17 and 8 x 10.
 Provision of DICOM 3.0 facility
 Power Requirements
 Line voltage: Three-phase, 200-440VAC
 Line frequency: 50 Hz
 Permissible line voltage fluctuation rate (no load): ±10%
Accessories:
 Online sine wave Double Conversion 160KVA UPS for digital radiography system, with
a minimum backup time of 10 minutes on full load.
 Lead apron adult large size quantity 03 imported.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
62. Gastroscope High End 1 TECHNICAL SPECIFICATIONS
with Digital Camera High Definition Video Gastroscope with CCD / CMOS and advanced technological features
Field of view 140 degree
(SSHD-1) Direction of view Forward viewing
Depth of field 2 -100 mm or better.
(CIF BASIS) Insertion tube diameter: 9.8 mm or less
Channel inner diameter: 2.8 mm or more
Bending Section: Up 210°, Down 90°, Right 100°, Left 100° or better
Working Length: 1030 mm or more
Observation facility for greater contrast of blood vessels and mucosa.
Accessories. With slandered accessories
 Imported Compatible Sine wave UPS for back up of up to 30 minutes (Emerson,Liebert,
Chloride, MGE, APC or Equivalent)

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
63. Hematology Analyzer 1 HAEMATOLOGY ANALYZER (6 Part)
Detailed Requirements:
(SSTH-1)  Fully Automated Microprocessor Controlled.
 Fluorescence Flow Cytometry to perform WBC, WBC 6 DIFF, RET.
(FOR BASIS)  Hydrodynamic focusing DC Detection Method for RBC, PLT.
 Cynide Free SLS method for HGB.
 License for PLT-F, Ret-He and strong scatter gram identification for MP
 Auto Rerun, Repeat & Reflex functions.
 Specific Body Fluids Analysis.
 Sample Mode, Low WBC Mode, Pre-dilution Mode
 Sample Auto Loading
 Reagent Management Capacity
 Random Access Retics Analysis with Reportable IRF, LFR, MFR.
 RS232/USB interface
 220V, 50 Hz operated
User Adjustable Settings:
 Through put 60 samples/hour or more
 Reportable Parameters: Minimum 40 parameters 5-Part differential including HGB,
RBC, HCT, MCV, MCH, MCHC, RDW-SD, RDW CV, MPV,WBC, NEUT%, LYMPH%,
MONO%, EO%, BASO%,IG%,NEUT#, LYMPH#,MONO#, EO#, BASO#,IG#,PLT-I, PLT-O, P-
LCR, PDW, PCT, IPF #, IPF, RET%, RET#, LFR, MFR, HFR, IRF, RET-He, WBC-BF, RBC-BF,
MN%, MN#, PMN%, PMN#, TCBF#
 Sample Volume: Max 70 ul or less
Displayed Parameters:
 LCD display with touch screen
 Patient data entry and specimen recognition by keyboard/LCD Touch Screen/Bar Code
 Patient data and results storage for 10,000 Results or more
Accessories:
 With specimen mixer and auto sampler;
 With Built-in Thermal Printer or External Laser Printer
 Consumables, reagents, calibrators, controls for start up
 Compatible Imported Online Sine wave UPS with Battery backup for 30 minutes
(Emerson, Liebert, Chloride, MGE, APC or Equivalent)
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
Note:
 To be used only for specialized care of bone marrow and will be certified by the end
user / procuring agency
 Availability of Reagents and Kits must be ensured and guaranteed by the supplying
firm in the local market.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
64. Head Light with 3  LED Headlight white light, lightweight model, control unit and rechargeable battery
Magnifying Loops box on headband, charging unit, illumination area adjustable in diameter with 40 cm
working distance.
(SSTH-3) Including:
 LED Headlight
(FOR BASIS)  Battery Box
 Charger USB
 Headband

including:
 Mains cord
Accessories:
(3 Magnifying loops ; 1 for head light ENT SSTH, 2 for Main OT SSTH)
Optional (If any):

