tender doc aiims ot (1).docx

45
………. ALL INDIA INSTITUTE OF MEDICAL SCIENCES ANSARI NAGAR: NEW DELHI : 110 029 (SCHEDULE-‘A’) S.NO. OF TENDER : ___________ FILE NO. : Name of the party in whose : _____________________________________________________ Favour the Tender form has _____________________________________________________ been issued _____________________________________________________ _____________________________________________________ The Director ……………… , …….. (SEAL OF THE OFFICER) Dear Sir, 1. I/We hereby submit our tender for the____________________________ _________________________________________________________________ _____________ 1. I/WE now enclosing herewith the Bank Guarantee/D.D. No…………………… dated……………. for Rs… ……… /- drawn in favour of the “AIIMS A/C”, ………….. towards EMD/Bid Security. (TENDERS NOT ACCOMPANIED WITH EMD/BID SECURITY ALONGWITH THE TECHNO-COMMERCIAL BID SHALL BE SUMMARILY REJECTED). 2. I/We hereby agree to all the terms and conditions, stipulated by the AIIMS, in this connection, including delivery, warranty, penalty etc. Quotations for each group are being submitted under separate covers, and sheets and shall be considered on their face value. 3. I/We have noted that overwritten entries shall be deleted unless duly cut & re-written and initialed. 4. Tenders are duly signed (No thumb impression should be affixed). 5. I/We undertake to sign the contract/agreement, if required, within 15 (Fifteen days) from the date of issue of the letter of acceptance, failing which our/my security money deposited may be forfeited and our/my name may be removed from the list of suppliers at the AIIMS …………….. 6. I/We have gone through all terms and conditions of the tender documents before submitting the same. 1

description

Procurment: Store related.

Transcript of tender doc aiims ot (1).docx

Page 1: tender doc aiims ot (1).docx

……….

ALL INDIA INSTITUTE OF MEDICAL SCIENCES ANSARI NAGAR: NEW DELHI : 110 029

(SCHEDULE-‘A’)

S.NO. OF TENDER : ___________

FILE NO. :

Name of the party in whose : _____________________________________________________Favour the Tender form has _____________________________________________________been issued _____________________________________________________

_____________________________________________________The Director……………… , ……..

(SEAL OF THE OFFICER)

Dear Sir,

1. I/We hereby submit our tender for the____________________________ ______________________________________________________________________________

2. I/WE now enclosing herewith the Bank Guarantee/D.D. No…………………… dated……………. for Rs… ……… /- drawn in favour of the “AIIMS A/C”, ………….. towards EMD/Bid Security. (TENDERS NOT ACCOMPANIED WITH EMD/BID SECURITY ALONGWITH THE TECHNO-COMMERCIAL BID SHALL BE SUMMARILY REJECTED).

3. I/We hereby agree to all the terms and conditions, stipulated by the AIIMS, in this connection, including delivery, warranty, penalty etc. Quotations for each group are being submitted under separate covers, and sheets and shall be considered on their face value.

4. I/We have noted that overwritten entries shall be deleted unless duly cut & re-written and initialed.

5. Tenders are duly signed (No thumb impression should be affixed).6. I/We undertake to sign the contract/agreement, if required, within 15 (Fifteen days) from the date

of issue of the letter of acceptance, failing which our/my security money deposited may be forfeited and our/my name may be removed from the list of suppliers at the AIIMS ……………..

7. I/We have gone through all terms and conditions of the tender documents before submitting the same.

NOTE: ALL TERMS & CONDITIONS SUCH AS TAXES ETC, HAS BEEN INDICATED IN THE QUOTATIONS FAILING WHICH IT WILL BE PRESUMED THAT THE RATES ARE INCLUSIVE OF ALL TAXES AND OTHER TERMS AND CONDITIONS ARE ALSO AS PER YOUR REQUIREMENTS.

Yours faithfully,

Signature of Tender(s) full Address.