BINOCULAR MAGNIFYING LOUPES


End User to Specify the type required
TYPE A
 Binocular alilean loupes with fatigueless view.
 Magnification: 2.5x – 3.0x
 Working distance: 550-300 mm.
 Field of view: 115-70 mm.
 Titanium or sport frame designed specifically to use with loupes in different colors.
TYPE B
 Binocular prismatic loupes with fatigueless view.
 Magnification: 4.0x – 4.5x
 Working distance: 550-400 mm.
 Field of view: 95-65 mm.
 Titanium or sport frame or head band system designed.
 Specifically to use with loupes in different colors.
TYPE C
 Binocular prismatic loupes with fatigueless view.
 Magnification: 5.5x – 6.0x
 Working distance: 550-350 mm.
 Field of view: 60-40 mm.
 Titanium or sport frame or head band designed
 Specifically to use with loupes in different colors.
Accessories:
 Storage case
 Magnification loupes and frame (incase of spectical frame)
 Flip paddle
 Protective lens cap
 Protective shield
 Screw driver
 Cleaning cloth
 Head strap
User Mannual
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
65. ICU Ventilators 11 VENTILATION:
 Microprocessor controlled powerful ventilation system mounted on trolley.
(SSTH-9,SSHD-2)  LCD/TFT color touch screen 15” Minimum. (Procuring agency to specify the size of
(01 Ventilator for screen)
Neonatal Nursery with  Patient Range: Pediatrics and Adult
Tidal Volume 5ml to  Breathing classification: Pressure control, Volume control Pressure control with set
2000ml) Volume Breath.
 Autoclaveable reusable patient tubing circuit for peads and adult (01 each)
MODES OF VENTILATION:
(CIF BASIS)
 Volume control
 Assisted CMV
 Pressure control PC
 Assist Pressure Control
 CPAP
 SIMV+ Pressure support
 Noninvasive ventilation
 Bi-level /APRV/BI-PAP Ventilation
CONTROL:
 Set & measured parameters simultaneously.
MEASUREMENT RANGE/ SPECIFICATION:
 Inspiratory tidal volume: (20 to 2000ml)
 Respiratory frequency: 5 to 120bpm
 SIMV breath frequency: 1 to 50 bmp
 Inspiratory pressure: 10 to 80 cmH2O
 Inspiratory flow: 80 L/Min or cmH2O.
 I : E ratio : 1:4 / 4:1
 PEEP: 3 to 30cm H2O
 FiO2/ O2 delivery: 21 to 100%
Monitoring parameters for set and measured value simultaneously:
 Total breath rate.
 Oxygen concentration FIO2
 Expired minute volume
 Peak expiratory flow
 I : E ratio
 Peak Pressure
 Mean pressure
 Lung Mechanics with pressure and volume loops.
 Others control and functions:
 Back up ventilation
 Pause time INSP
 Microprocessor gas delivery system
 Breath circuit Compliance Compensation
 Expiratory hold/ Inspiratory hold
 Pressure / Volume and flow trigger sensitivity
 Trigger sensitivity indication
 Trend Data
 The waveform should be displayed on ventilator’s screen.
ALARMS:
 Apnea
 AC power failure
 High and low Expired minute volume
 High and low peak air way pressure
 High and low breath rate
 FiO2 variation
 Low and high base line pressure
 Gas supply source failure
 Low battery
NEBULIZER:
 Built in nebulizer of the patient during ventilation
 Supply requirements: Electric220 V 50 Hz
BATTERY BACKUP:
 With internal battery backup of one hour.
COMPRESSED AIR SUPPLY:
 The ventilator should be driven on external compressor for powerful ventilation and
should have the capability to connect with central medical pipeline system of the
hospital.
HUMIDIFIER:
 Automatic compensation (Servo) controlled heated humidifier with temperature
monitoring at air way and Humidification camber with alarm for low/ high limits with
water tarp in the patient circuit.
Note: The warranty of equipment will be including batteries, oxygen sensor, all kind of sensors
and flow sensor.
Accessories:
 Air Compressor
 Capnography module to monitor carbon dioxide of the patient.
 External battery backup (Compatible Pure sine wave UPS) for additional battery
backup of one hour for complete system functionality.
Note.The warranty of equipment will be including batteries, oxygen sensor, all kind of
sensors and flow.
WARRANTY 03 YEARS with PPMS schedule.
Country of origin USA/EUROPE/JAPAN
66. Imaging Intensifier (C- 2 TECHNICAL SPECIFICATIONS
ARM) C-arm x-ray unit mobile for radiography and fluoroscopy
High frequency, power output of 2-3KW or more.
(SSTH-1,SSHD-1) 40 to 110KV with one shot fluoroscopy facility of 6mA or more.
X-ray tube with stationary anode or better
Single/Dual focal spots of 0.6 and 1.4/1.5 mm
(CIF BASIS)
Automatic fluro dose control
Collimator : Adjustable collimator, iris and blades diaphragms motorized with x-ray grid
TV camera: High sensitivity, CCD camera.
Display : Two 48cm (19”) LCD/LED monitors
Digital video memory
Noise reduction filter, last image hold, pulsed fluoroscopy
Edge enhancement, image inversion to be provided
Real time digital image rotation
Fluoroscopy footswitch: one cassette holder 24x30cm
Laser localizer lights cross beam type.
System should have DICOM Compatibility
Provision of USB Port
ACCESSORIES:
UPS: Online sine wave compatible UPS with 20 minutes backup
Protection: Lead aprons Large size 03, Lead goggles 02, thyroid shields etc
OPTIONAL :
Thermal Printer
2 TB HDD for external Back Up
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
67. Keratometer 1 KERATOMETER (MANUAL)
 Non contact with measurable range 5 to 50 mmHg or better in 1mmHg step.
(SSTH-1) ACCESSORIES:
 With standard accessories, safety locks and built in printer.
(FOR BASIS) With locally made motorized table.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
68. Laparoscope with All 1 TECHNICAL SPECIFICATIONS
Accessories Imaging system should have backward and forward compatibility and modularity for futures
upgrade
(SSTH-1) and with latest image enhancement modules for better image quality and identifications of the
land
(CIF BASIS) marks and pathology for better outcomes of the surgery
The laparoscope and all allied components of these specifications shall be provided with full HD
minimum of 1920 x 1080 pixels with the method of Progressive Scanning.
Telescope
 Diameter 10 mm, 0oworking length 290-310 mm.
 10 mm straight, 30o view working length 290-310 mm.
 5 mm straight forward “0” degree.
 5 mm forward oblique “30” degree
Camera Full HD
 Camera control unit and video camera Head, Pal system.
 Resolution 1920 x 1080 pixels progressive scan
 Integrated (image processing model)
 Power supply 100-240 VAC 50 Hz
Special Feature Required:
 Automatic while balance
 Powerful video signal processing
 Image enhancement modes
 Picture in picture mode control via camera head button
 Control of peripheral i.e. light source, recording system parameter via camera head
button
 Still image capturing in full HD quality (JPEG) format via camera head buttons
 Video capturing in full HD quality (MPEG 4 format) via camera head buttons
 Grid & pointer mode for teaching and training purpose
 20 individual preset or better
 20 patient data backup or better
 Should have compatibility with future upgrade like flexible scope, 3 D or better or
equivailent.
 Max. resolution : 1920 x 1080 pixel, progressive scan
Video Output:
 Composite signal to BNC socket
 S-video signal to 4-pin, mini DIN socket (2X)
 RGB signal to D-sub socket
 DV signal to DV socket (only with DV module)
 SDI signal to BNC socket (only with SDI module) (2X)
 HDTV signal to DVI-D socket
Monitor
Medical graded Full HD LCD/LED 26 inch from the same manufacturer.
Imported Trolley
Light Source
300 watt Xenon / LED with all standard accessories, (The replacements of lamps shall be the
responsibility of supplying firm during warranty period)
Light guide cable, diameter 6mm or more, Length minimum 200 to 300 cm
Electronic CO2 insufflator
40-50 liter/min, complete in all respect with all standard accessories.
Clip applicators.
Trocar with trocar sleeve 10mm Approx.
Trocar with trocar sleeve 5mm Approx.
High flow veress needle.
Suction Irrigation System complete in all respects with all standard accessories.
Reducing sleeve.
Integrated / separate medical graded video recorder with storage capacity of 500 GB or more.
Accessories:
(i) Online 2KVA UPS with 30 min backup to be provided locally.
(ii) CO2 Cylinder 240CFT with complete accessories (to be supplied locally) certified by
respective agency.
(iii) Imported storage boxes for instruments and optics.
(iv) Imported disinfection boxes.
(v) Standard cleaning set as per manufacturer recommendations for cleaning of tubular shafts
and other instruments.
(vi) Diathermy leads Autoclaveable.
(vii) Bipolar forceps and lead.
LIST OF INSTRUMENTS REQUIRED FOR GENERAL SURGERY
Note: the minor variation in size and type of the instruments would be acceptable.
The size of instruments is approximate. The mentioned shape and style of instruments is for
reference and may be quoted their equivalent.
 Hasson Cone:
Trocar size 10/11 mm (with color code) with cannula & multifunction valve, length 10.5 cm,
pyramidal tip & conical tip one.
 Trocar size 5/6 mm (with color code) cannula & multifunction valve length 6cm,
conical tip & 8.5 cm pyramidal tip.
 Reduction sleeve 11/5 mm (Compatible).
 Veresspneumo peritoneum needle with spring loaded blunt sty let with leur lock 7cm
and 13cm.
 Maryland dissecting forceps slightly curved with Cannula pin for unipolar coagdia
5mm, length 30-36 cm, insulated, relatable.
 Dissecting forceps insulated rotatable needle nose.
 Reddick-Olsen dissecting and grasping Forceps, heavy.
 Dissecting and Grasping forceps, alligator jaws with connector pin for unipolar
coagulation, size 5mm. (rotatable, straight)
 Dissecting and Grasping Forceps, (Kelly’s) with connector pin for unipolar coagulation,
size 5mm. length 30-36 cm length, double action jaw.
 Dissecting and grasping forceps, (Kelly’s)with connector pin for unipolar coagulation,
size 5mm36 cm length, double action jaw grasping forceps with teeth with connector
pin for unipolar coagulation, size 5mm double action jaw with ratchet.
 Multifunction grasping forceps, 1x2 teeth with connector pin for unipolar coagulation,
size 5mm
 Bowel grasping forceps, two rows of traumatic teeth without connector pin for
unipolar coagulation, size 5/10mm.
 Bowel Grasping Forceps With connector pin for unipolar coagulation, size 5/10mm.
 Babcock Grasping Forceps rotating, dismantling with connector pin for unipolar
coagulation, size 5/10mm. (with ratchet).
 Babcock Grasping Forceps rounded without connector pin for unipolar coagulation,
size 5/10mm.
 Claw forceps, single/double/action jaw, with teeth, size 5/10mm, length 33-36,
01short, rotating consisting of metal handle with ratchet, outer tube, insulated,
forceps insert.
 Clip applicator (medium large) & medium, rotating, ratchet with clips.
 Tenaculum forceps, rotating, size 5/10 mm, length 33-36 cm, and metal handle with
ratchet, outer tube, insulated, and forceps insert.
 Metzenbaum scissors, curved rotating, with connector pin for unipolar coagulation,
size 5 mm, length 33-36 cm insulated handle, outer tube, insulated.
 Curved/angled scissors, rotating, size 5mm, length 33-36cm: insulated handle, outer
tube, insulated.
 Micro scissor curved 5mm, insulated with diathermy.
 Hook scissor single action jaws, size 5 mm, length 33-36 cm: insulated handle, outer
tube, insulated, insert.
 Scissor straight 5mm insulated with diathermy.
 L Shaped dissecting electrode /diathermy size 5mm, insulated, length 33-36 cm (L-
hook dissector).
 Coagulating and dissecting electrode, spatula-shaped, blunt with connector pin for
unipolar coagulation, size 5 mm, working length 33-36cm.
 (Injection) Aspiration needle 5mm.
 Biopsy forceps insulated (5mm).
 Bipolar diathermy electrode.
 Uterine cannula, with 2 cones, large and small spring-loaded fixation for forceps with
luer-lock adaptor for cleaning.
 Uterine tenaculum forceps, length 22cm.
 Suction and coagulation cannula, 3mm, with connector pin for unipolar coagulation,
30cm.
 Dissecting electrode l and j shaped.
 Needle holder 5 mm
 Needle grasper 5 mm
 Thread manipulator 5 mm
 Retractor 10 mm (3 blade)
 Knot pusher
 UPS: Online sine wave compatible UPS with 20 minutes backup

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
69. Laparoscopic Non 3  Clip Applicator 10 mm. L.T 400
Traumatic Grasper /  Crocodile Forceps 10 mm.
Clipper Crocodile  Nontraumatic Forcep 5 mm.
Forceps
WARRANTY 03 YEARS
(SSHD-3)
Country of origin USA/EUROPE/JAPAN
(FOR BASIS)
70. Laser Printer for 1 PRINTING SYSTEM FOR DIGITAL X RAY
Digital X-Ray  DICOM 3.0 compliant Grayscale Dry LASER Printer with 3 online sizes.
 Should have minimum productivity of 150 films/ hour in mixed sizes.
(SSTH-1)  Printer should be capable of printing 08x10, 10x12, 11x14, 14x14 & 14x17 size films.
 Minimum resolution should be10 pixels/mm with 12-bit gradation.
(CIF BASIS) Accessories:
Online UPS 10 KVA with ten minutes back up time.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
71. Microscope 3 BINOCULAR MICROSCOPE
Detailed Requirement:
(SSTH-3)  Standard microscope with infinity color corrected optics
 Binocular head, adjustable inter papillary distance
(CIF BASIS)  Tube head with an inclination of 30 Degree or more
 Rotating quadruple/quintuple nose piece
 2-layer with mechanical sliding stage, XY moving range
 Condenser carrier, vertically/horizontal adjustable
 Bright field condenser, N.A. of 1.25
 Aperture iris diaphragm
 LED illumination
 220V 50 Hz, AC
User Adjustable Settings:
 Coaxial coarse and fine focusing system, with focusing stop mechanism
 Variable intensity control system
 Eyepiece lenses:-
 10x wide field, focusable,
 Objective lenses (Achromat):-
 4xScanning lens
 10X
 20X
 40x
 100x oil immersion
Accessories:
 Complete with standard and operation accessories;
 Carrying case
 Dust cover
 Immersion oil
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
Optional:
Polarizing lense/attachment
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
72. Microtome Automated 1 AUTOMATIC MICROTOME
Detailed Requirements:
(SSTH-1)  Fully automated rotary microtome
 Automated sectioning can be operated via velocity knob
(CIF BASIS)  Accidental start prevented by double click operation
 Ergonomic removable control panel can be located on either side of the microtome
 Memory function for specimen positioning
 Touch-pad keyboard to select section thickness sectioning mode, speed and memory
function
 Easy switch between thickness setting for TRIM and
 SECTION/FINE
 X/Y fine orientation with reproducible zero positioning
 "Rocking mode" speeds up the trimming process by transmitting the movement of the
hand sheel directly to the object
 Automatic brake following motorized action
 Easily accessible emergency stop button
 4 motorized modes of operation (single section, interval, multi sections, and
continuous
Programmable cutting window
 Motorized specimen advance
 Specimen retraction / can be deactivated
 Longest stroke length available (60-70mm) allows high quality sections even of Macro
/ Super Mega cassettes
 Large removable section waste tray covers the entire working area
 User Adjustable Setting:
 Cutting Stroke: 60-70mm
 Total Specimen Advance: 28mm
 Section Thickness Range: 0.5 - 100μm
 Trim Thickness Range: 5 - 300μm or more
 Retraction : 40μm
 Sectioning Speed: 0 - 450mm/s
Accessories:
 Compatible Imported Online Sine wave UPS with Battery backup for 30 minutes
(Emerson, Liebert, Chloride, MGE, APC or Equivalent)
 100ml Para/Guard TM or equivalent, Standard tools, brushed aluminum cover plate,
dust cover
 Universal Cassette quick release Clamp orienting head
 Disposable blade holder
 Disposable Microtome blades Pk/50
 Operating Manual with a soft copy
 Service manual with a soft copy
Optional:
 Foot Paddle
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
73. Nephroscope 24cm 1 FLEXIBLE NEPHROSCOPE SYSTEM & ACCESSORIES
Flexible Nephroscope System, consisting of
(SSTH-1)  Nephroscope
 Dilatation Set
(FOR BASIS)  Grasping forceps
 Biopsy forceps
 Three /Two Prong grasping forceps
 Alligator type forceps
 Suction Tubes
 Maintenance kit, carrying case.
 Sterilizing case
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
74. O.T Light (Portable) 1 MOBILE OPERATION LIGHT
 Mobile LED emergency shadow less operation theater light.
(SSHD-1)  Hermetically dust proof LED head.
 Luminance at 1m distance 130,000 lux or above.
(FOR BASIS)  Color temperature 4000°-5000° degree kelvin or better.
 Light field diameter between 15 – 30 cm or better (required lux should be available
within max. light field area).
 Color rendering index 94 or more.
 LED life 50,000 hours or more.
 Temp. rise in surgical surface <2° C
 220 V / 50 Hz 1 phase.
 Built-in rechargeable battery backup for at least 2 hours.
 Autoclaveable handles.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
75. Operating Microscope 1 OPERATING MICROSCOPE (TEACHING OPERATING MICROSCOPE WITH ELECTORMAGNETIC
for Eye BRAKES)
 Floor mounted stand, microscopic body with linear motorized zoom (1:5 or better),
(SSTH-1)  Built in coaxial illumination, motorized fine focusing, coarse focusing (Manual or
Motorized).
(CIF BASIS)  Electromagnetic brakes
 Objective: f=200.
 Motorized XY coupling.
 Binocular tube inclinable at various angles
 Eyepiece: 10x or 12.5x with dioptric adjustment.
 Fully apochromatically corrected optics with high light transmission.
 Sterilization protective caps for all drive knob 03 sets.
 Halogen illumination with controllable intensity / Light Emitting Diode, with or without
fiber optic cable.
 Water proof foot control panel.
 Up gradable with accessories.
 Adjustable speed for focus, zoom and XY.
 Binocular stereoscopic assistant’s attachment with inclination
 CCTV attachment including adapter, 3 CCD or CMOS Camera with or withour beam
splitter.
 Digital recording system/USB recording with hard drive.
 20” or better LCD or LED monitor (In case of Medical grade) / 30” or better LCD or LED
monitor
(In case of non medical grade) (i.e to specify).
 Retinal vision system with attachment. Including (120o, 90o, and Macular lens)
ACCESSORIES:
 Dust cover.
06 spare bulbs (in case of halogen illumination).
 UPS: Online sine wave compatible UPS with 20 minutes backup