WITNESS______________________________________WITNESS______________________________________WITNESS______________________________________WITNESS______________________________________

1

Page 2: tender doc aiims ot (1).docx

CHECK LIST FOR TERMS AND CONDITIONS

Check list for Terms and Conditions (To be filled by the bidder and submitted alongwith the technical bid)

1. Certificate for being in business for more than 2 years___________________________

2. Certificate for sole ownership/partnership _____________________________________

3. Statement of financial standing from bankers ____________________________________

4. Performance report/List of organization supplied with the same equipment ____________

_________________________________________________________________________

5. Rates quoted included all taxes/Rate is a CIF ____________________________________

6. Rates quoted as per tenders specifications ______________________________________

7. Authority letter from manufacture/principal enclosed ______________________________

8. Affidavited that the firm has not been black listed in the past by any hospital ___________

____________________________________________________________

9. Affidavited that the firm has no vigilance case/CBI case pending against him/supplier _________________________________________________________________________

10. Affidavit that the firm is not supplying the same item at the lower rate quoted in the tender to any Govt. organization or any other Institute (Fall clause) _________________________________________________________________________________________________

11. Quotation being submitted directly by the manufacturer or authorized distributor _________________________________________________________________________

12. Quality assurance certificate like ISI, ISO-9002, IP/BP or any other, please specify _____________________________________________________

13. Statement of turnover/annual report for each of the last three years attached _________________________________________________________________________

14. Bid Security amount enclosed deposited ______________________________________

15. Literature of original catalogue of the product attached for reference

________________________________________________________________________

16. Guarantee/Warranty period for __________________________________________________

( NAME OF THE BIDDER)WITH SIGNATURE & SEAL

2

Page 3: tender doc aiims ot (1).docx

ANNEXURE - I

ALL INDIA INSTITUTE OF MEDICAL SCIENCES…………………………..

Tender Ref. No. :

Subject : Terms and Conditions of Supply & Installation of Prefabricated, Modular Operating Theatre alongwith preparation, Scrub & dirty Linen

Rooms

Date of Submission : ………….. (upto ………………)

Date of Opening : ……………..

1. Tender should be addressed to the Director, All India Institute of Medical Sciences, ………………….. and submitted to the Office of the Stores Officer, AIIMS under sealed cover failing which the tender shall be rejected. Terms and conditions for supply should invariably be indicated otherwise would be taken on its face value. The rates may be quoted on separate sheets failing which the tender(s) will be rejected.

2. Mixed quotations will not be considered for acceptance.

3. IN CASE OF THE TENDER DOUMENTS DOWNLOADED FROM THE WEBSITE :- THE BIDDERS MAY DOWNLOAD THE TENDER DOCUMENTS DIRECTLY FROM THE WEBSITE AVAILABLE AT ……………………….. and www.tender.gov.in. IN SUCH CASE, THE BIDDERS ARE REQUIRED TO SUBMIT THE TENDER COST FEE OF Rs……… (NON-REFUNDABLE) BY WAY OF SEPARATE DEMAND DRAFT DRAWN IN FAVOUR OF “AIIMS A/C”, ………, AND THE SAME SHOULD ESSENTIALLY BE ENCLOSED ALONGWITH THE TECHNO COMMERCIAL BID. THE BIDDERS SHOULD SPECIFICALLY SUPERSCRIBE, “DOWNLOADED FROM THE WEBSITE” ON THE TOP LEFT CORNER OF THE OUTER ENVELOPE CONTAINING TECHNO COMMERCIAL BID & PRICE BID SEPARATELY. IN NO CASE, THE TENDER COST FEE SHOULD BE MIXED WITH EMD AMOUNT. THE TENDERS NOT FOLLOWING THE ABOVE PROCEDURE WILL BE SUMMARILLY REJECTED.

4. TENDER SHOULD BE SUBMITTED IN TWO BID SYSTEM CONTAINING TWO PARTS AS DETAILED BELOW:PART-I :- TECHNO-COMMERCIAL BID IN ONE SEALED COVER.PART-II:- PRICE BID/FINANCIAL BID IN ONE SEALED COVER.

BOTH THE SEALED ENVELOPES SHOULD THEN BE PUT IN ONE OUTERCOVER INDICATING THEREON:i) Reference No. of the Tender _______________________________________________ii) Tender regarding ________________________________________________________iii) Due date for submission of the tender :_______________________________________iv) Due date for opening of the tender __________________________________________v) Name of the firm _______________________________________________________

PLEASE NOTE THAT PRICES SHOULD NOT BE INDICATED IN THE TECHNO- COMMERCIAL BID. THE PRE-QUALIFICATION DOCUMENTS INCLUDING E.M.D./BID SECURITY AS REQUIRED IN THE TENDER DOCUMENT SHOULD INVARIABLE BE ACCOMPANIED WITH THE TECHNO-COMMERCIAL BID.NOTE:- TENDERS SUBMITTED WITHOUT FOLLOWING TWO BID SYSTEM PROCEDURE AS MENTIONED ABOVE WILL BE SUMMARILY REJECTED.

3

Page 4: tender doc aiims ot (1).docx

:: 2 ::

5. The tenderers should give rates, showing taxes, if any, and levies, packing forwarding and insurance charges separately giving full breakup details. THE INSTITUTE IS NOT AUTHORIZED TO ISSUE ‘C/D FORMS’. PLEASE EXCLUDE CUSTOM DUTY COMPONENT IN RUPEE QUOTE AS THE INSTITUTE IS EXEMPTED FROM THE PAYMENT OF CUSTOMS DUTY. However, Excise Duty, if any, should be shown separately. Tender not confirming to these requirements shall be rejected and no correspondence will be entertained whatsoever.

6. IN CASE OF IMPORT THE TENDERERS ARE REQUIRED TO QUOTE FOB & CIF VALUE SEPARATELY DULY MENTIONING THE BREAKUP DETAILS FOR FREIGHT & INSURANCE. THIS CONDITION SHOULD BE STRICTLY ADHERED TO, FAILING WHICH THEIR TENDER WILL BE SUMMARILY REJECTED.

7. THIS TENDER DOCUMENT IS NON-TRANSFERABLE .

8. The Tender forms be clearly filled in ink legibly or type written giving full address of the tenderers. The tenderers should quote in figures as well as in words the rates amount tendered by him/them. Any discrepancy between the figures and words, the amount written in words will prevail. Alterations/over-writings, unless legibly attested by the tenderer, shall disqualify the tenders. The tenders should be signed by the tenderer himself/themselves or his/their authorized agent on his/their behalf (Authorization may be enclosed, if applicable).

9. THE FORWARDING LETTER/UNDERTAKEN (SCHEDULE’A’) DULY SIGNED SHOULD INVARIABLY BE RETURNED ALONGWITH QUOTATIONS FURNISHED, FAILING WHICH THE TENDER SHALL BE REJECTED.

10. The tenderers should take care that the rates and amounts are written in such a way that interpolation is not possible, no blanks should be left which would otherwise, make the tender redundant.

11. The tender rates should be kept open/valid for a period of one year from the date the tenders are opened.

12. The tenderers shall clarify/state whether he/they are manufacturer, accredited agent or sole representative indicating principals name & address. The offers of firms who are not manufacturer or direct authorized agent will be summarily rejected. Sub-distributors will not be accepted.

13. Delivery prospects with definite date of delivery at destination taking into cognizance transit facilities must be indicated.