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
76. Operation Theater 3 CEILING OT LIGHT
Light Double Doom  LED shadow less operation theatre ceiling light, hermetically sealed dust proof.
 Adjustable light intensity 160000 LUX at 1 meter distance.
(SSTH-3)  Satellite combination of 160000 LUX at 1 meter.
 Color temperature 4000°-5000° Kelvin.
(CIF BASIS)  Electronic control panel For light field diameter and light adjustment.
 Color rendition index of 94 or more.
 LED life 50,000 hours or better.
 Autoclaveable handles.
 Operating Voltage 220V, 50Hz.
Optional:
(i) Integrated digital camera system:
 Resolution: Full HD (1,920 x 1,080 Pixels)
 Video outputs: 2x HD-SDI or 1x HDMI/DVI-D
 Provision of Video transmission facility
 Medical graded LCD/LED 26’’ minimum along with mountings.
(ii) Third arm of 160000 LUX at 1 meter.
(iii) UPS for at-least 2 hours battery backup.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
77. Operation Theater 3 ELECTRO-HYDRAULIC/ELECTRO-MECHANICAL OPERATION TABLE
Table Electrical  Weight bearing capacity of 200kg or more
 4-5 Sectional Operation Table with Single Leg Section
(SSTH-3)  Table top equipped with radiolucent material.
 The mattress covers with washable, antistatic material.
(CIF BASIS)  X-ray Cassette holder for X-Ray and C-Arm facility
 Electric Height adjustment: 750 to 1000 mm or more.
 Electric Trendelenburg/Reverse Trendelenburg: 25° / -25° or better.
 Electric lateral tilt: 20° / -20° or better.
 Manual/electric backrest adjustment:70° / -15°or better.
 Manual leg section adjustment: 20° / -90° or better.
 220-230 V, 50 Hz.
 Hand control unit.
 Override panel in the column for back up control in emergency cases.
 Battery backup control of table in case of main power failure.
Accessories:
 Arm rest with clamp
 Fixation strap
 Anesthesia screen
 Adjustable leg rest pads
 Large width body strap
 Adjustable bottle holder rod
 Shoulder support
Optional (ACCESSORIES): End-user to specify.
 Provision Of Sliding Table Top
ORTHOPAEDIC ACCESSORIES
 Leg traction device with boots, straps etc.
 Accessory trolley.
NEUROSURGERY ACCESSORIES:
 Wilson frame complete with Patient care kit
 Can be used on any general surgical table
 Allows 360 degree unrestricted radiolucency
 Allows unrestricted C-arm access
 Head Frame with following accessories
 Basal frame complete
 Quarter frame
 Slide Adjuster for retractor
 Head holder with standard head pins
 Table attachment
 Spatula 6 mm & 4 mm or equivalent
OPHTHALMOLOGY/ENT ACCESSORIES
 Eye/ ENT head rest.
UROLOGY ACCESSORIES
 Kidney elevator/ Flex, Reflex
 Knee crutches with pads
 Liquid Basin
 Accessories trolley

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
78. O.T Light in Labor 1 TECHNICAL SPECIFICATIONS
Room Portable Single Mobile LED emergency shadow less operation theater light.
Dome (Mobile) Hermetically dust proof LED head.
Luminance at 1m distance 130,000 lux or above.
(SKP-1) Color temperature 4000°-5000° degree kelvin or better.
Light field diameter between 15 – 30 cm or better (required lux should be available within max.
light field area).
(FOR BASIS)
Color rendering index 94 or more.
LED life 50,000 hours or more.
Temp. rise in surgical surface <2° C
220 V / 50 Hz 1 phase.
Built-in rechargeable battery backup for at least 2 hours.
Autoclaveable handles.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
79. Phaco Emulsification 1 OPHTHALMIC PHACOEMULSIFICATION UNIT
Machine  Main console with surgeon setting programming.
 Phaco modulation choice of pulse and burst mode.
(SSTH-1)  Vacumm 0-500 mmHg or better
 Provision for 2.2 & 2.8 mm tips.
(CIF BASIS)  Programmable foot pedal.
 Peristaltic pump.
 Irrigation/ Aspiration and phaco emulsification hand pieces
 I/A collection cassette or bag (Quantity 3)
 I/A test chamber (Quantity3)
 Irrigation sleeves (Quantity3)
 Phaco needle 30 deg bevel round (Quantity 3) and Bend tip (Quantity 3).
 Reusable anterior vitrectomy cutter (Quantity3)
 Phaco hand piece (Quantity 2) metal luer lock with sterilization box.
ACCESSORIES:
 With Original trolley Dust cover
 UPS: Online sine wave compatible UPS with 20 minutes backup

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
80. Platelet Incubator + 1 PLATELET INCUBATOR WITH AGITATOR
Agitator Detailed Requirement:
 Internal made of stainless steel
(SSTH-1)  Dual Pane, Tempered glass door
 Bacteria resistant
(FOR BASIS)  Forced air circulation
 Key Lock
 RS 232 or USB Interface
 220V 50 Hz, AC
User Adjustable Settings:
 40-50 Bags Storage
 Continuous control of temperature
Displayed Parameters:
 Digital display for temperature
 Motion Failure Alarms
Accessories:
 Complete with standard and operation accessories;
 Chart Recorder
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
 With UPS sine wave dry battery with 30 mint backup
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
81. PT / APTT Analyzer 1 SEMI AUTOMATIC COAGULOMETER
Detailed Requirement:
(SSTH-1)  Semi- automatic 4 channel open system
 Optical system for end point reading
(FOR BASIS)  RS 232 or USB Interface
 220V 50 Hz, AC
User Adjustable Settings:
 Minimum capacity of 8-10 cuvettes
 2-reagents positions
Displayed Parameters:
 Digital display for results
Accessories:
 Complete with standard and operation accessories;
 Built-in or External Laser Printer
 Imported Compatible Sine wave UPS for back up of up to 30 minutes (Emerson,
 Liebert, Chloride, MGE, APC or Equivalent)
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
Optional:
Complete with automated pipettes and quick start
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
82. Pulse Oximeter with 4 Pulse Oximeter
Probe  Non-invasive measurement of oxygen saturation and pulse rate with LCD screen.
 Display of oxygen saturation and pulse rate.
(SSTH-4)  Oxygen saturation measurement range from 0 -100%.
 Pulse strength perfusion indication
(FOR BASIS)  Capability of Plethesomography.
 Pulse rate measurement from 20-250 bpm.
 Visual and audible indication of alarms.
 High and low alarms settings.
 Power of 220 V/ 50 Hz
ACCESSORIES:
 Complete with standard accessories, including reusable type Neonatal sensors
OPTIONAL:
 02 Quantity of Reusable sensors
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
83. Resectoscope With 1 TECHNICAL SPECIFICATIONS
Telescope 30 Light  Cystoscope With Accessories (For Adults)
Sources & Ellic  Telescope 30¢X Degree, 4mm, Autoclaveable length 30cm
Evacuator  Cystoscope-Urethroscope Sheath 19 to 25 Fr, with Obdurate
Light Cable
 Cystoscope-Urethroscope Sheath 17 to 20 Fr, with Obdurate
 Telescope Bridge with 1 Lockable instrument channels
(SSTH-1)
 Grasping Forceps Compatible Double action jaws, Flexible Length 30 to 40 cm
(CIF BASIS)  Resectoscope With Accessories (For Adults)
 Telescope 25¢X- 30¢X Degree, 4mm, Autoclaveable length 30cm
 Working element active / passive.
 Resectoscope sheath, including connecting tubes for in and outflow
 26Fr, Rotatable inner tube with ceramic insulation
 Outer Sheath 26 FR
 Inner Sheath 24 FR
 Standard Obturator
 Visual Obturator
 Unipolar High Frequency cord, with 4mm plug, Length 300cm
 Glass syringe 100ml to 150ml
 Cutting Loop
 Urethrotome (For Adults)
 Telescope 0¢X - 12¢X Degree, 4mm, Autoclaveable length 30cm
 Working element active/ passive.
 Urethrotome Sheath, 21-22Fr, with channel for Fusiform Boogies
 Obturator, for Urethrotome sheath, 21-22Fr
 Supplementary Sheath, half round to insert a balloon catheter
 To slip on Urethrotome sheath
 Set of 4-5 Cold knife
 Stone Punch (For Adults)
 Stone working element
 Sheath for working element
 Obturator for Sheath
 Evacuator
Accessories:
 Fiber Optic Cable
 Length: 3.5mm - 4.2mm
 Sterilization Container
 Inner & Outer Sheath
 Light Source

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
84. Semi-Automatic 26 Motorized semiautomatic Hospital bed suitable for use in Intensive Care Unit
Electrical Beds with Bed  Intensive Care bed with removable head and foot panels made of HDPE (High Density
side Cabinet, Over Bed Polyethylene)
Table, Mattress  Splitted side rails made in HDPE (High Density Polyethylene)
 External dimensions of Bed Minimum 21 75 x 990 mm
(SSTH-14,  Safe working load minimum 250 KG
SSHD-8,SKP-4)
 Height adjustment 400 to 800mm with control of hand held, Bilateral foot and nurse
control panel
(CIF BASIS)
 Trendelenburg / anti Trendelenburg position +17º/ -17º with Automatic release by
pressing a single button up to maximum Trendelenburg position
 Back raise Position angle 68º
 Leg rest position angle 30º
 Foot rest Position angle 25º
 X-ray cassette holder with translucent HPL back-rest section To facilitate use of the C
arm / x-ray
 ABS twin casters Ø150mm with protection fenders
 4 sectional Modular mattress platform boards made in PPC easily removable
 Pedals operated central locking system
 Battery Back-up with alarm system
 Auto CPR and Manual CPR both positions obtain by pressing a single button
 Cardiac CHAIR position with Automatic release by pressing a single button
 Angles/Level gauges to Obtain exact positions
 The foot end must has a retractable rack for linen storage

MATTRESS
Mattress should made in a polyurethane foam body sectioned laterally with minimum density
of 25 Kg/m3. The design of mattress allows the surface articulations to maximize the patient
comfort. It must have a standard water proof & Fire retardant cover with anti-allergic
treatment that prevents the microorganisms spread.
BED SIDE CABINET
Made of Highly robust epoxy coated finish metallic body with steel sheets and minimum height
of 620mm. Interior shelf and ventilated bottom removable for sanitary disinfection. Bilateral
opening drawer & doors. Meal tray with protective edge, height adjustable with 360º swivel
facility. ABS shielded Ø75 mm twin casters with protective Bumpers and must have lock
capability
OVER BED TABLE
Made of epoxy coated finish steel structure with height adjustable facility. Top decorative
board thickness minimum 16mm. Lateral tilting for reading. Rolling base with 4 twin castors
minimum Ø50mm with lock capability.
ACCESSORIES
 I.V. Rod. Stainless steel column. Height adjustable rod with 4 hooks.
 Oxygen cylinder holder with headend/footend Fittings made of Stainless steel.
 Urine bag hooks Bilateral on bed metal frame.

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
85. Short Wave Diathermy 1 1000 W pulsed and 400 W continuous maximum power output.
Pulsed and continuous shortwave from one unit
(SSTH-1) Programmable memories
Capacitive, inductive disk or plate applicators
(CIF BASIS) Automatic tuning
Easy-to-read indications on large and high visibility
LCD screen
Technical Specifications:
Power supply: AC 100–240 V 50/60 Hz
Frequency: 27.12 MHz
Power consumption: 1 kVA max.
LCD display: 5” or more high visibility TFT/LCD Touch screen
Pulse frequency: 5, 10, 20, 30, 50, 80, 100, 200, 400, 600, 800Hz
Pulse width: 20, 40, 65, 100, 200, 400μs
Output power: 1000W
in Pulsed mode 400W
in Continuous mode
Timer: 0–30 min.
Standard accessories:
100 mm capacitive electrodes and cables, 2 pcs
Electrodes arms, 2pcs
Test tube
Power cord
User manual
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
86. Slide Folder 10 Slide Folder For Histopathology
WARRANTY 03 YEARS
(SSTH-1) Country of origin USA/EUROPE/JAPAN
(FOR BASIS)
87. Slit Lamp 1 SLIT LAMP BIOMICROSCOPE WITH DIGITAL IMAGING SYSTEM
 Binocular tube with vertical type eye width adjustment.
(SSTH-1)  Illumination LED or Halogen.
 Eyepieces with dioptric adjustment 10X to 16X any one pair.
(FOR BASIS)  Magnification range variable from 10x to 35x (5 steps or zoom).
 Slit length: variable.
 Tilt mechanism: 20o or better.
 Slit image rotation: 0 to 180o.
 Filters: Standard filters
 With hanging type applanation tonometer. with extra prism and calibration kit
 Including original digital camera with adapter.
 PC for reporting: Core i5, 4GB RAM, 1TB hard disk or better, USB port. 19’ LCD
 Chin-rest papers.
ACCESSORIES:
 With original motorized table/Imported from Europe/Japan/USA.
 Dust cover
 Chin rest papers
 Breath shield
 UPS: Online sine wave compatible UPS with 20 minutes backup

With extra 12 lamp only for Halogen illumination Slit lamp.


WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
88. Stretcher Trolley 6 TROLLEY FOR PATIENT TRANSPORT / PATIENT SHIFTING TROLLEY
Imported  2-3 sections Patient Shifting Trolley.
 Back section should be adjustable from 0 – 70 Degree Approx.
(SSTH-6)  Should have Trendelenburg / Revere Trendelenburg positions 15/-15 degree approx.
 Oxygen Bottle Holder
(FOR BASIS)  Wire basket
 4 Bumper at all corner to protect trolley
 Patient Safe Working Load capacity min 150 kg or more.
Accessories:
IV rod.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
89. Suction Machine 2 LIGHT DUTY SUCTION MACHINE
 Reciprocating, oil free pump mechanism.
(SSTH-2)  Heavy duty Mobile Suction Unit with twin jars (Polysulfone / Polycarbonate) of
capacity up to 2 or 3 liter each, Autoclaveable.
(FOR BASIS)  Aspiration rate up to 20-30 liters/minutes or more at 650-900mm.Hg
 Vacuum continuously adjustable
 Triple flow safety device
 Change over valve
 Suction tubing of silicone with coupling connection for each jar
 Noise Level 45 dB or less.
 220V/50Hz.
Accessories:
 10 x bacterial filter
Original trolley with lockable wheels.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
90. Suction Machine 11 HEAVY DUTY SUCTION MACHINE
Heavy Duty  Reciprocating, oil free pump mechanism.
 Heavy duty Mobile Suction Unit with twin jars (Polysulfone / Polycarbonate type) of
(SSTH-9) (SKP-2) capacity up to 4 or 5 liter each, Autoclaveable.
 Aspiration rate up to 40-50 liters/minutes or more at 650-900mm.Hg
(CIF BASIS)  Vacuum continuously adjustable
 Triple flow safety device
 Change over valve
 Suction tubing of silicone with coupling connection for each jar
 Noise Level 45 dB or less.
 220V/50Hz.
Accessories:
 10 x bacterial filter
Original trolley with lockable wheels.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
91. Syringe Pumps 73 TECHNICAL SPECIFICATIONS
 Syringe pump for fluid administration.
(SSTH-73)  Flow Rates: 0.1 - 400 ml/hr. (Approx)
 Digital display of set parameters.
(CIF BASIS)  Universal Syringe acceptance capability for disposable, Plastic, Size, 10, 20, 50, 60 ml.
 Drive Accuracy. ±3%
 Display of drug name, Infusion rate, infused volume and volume to be infused.
 Automatic adaptation of controls according to syringe /infusion set.
 Quick freed/rapid infusion facility.
 Rechargeable battery and mains operated 220V, 50Hz.
 Safety alarm audible and acoustic for occlusion end of infusion, low battery.
 Battery back up 3 to 4Hours.
 Should be compatible with docking station.
ACCESSORIES:
OPTIONAL :
 TCI / Equivalent Technique
 Docking station of two/four/six/eight or more.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
92. Ultrasound Machine 1 Digital Color Doppler (High End)
Color Doppler Color Doppler with Fully Digital Beam former having 2D / M-Mode and Doppler Facilities,
(PW,HPRF, & Color Flow Imaging) with High Resolution Imaging Doppler Signal Quality; having
(SSTH-1) DICOM Compatibility and Upgradeable to CW and 4D Imaging in Convex, Linear and Endocavity
Probe.
(CIF BASIS) 1) B-MODE Specification:
a) Sector Scan Angle Variable in Four Steps.
b) Viewing Depth: 30 cm Minimum (Both in B & W and Color).
c) Frame Rate: 500 f/sec or more
d) Built-in cine loop with ability to vary reverse and slow motion of display; Internal
Memory 2000 / 200MB or more Color Images.
e) Real time and Freeze Image Magnification at least 10X or more with panning for Real,
Freeze and Memorized Images.
2) M-MODE SPECIFICATION:
a) Magnification: X2 or more.
b) Sweep Speed: Slow, Medium and Fast.
c) Color Display of M-Mode.
3) D-MODE SPECIFICATION:
a) Pulse-Wave Doppler Measureable Velocity Range.
b) HPRF Doppler.
c) CONTINUOUS-WAVE DOPPLER:
- Measurable Velocity Range: Steerable.
- Must have Doppler Beam Steering and Bi-Directional Stereo-Audio.
d) Colorized Spectrum Display.
e) Automatic Baseline and Velocity Range Control.
f) Live Measurements for Doppler Spectrum.
4) COLOR DOPPLER MODE SPECIFICATIONS :
- Both CW and PW Doppler must be Continuous Steerable in the Color Blood Flow Image
Mode in Real Time.
- 2D Image with Color, CW and PW Doppler.
- Windows based System for easy usage with Programmable Control Panel Keys.
- Tissue Harmonic Imaging with 4THI or more Frequency.
- Power Doppler.
- Triplex Mode for Simultaneous Display of Color B/M and D-Mode Displays.
- 200 db system dynamic range or more.
5) MEASUREMENT PACKAGE:
To provide Comprehensive Software Package for Measurement of Distance, Circumference,
Area, Time Depth, ANGLE, Velocity, Frequency, Heart Rate, Volumes, Nuchal Thickness/
Measurement Software to be Provided as a Standard.
6) SYSTEM COMPLETE WITH FOLLOWING FACILITIES AND ACCESSORIES:
- 19-Inches Minimum LCD / LED Color Monitor, with Resolution 1280 x 1024 Pixels minimum.
- Foot-Switch.
- 3 to 4 Active Transducer Connector for Tran thoracic Probes DVD / CD Drive for Image
Storage to be Built-in to the System.
- 100 GB or more Hard Disk Drive to be Built-in to the System.
- Built-in DICOM Compatibility. (3.0 with all components)
- Touch Command Screen Control at least 8-inches LCD / TFT or more.
- Full DICOM (Upgradable)
Probes must be supplied by same manufacturer.
7) UPGRADEABILITY :
- System Software must be Upgradable.
8) STANDARD PROBES :
- 2 – 6 MHz Multi-Frequency Convex Probe for B/M/CDI/PW and Shearwave
Elastography.
- 5-9 MHz Multi-Frequency Linear Probe with shearwave elastography.
- TVS/ENDOCAVITORY Color PROBE
NOTE: All Probes must be supplied by same Manufacturer.
9) STANDARD RECORDING DEVICES:
- Thermal Paper Printer with fifty Rolls of Paper (Black & White). WITH HD
- CINEWAVE UPS Online with 30 minutes back up time for the System.(IMPORTED)
10) Tissue Doppler Imaging Mode.
11) Pure Wave / Pulse Inversion / Differential Tissue Harmonic Imaging to Enhance Effective
Wide Band Frequency Range to provide Simultaneously Spatial Resolution, Contrast Resolution
and increased Penetration using Two Transmission Pulses at Different Frequencies
Simultaneously and Reception at Harmonic as well as Differential Component.
12) Auto Image Optimization / Quick Scan Imaging for Automatic STC / GAIN and Doppler
Spectrum Adjustment with Optimal Image Quality by using One Touch Operation.
13) B-Flow / Dynamic Flow Imaging / E-Flow / Clarify.
14) Trapezoid Imaging / Virtual Convex Imaging with Linear Probe.
15) Compound / Aplipure Imaging for THI/both Frequency Compounding and Spatial
Compounding in B/W and Color Mode.
16) Panoramic / SIESCAPE / Logic view Imaging with Measurements.
17) TISSUE CONTRAST ENHANCEMENT SOFTWARE/SPECTRAL REDUCTION
18) N-Sight / Adaptive Suppression / Precision Imaging /Cross beam / XFlow or equivalent to
Enhance B-Mode Imaging, Xress / Ccare / DTCE or equivalent Detailed in Layers and Boundaries
and Sharpened Outlines of the Lesions and reduce Cluttering.
19) Micro CPA / Superb Micro Imaging/vascular enhancement/B flow with Color/spectral to
Clearly Show Blood Flow in tiny Vessels,
20) Shear wave Elastography with Quantification for body Organs specially Liver with
Convex & Linear Probes to visualize Tissue Stiffness by Generating Images through Shear Wave
Propagation.
21) Live Strain Rate Elastography with Quantification for Body Organs Specially Breast to
Visualize Lesions.
22) Voltage : 220V – 240V, 50 – 60 HZ
Accessories :
1. Thermal Printer 256-Gray scale (Sony, Mitsubishi or equivalent)
3. UPS: on line with sine waves 2 KVA with thirty minutes back up time. (IMPORTED)
3. 50 High Density / High Glossy thermal paper Rolls
4. Gel: 20 liters
5.Dust cover
6.Improted Trolley with lockable wheels
Optional:
7-14 MHz Multi-Frequency Linear Probe for B/M/CDI/PW
Fusion Imaging of CT / MRI 3D Volume DATA to Synchronize with Ultrasound Imaging.
Complete with Hardware /needle navigation with tracking system.
Contrast Harmonic Imaging Upgradable.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
93. Ultrasound Machine 1 PORTABLE /MOBILE ULTRASOUND
Portable  Digital Ultrasound scanner with digital beam former System should be capable to
handle multi frequency probes from 3.0 MHz to 9.0 MHz or above. Built-in Trolley
(SSTH-1) System.
 Multi frequency Convex Probe with center frequency between 3 to 5 MHz
(CIF BASIS)  Multi frequency Linear Probe with center frequency between 5 to 7.5 MHz
 Biopsy adopter for any probe
 Modes: B.M and combination thereof.
 M. Mode sweep: 4 speed or more.
 Gray scale: 256
 Sensitivity time gain: 8-12 steps
 Depth: 24 cm or more
 Focusing system: 3 steps and dynamic
 Adjustable acoustic power
 Frame rate: 80 frame / sec or more
 Keyboard: Alpha numeric with track ball / Touch pad
 Tissue Harmonics: Tissue Harmonic imaging
 Cine memory of 64 frames minimum
 Post processing: Image inversion, edge/echo enhancement correlation /
persistence/Dynamic range/Gamma Curve.
 Image magnification 4x or more in real time.
 Monitor: 12” LCD / TFT
 Two probe connectors or more.
 System must be DICOM compatible
Accessories :
 Thermal Printer 256-Gray scale (Sony, Mitsubishi or equivalent)
 UPS: on line with sine waves 2 KVA with thirty minutes back up time. (IMPORTED)
 50 High Density / High Glossy thermal paper Rolls
 Gel: 20 liter
OPTIONALS:
 Foot Switch
 Multi-frequency Linear Probe with center Multi-frequency between 5 - 7.5 MHz
 Biopsy Adaptor for Any Probe
Multi-frequency Endocavity Probe with center Multi-frequency between 5 - 8 MHz (90-150
degree)
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
94. Ultrasound 1 Touch panel for easy operation
Physiotherapy 7 Inch large Color LCD TFT Touch Screen
Display probe Contact both on probe and main Unit
(SSTH-1) Programmable
Very low BNR, 2.4–3.0 and according to IEC or 2.9 FDA
(FOR BASIS) Selectable coupling sensitivity for regular or medicated gel
Enables combo therapy in conjunction
Technical Specifications:
Power supply: AC 100–240 V ± 10 % 50/60 Hz
Intensity (max.): 2 W/cm2 ± 20 % continuous, 3 W/cm2 ± 20 % pulsed
Ultrasound frequency: 1 and 3 MHz each probe
Duty Cycles: 5 %, 10 %, 20 %, 30 %, 40 %, 50 %, 100 %
Timer: 1 to 30 min. ± 3 % Only Actual Therapy time.
Number of Probe Connections: 2
Display: Seven-inch color Touch screen