14. EACH TENDER SHOULD BE ACCOMPANIED WITH AN EMD/BID SECURITY AMOUNTING TO Rs. ( as indicated in the tender Notice and Schedule-A of this tender document )/ - BY WAY OF DEMAND DRAFT/ BANK GUARANTEE DRAWN IN FAVOUR OF “AIIMS A/C”,…………”, (PREFERABLY BANK GUARANTEE) FAILING WHICH THE TENDER SHALL NOT BE CONSIDERED FOR ACCEPTANCE AND WILL BE OUTRIGHTLY REJECTED. IN CASE OF BANK GUARANTEE, IT SHALL BE VALID FOR ONE YEAR FROM THE DATE OF OPENING AND THE SAME SHOULD BE FROM ANY SCHEDULED BANK (AS PER THE LIST ENCLOSED). CASH/CHEQUE IS NOT ACCEPTABLE AT ALL. THE EMD/BID SECURITY DEPOSITED AGAINST OTHER TENDERS CANNOT BE ADJUSTED OR CONSIDERED FOR THIS TENDER. NO INTEREST IS PAYABLE ON EMD/BID SECURITY.

4

Page 5: tender doc aiims ot (1).docx

:: 3 ::

15. If the delivery is not effected on due date, the Director, AIIMS, ………will have the right to impose penalty as under:A) First extension for one month or part thereof _______________________________@2%.B) Second extension for an additional month__________________________________@ 3%

or part thereof.

16. In case of non supply of Stores within the due date i.e. within the date of delivery, the Director AIIMS, ……….. will have the right to impose penalty, as deemed fit, to resort to risk purchase in full or part thereof at his/her discretion, his/her decision shall be final and binding.

17. SOFT WARE AND HARDWARE UPGRADATION

Free up-gradation of software (all update & upgrades) upto 5 years.

18. Rates quoted should be valid for 12 months from the date of opening of tender

19. THE TENDERERS ARE REQUIRED TO DEMONSTRATE THE QUOTED MODEL OF THE EQUIPMENT DURING THE TECHNICAL EVALUATION, IF REQUIRED, FAILING WHICH THEIR BIDS/OFFER SHALL BE REJECTED.

20. Any other statutory levy imposed by the Govt. of India from time to time will be authorized extra on demand with adequate proof thereof.

21. Force majeure will be accepted on adequate proof thereof.

22. The Director AIIMS ………..shall be the final authority to reject full or any part of the supply which is not confirming to the specification and other terms and conditions.

23. No payment shall be made for rejected Stores. Rejected items must be removed by the tenderers within two weeks of the date of rejection at their own cost and replace immediately. In case these are not removed these will be auctioned at the risk and responsibility of the suppliers without any further notice.

24. The Director, AIIMS …………………. reserves the right to cancel/reject full or any part of the tender which do not fulfill the conditions stipulated in the tender.

25. Tenderers submitting tenders would be considered to have considered and accepted all the terms and conditions. No enquiries, verbal or written, shall be entertained in respect of acceptance or rejection of the tender.

26. The quantity shown in the tender can be increased or decreased to any extent depending upon the actual requirement.

27. Any action on the part of the tenderer to influence anybody in the Institute will be taken as an offence, he will not be allowed to participate in the tender enquiry and their offer will not be considered.

28. Material confirming to the specifications should be quoted. In case of alternative offers, full specifications and utility should be indicated. Leaflets, literatures, should invariably be attached for ready reference clearly marking the item No.

29. Genuine equipments and instruments etc. should be supplied. Tenderers should indicate the source of supply i.e. name & address of the manufacturers from whom the items are to be imported.

30. The tenderers are required to quote the mode of shipment by Air/Sea/ Airport Parcel and should give separate breakup of freight and Insurance Charges.

31. Supply of equipment means-Installation and Commissioning at site. No separate charges will be paid separately on this account.

:: 4 ::

5

Page 6: tender doc aiims ot (1).docx

32. UP TIME GUARANTEE: The firm should provide uptime guarantee of 95%.

33. Downtime penalty Clause

33.1 During the Guarantee/warranty period, desired uptime of 95% of 365 days (24 hrs) if downtime exceeds 5%, penalty in the form of extended warranty, double the number of days for which the equipment goes out of service will be applied. The vendor must undertake to supply all spares for optimal upkeep of the equipment for at least FIVE YEARS after handing over the unit to the Institute. If accessories/other attachment of the system are procured from the third party, then the vendor must produce cost of accessory/other attachment and the CMC from the third party separately along with the main offer and the third party will have to sign the CMC with the Institute if required.