Standard Accessories:
Ultrasound Probe L (5 CM2 1 & 3MHz)
Ultrasound gel (250ml)
Probe holder
Power supply cord
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
95. Ureterorenoscope 1 TECHNICAL SPECIFICATIONS
Clinical Purpose
(SSTH-1) URS is endoscopy of ureter and pelvis that is used to break the stones.
Urethrorenoscope, Autoclaveable, Semi Rigid
7-5Fr, Angle: 6 degree
(FOR BASIS) Working Length: 43cm
5, 2x6, 2Fr
Instrument Channel with lateral offset eye piece or Equivalent
Silicone automatic valve, ø 3.9 mm, 5 pieces / package
Rubber cap for instrument channel
Flexible cleaning brush for instrument channel
Grasping Forceps (Compatible with sets)
Biopsy Forceps (Compatible with sets)
2-3 prong forceps
Accessories:
 Stone Cone / Basket
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
96. Ventilators 4 TRANSPORT VENTILATOR
(Portable)  Microprocessor controlled ventilator with following minimum modes.
 Continuous Mandatory Ventilator (CMV).
(SSTH-4)  Synchronized intermittent Mandatory ventilation (SIMV)
 Continuous positive airway pressure (CPAP)
(CIF BASIS)  Pressure Support Ventilation
 Non Invasive Ventilation
 Tidal volume 100-2000ml
MONITORING DISPLAY:
 Graphic Screen 12” screen or more.
 Display parameters:- Airway pressure, Breath rate
 Inspiratory time
 Exhaled minute volume I:E ratio
 Exhaled tidal volume
 Trend Data.
Adjustable alarm for high/low respiratory rate.
 Chargeable Built in battery backup, upto 4-6 hours and battery level indication.
 12V-24V DC operations
 Driving force turbine or better technology
 Complete with breathing circuits, hose, test lung & universal masks or other
accessories required for proper functioning of the equipment.
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
97. Wax Bath Therapy 1 Heating water bath for paraffin or peat. The vessel with outlet: 1 x 2/3 – 200mm depth, with
Unit the lid 1 x 1/3 – 40mm depth.
Technical Specifications:
(SSTH-1) Tank Capacity: 25-30L
Peat packs operating temperature: 40 - 45 °C
(FOR BASIS) Paraffin pirating temperature:56 - 58°C
Paraffin sterilizing temperature: ± 80 °C
Temperature adjustment range: 0 - 90 °C
Protection against electrical accident: Class I
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
98. WRO System for 24 1 WRO SYSTEM
Dialysis Machines WRO Water Purification System
 Meets the highest industry standard (AAMI) for pure water of AAMI or greater of
(SSTH-1) quality for Water to Dialysis Machines and Renal Patients for improvement in quality
of life with highest innovation.
(FOR BASIS) Configuration
 RO Water Purification System to operate 24 Dialysis Machines
 Direct feed to Dialysis Machines through UV sterilizer
 Mounted on SS305 SKID (corrosion proof)
 RO internal Plumbing HDPVC Schedule 80
 Product & Reject Flow Meters
 Product & Reject ONLINE TDS / Conductivity Meter
 Manual Operation in Case Electrical Control Panel Failure
Includes Pre Treatment
a. Cartridge Filter Size
b. Feed Booster Pump 220 VAC,
c. Multimedia Filter
d. ACF Chlorine (KDF) Filtration
e. Water Softener
f. UV Sterilizer
g. Imported

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
99. X-Ray Machine 1 MOBILE X-RAY UNIT
300 MA Mobile  Mobile Microprocessor based X-Ray Unit.
 High frequency, 30KW X-Ray Generator.
(SSTH-1)  300 mA at 100 kv.
 Digital display of all set parameters.
(CIF BASIS)  Rotating anode x-ray tube, with dual focus / Single Focus
 Anode heat storage capacity of at least 107 KHU or more
 Electronic timer with exposure time of 1-3 msec.
 Automatic over-load protection device and automatic line compensation.
 The unit should be battery supported for exposure and movement (Motorized).
 220 V, 50 Hz.
Accessories
 Lead apron adult 01

WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
100. X-Ray Scanner with 1 Digital Imaging System (Photostimulable Phosphor)
LCD for Dental  Operation under normal light conditions
(Complete system)  16-bit or better
 High image quality with effective resolution 14-22LP/mm or better
(SSTH-1)  Rapid image availability within 7-8 sec
 Image read out, erase and make ready for the next use in one step
(CIF BASIS)  Standby function
 Compact design place able in the direct vicinity of chair
 PC interface via USB and Network

 Common intraoral plates sized with 100% active surface area


 Complete with image viewing software on Multi station(End user to specify the
quantity of PC stations)
Accessories:
 2x image plate size( End-user to specify the sizes)
 4x image plate size: ( End-user to specify the sizes)
 Light protective covers for image plates
 1x Image plate storage box
 10x Cleaning wipes for image plates
 1x USB Cable
 UPS: Online sine wave compatible UPS with 20 minutes backup