In no case instrument should remain in non-working condition for more than 7days, beyond

which a penalty of 2% of machine cost will be charged per day.

33.2 The principals or their agents are required to submit a certificate that they have satisfactory service arrangements and fully trained staff available to support the uptime guarantee.

34. GUARANTEE/WARRANTEE PERIOD : THE TENDERERS MUST QUOTE FOR 5 YEARS COMPREHENSIVE WARRANTY FROM THE DATE OF COMPLETION OF THE SATISFACTORY INSTALLATION. THE WARRANTY CHARGES SHALL NOT BE QUOTED SEPARATELY OTHERWISE THE OFFER SHALL BE SUMMARILY REJECTED. ALSO THE BIDDERS ARE REQUESTED TO SUBMIT THEIR QUOTE FOR SUBSEQUENT 5 YEARS COMPREHENSIVE AMC. FAILURE TO COMPLY THIS CONDITION WILL ENTAIL THE REJECTION OF THE BIDS. THE PRICE COMPARISON SHALL BE MADE TAKING INTO ACCOUNT ON BASIC PRICE AND POST WARRANTY AMC.

35. DELIVERY: The successful bidders should strictly adhere to the following delivery schedule Supply, Installation & Commissioning should be effected within 6 to 8 weeks from the date of Supply Order and this clause should be strictly adhere to failing which necessary administrative action as deemed fit under rules will be taken against the defaulter.

36. SPARE PARTS: The separate price list of all spares and accessories (Including minor) required for maintenance and repairs in future after guarantee/warrantee period must be attached/enclosed along with the sealed quotation without this quotation will not be considered.

If any spares & accessories other than the price list attached/enclosed by the firm are required for future repair it will be borne by the firm only.

37. The tenderers are required to furnish the list of spares along with their cost in the Financial bid failing which their bids are liable to be rejected

38. The tenderer shall furnish a non-blacklisting certificate that the firm has not been blacklisted in the past by any government/Private institution. The tenderer/supplier has to give an affidavit on non-judicial stamp paper of Rs.10/- that there is no vigilance/CBI case pending against the firm/supplier and the firm has not been blacklisted in the past by any Govt. or Private Organization.

39. Payment of Agency Commission, if any, payable in rupees must be indicated. If no Agency Commission is admissible from the foreign suppliers must be indicated specifically.

40. Tenderers should clearly indicate the name of the Manufacturers/Beneficiary of the Letter of Credit, country of Origin, place of shipment/Airfreightment etc.

41. Local agents quoting on behalf of their foreign suppliers must attach authority letter in their favour.

42. SUCCESSFUL TENDERERS WILL HAVE TO FURNISH PERFORMANCE BANK GUARANTEE FOR 10% CONTRACT VALUE FROM ANY SCHEDULED BANK (AS PER THE LIST ENCLOSED) VALID FOR THE WARRANTY PERIOD.

6

Page 7: tender doc aiims ot (1).docx

:: 5 ::

43. The rates quoted for the Stores/Equipments, under the reference, by the supplier shall in no event exceed the lowest price at which the suppliers of the Stores/Equipments of identical description are made to any other person/organization/Institution during the period and should attach an undertaking.

FALL CLAUSE44. If, at any time, during the said period, the supplier reduce the said prices of such Stores/Equipment

or sales such stores to any other person/organization/Institution at a price lower than the chargeable, he shall forthwith notify such reduction or sale to the Director All India Institute of Medical Sciences and the price payable for the Stores supplied after the date of coming into force of such reduction or sale shall stand correspondingly reduced.

45. Successful tenderers, should give pre-alert intimation prior to shipment notifying both the nominated clearing agents as well as the Institute.

46. The supplier shall furnish the following certificate to the Accounts Officer

AIIMS………………….. alongwith each bill for payment for supplies made against in Rate Contract Tender.