Software with unlimited user license


WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
101. Blood Bank 1 TECHNICAL SPECIFICATIONS
Refrigerator 80 to 120 Detailed Requirement:
Bags (450ml) Capacity / Stainless Steel Interior
Blood Storage Cabinets Automatic closing of the door
Controlled fan cooling
(KLP-01) Key operated power switch
Safety door lock
Interior lighting
(FOR BASIS)
Integrated RS485/USB interface
LAN Converter
220V 50 Hz, AC
User Adjustable Settings:
Gross volume: 200L
Net capacity : minimum 80-120 blood bags of 450ml
Non modifiable temperature set point of +4°C
200-250 min hold over time at +25C ambient temperature
Safety thermostat
Displayed Parameters:
Digital temperature display
Temperature recording and online monitoring
Acoustical and visual alarm for temperature and power failure
Alarm system with battery backup
low and high alarm
Door opening alarm
Accessories:
Complete with standard and operation accessories
 Seven day chart recorder
 Servo Controlled Voltage Stabilizer with surge protection facility
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
102. Immunoassey 1 TECHNICAL SPECIFICATIONS
(Automatic) for Detailed Requirement:
Screening Fully automatic Random Access Analyzer for routine and specialized immunoassays
Chemilumiscence based System
(KLP-01) Qualitative and quantitative analysis assays
Onboard reagent Refrigeration
(CIF BASIS) Automatic Rerun Facility for out of range results
Bar Code Reader for Reagents and Samples
The reagent vials with caps close automatically, no reagent evaporation
Automatic sample clot detection and rejection in each sample to ensure every sample is clear
Automated operation, no manual loading of test units / test cartridges etc.
RS 232 or USB Interface
220V 50 Hz, AC
User Adjustable Settings:
Sample type: Serum , plasma or urine
Sample volume: 150 to 250 ul test dependent
Through put min 80 tests/hr or more
Sample Capacity should be at least 50 samples with continuous loading platform
Up to 24 Reagents on-board at a time
Parameters to be decided by the procuring agency as per requirements of end user
Displayed Parameters:
Automatic assays of analytes related to Cancer,
Infectious diseases, Cardiovascular disease,
Thyroid disease, Fertility/Hormones, Polio & Vitamins
Hepatitis markers
Accessories:
Complete with standard and operation accessories;
 Built-in or External Laser Printer
 Imported Compatible Sine wave UPS for back up of up to 30 minutes (Emerson,
Liebert, Chloride, MGE, APC or Equivalent)
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
103. Cryocentrifuge with 1 TECHNICAL SPECIFICATIONS
Refrigerator 02 Bags Detailed Requirement:
500ml Floor type Refrigerated Centrifuge machine
Swing out rotor for blood bags
(KLP-01) Brushless motor
Noiseless and vibration free
Imbalance detection
(CIF BASIS)
Lid safety interlock
220V 50 Hz, AC
User Adjustable Settings:
Integrated refrigeration system with a temperature range of -10C to +40C
Maximum speed 200-12,000 rpm
Relative centrifugal force (RCF) not less than 15,000 or better x g
Maximum capacity 2 x 500ml
Timing 0 to 60 minutes; continuous
Displayed Parameters:
Programmable
Digital display of programme speed, timing, braking
Self diagnostic with error display
Over temperature alarm
Accessories:
Complete with standard and operation accessories
 Compatible Online Sine wave UPS with Battery backup for 30 minutes (Emerson,
Liebert, Chloride, MGE, APC or equivalent)
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
104. Cell Separator Stands 3 WARRANTY 01 YEARS
Country of origin Local / Imported
(KLP-03)

(FOR BASIS)
105. Platelet Incubator with 1 PLATELET INCUBATOR WITH AGITATOR
Agitator (20 Bags Detailed Requirement:
Capacity)  Internal made of stainless steel
 Dual Pane, Tempered glass door
(KLP- 01)  Bacteria resistant
 Forced air circulation
(FOR BASIS)  Key Lock
 RS 232 or USB Interface
 220V 50 Hz, AC
User Adjustable Settings:
 20-30 Bags Storage
 Continuous control of temperature
Displayed Parameters:
 Digital display for temperature
 Motion Failure Alarms
Accessories:
 Complete with standard and operation accessories;
 Chart Recorder
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
 With UPS sine wave dry battery with 30 mint backup
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
106. Blood Bag Sealer 1 TECHNICAL SPECIFICATIONS
Detailed Requirement:
(KLP-01) For electric handling and processing of blood bags in the blood donor area for 5 mm tubes
Microprocessor controlled high frequency generator unit
Adjustable sealing time up to 5 sec or less
(FOR BASIS) Rechargeable battery operated unit with charging unit
Hand held sealer with 2 meter cable
220V 50 Hz, AC
User Adjustable Settings:
Battery backup for 500 sealing
Displayed Parameters:
Digital Display of Temperature, No. of Sealing etc
Over temperature alarms
Accessories:
Complete with standard and operation accessories;
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
107. Freezer for FFPS (- 1 TECHNICAL SPECIFICATIONS
20c-50c) / Plasma Detailed Requirement:
Storage Freezer (80- Stainless Steel Interior
120 Bags 450ml) Automatic defrost (hot gas)
Automatic closing of the door
(KLP-01) Controlled fan cooling
Key operated power switch
(FOR BASIS) Safety door lock
Interior doors to minimize loss of refrigeration
Integrated RS-485/USB interface
220V 50 Hz, AC
User Adjustable Settings:
Temperature range down to -40¢XC
Gross volume of 8 cu. ft or more
Net capacity : minimum 80-120 plasma bags of 450ml
200-250 min hold over time at +25 C ambient temperature
Displayed Parameters:
Digital temperature display
Acoustical and visual alarm for temperature and power failure
Alarm system with battery backup
Door opening alarm
Accessories:
Complete with standard and operation accessories;
 Servo Controlled Voltage Stabilizer with surge protection facility
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
108. Centrifuge Machine 2 TECHNICAL SPECIFICATIONS
Detailed Requirement:
(KLP-02)  Bench top centrifuge machine with angle rotor
 Built in speedometer, variable speed control, lid locking and braking device
(FOR BASIS)  Maintenance free motor
 Lid safety interlock
 Noiseless and vibration free
 220V 50 Hz, AC
User Adjustable Settings:
 Speed 4500–5000 rpm.
 Maximum capacity 8 x 15ml
 Digital control of Timing up to 60min
Displayed Parameters:
 Digital display of speed, timing
 Rotor Imbalance detection
Accessories:
Complete with standard and operation accessories
 Servo Controlled Voltage Stabilizer with surge protection facility
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
109. Blood Bag Shaker 3 TECHNICAL SPECIFICATIONS
(Digital) Detailed Requirement:
Accept all major brands of bag available in the local market
(KLP-03) Mixing of blood bags
LCD/LED Display of parameters
(FOR BASIS) Self Calibration
Measuring and shaking of blood bags
Battery operated
User Adjustable Settings:
Weight range 1-999 gr/ml
Displayed Parameters:
Accuracy +/- 2 %
Error Indication
Accessories:
With all Standard Accessories
Optional:
Bi-directional communication
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
110. Serocentrifuge 1 TECHNICAL SPECIFICATIONS
Machine Detailed Requirement:
 Bench top centrifuge machine with angle rotor
(KLP-01)  Built in speedometer, variable speed control, lid locking and braking device
 Maintenance free motor
(FOR BASIS)  Lid safety interlock
 Noiseless and vibration free
 220V 50 Hz, AC
User Adjustable Settings:
 Speed 4500–5000 rpm.
 Maximum capacity 12 x 15ml
 Digital control of Timing up to 60min
Displayed Parameters:
 Digital display of speed, timing
 Rotor Imbalance detection
Accessories:
Complete with standard and operation accessories
 Servo Controlled Voltage Stabilizer with surge protection facility
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
111. Water Bath 1 TECHNICAL SPECIFICATIONS
Detailed Requirement:
(KLP-01) Microprocessor PID-temperature controller
Exterior body of steel sheet
(FOR BASIS) Double skinned tank, inner case made of stainless steel
Perforated stainless steel bottom tray
Temperature control for regulation of temperature
Gabled lid
Power Source 220V, 50HZ AC
User Adjustable Settings:
Capacity of 20-25 Liters
Adjustable temperature range from +5C above ambient up to 100C
Temperature accuracy of + 1%
Displayed Parameters:
Built in thermometer
Digital display of temperature and time
Adjustable timer for time setting
Fault indication system
Over temperature protection system
Accessories:
 Three Racks of different sizes
 Servo Controlled Voltage Stabilizer with surge protection facility
 With drain tap
 Operating Manual with a Soft Copy
 Service Manual with a Soft Copy
WARRANTY 03 YEARS
Country of origin USA/EUROPE/JAPAN
TOTAL

*Note: Optional Accessories will not Included in financial bid / comparative statement.

You might also like