“I/We certify that the Stores of description identical to the Stores supplied to the government under the contract against Tender herein have not been offered/sold by me/us to any other person/organization/Institution upto date of bill/the date of completion of supplies against all supply orders placed during the currency of the tender/rate contract at the price lower than the institute under contract /against tender”.

47. The supplier shall furnish a list of organizations where the equipment, in question, has/have been supplied with the period during the last one year.

48. THE GOODS MUST INVARIABLY BE CONSIGNED THROUGH OUR NOMINATED FREIGHT FORWARDERS INDICATED IN THE SUPPLY ORDER.

49. a) PAYMENT TERMS (IN CASE OF IMPORTS)1) Agency Commission will be paid to Indian agents in Indian Rupees, after satisfactory

installation of equipment.

2) Letter of Credit will be opened on FOB/CIF value, as the case may be, for full amount after deducting the Agency commission/Technical Service Charges.

3) 100% payment shall be released against presentation of shipping documents against a performance Bank Guarantee valid for the warranty period for 10% value from any Scheduled Bank (as per the list enclosed). Otherwise 90% payment will be released against presentation of shipping documents & balance 10% payment will be released after Installation against Bank Guarantee.

b) PAYMENT TERMS (IN CASE OF RUPEE OFFER)1. 100% PAYMENT WILL BE MADE AFTER SUPPLY, installation & satisfactory

demonstration of the said equipment subject to submission of Performance Bank Guarantee for 10% value of the order valid for the comprehensive warranty period from any Scheduled Bank (as per list enclosed). OTHERWISE 90% PAYMENT WILL BE RELEASED AFTER INSTALLATION & BALANCE 10% PAYMENT WILL BE RELEASED AFTER WARRANTY PERIOD OR AGAINST BANK GUARANTEE FOR THE WARRANTY PERIOD.

2. Payment shall be made through cheque or Electronic Clearing System. In case of cheque, the same will be dispatched through Registered Post and postal charges shall be deducted from the bill.

7

Page 8: tender doc aiims ot (1).docx

SECTION – XV LIST OF SCHEDULED BANKS

A. Nationalized Banks

1. Allahabad Bank 2. Andhra Bank 3. Bank of Baroda 4. Bank of India 5. Bank of Maharastra 6. Canara Bank 7. Central Bank of India 8. Corporation Bank 9. Dena Bank 10. Indian Bank 11. Indian Overseas Bank 12. New bank of India 13. Oriental Bank of Commerce 14. Punjab National Bank 15. Punjab & Sindh Bank 16. Syndicate Bank 17. Union Bank 18. UCO Bank 19. United Bank of India 20. Vijaya Bank

B. State Bank of India and its Associated Banks

21. State Bank of India 22. State Bank of Bikaner & Jaipur 23. State Bank of Hyderabhad 24. State Bank of Indore 25. State Bank of Mysore 26. State Bank of Patiala 27. State Bank of Saurashtra 28. State Bank of Travancore

C. Private Sector Banks

29. Bank of Madura Ltd., Madurai 30. Bank of Rajasthan Ltd., Udaipur 31. Barelly Corporation Bank Ltd., Barelly 32. Banares State Bank Ltd., Banares 33. Bharat overseas Bank Ltd., Madras 34. Catholic Syrian Bank Ltd., Trichur 35. Dhanalakshmi Bank Ltd., Alwaye 36. Jammu & Kashmir Bank Ltd., Srinagar 37. Federal Bank Ltd., Alwaye 38. Karnataka Bank Ltd., Mangalore 39. Karur Vysya Bank Ltd.,

40. City Union Bank Ltd., 41. Lakshmi Vikas Bank Ltd., 42. Lord Krishna Bank Ltd., Kodangallur 43. Nainital Bank Ltd., Nainital 44. Nedungadi Bank Ltd., 45. Punjab Co-operative Bank Ltd.,

Amritsar 46. Ratnakar Bank Ltd., 47. Sangli Bank Ltd., 48. South Indian Bank Ltd., Trichur 49. Tamilnadu mercantile Bank Ltd. 50. United Western Bank Ltd., 51. Vysya Bank Ltd., Bangalore

D. Foreign Banks

52. ABN Amro Bank N.V. 53. American Express Bank Ltd., 54. Bank of American National Trust 55. Banque Nationale de Paris 56. Bank of Tokyo Ltd. 57. British Bank of the Middle East 58. Standard Chartered bank 59. Citi Bank N.A. 60. ANZ Grindlays Bank Ltd., 61. The Sakura Bank Ltd., 62. Sonali Bank 63. Deutscha bank A.G. 64. Bank of Oman Ltd., 65. Abu Dhabi Commercial Bank Ltd., 66. Banque Indosuez 67. Bank of Nova Scotia, Toronto 68. Sociate General, Paris 69. Oman International Bank, S.A.G.O. 70. Bank of Baharain and Kuwait (B.S.C.) 71. Hongkong & Shanghai Banking

Corporation Ltd. 72. Credit 73. Barelays Bank P/c. 74. Sanwa Bank, Tokyo

E. Non-Scheduled Bank

75. Kashi Nath Seth Bank Ltd. 76. Bari Poab Bank Ltd. 77. General Bank of Kurudwad Ltd.

The list of banks is subject to change as and when Reserve Bank of India notifies any change in the list.

8

Page 9: tender doc aiims ot (1).docx

ANNEXURE-II

ALL INDIA INSTITUTE OF MEDICAL SCIENCES………………………..

No.

BOQ for Integrated Modular Operation Theatre SUPPLY & INSTALLATION OF PREFABRICATED, MODULAR OPERATING THEATRE ALONGWITH PREPARATION, SCRUB & DIRTY LINEN ROOMS

S. NO. ITEM DESCRIPTION QTY UNIT

1 PROVIDING STANDALONE SUB-STRUCTURE DOUBLE PANEL WALL SYSTEM - FLOOR TO SLAB HEIGHT IS 3.5 MTS APPROX. - COMPLETE WITH ALL MOUNTING ACCESSORIES AS PER ENCLOSED TECHNICAL SPECIFICATIONS.

A. PREPERATION ROOM/ ANTE ROOMB. OPERATING ROOMC. SCRUB ROOMD. DIRTYLINEN ROOM

AS PER THE

LAYOUT PLAN

PROVIDED

SQM

2. PROVIDING WALL PANEL SYSTEM, FLOOR TO FALSE CEILING HEIGHT IS 3.0 MTS APPROX. THE PANEL WITH NO HORIZONTAL JOINTS FROM CEILING TO FLOOR EXCEPT FOR WALL EQUIPMENTS I.E. DOORS, CONTROL PANEL ETC. COMPLETE, AS PER ENCLOSED TECHNICAL SPECIFICATIONS.

AS PER THE

LAYOUT PLAN

PROVIDEDSQM

3. PROVIDING SUB CEILING STRUCTURE AS PER ENCLOSED TECHNICAL SPECIFICATIONS.

AS PER THE

LAYOUT PLAN

PROVIDED

SQM

4. PROVIDING LAMINAR AIR FLOW CEILING SET, AS PER ENCLOSED TECHNICAL SPECIFICATIONS.

1 NOS.

5. PROVIDING PRESSURE RELIEF DAMPER OR EXHAUST AIR CABINET DEPENDING ON THE TECHNOLOGY OF THE OT SHOULD BE MANUFACTURED AND SUPPLIED BY THE SAME MANUFACTRURER AS OF THE WALL, CEILING AND LAMINAR AIR FLOW SYSTEM TO HAVE ABSOLUTE COMPATIBILITY AS PER ENCLOSED TENDER TECHNICAL SPECIFICATIONS.

VARIABLE NOS.

6A. PROVIDING AUTOMATIC SLIDING DOOR AS PER ENCLOSED TECHNICAL SPECIFICATIONS.

3 NOS.

6B. PROVIDING MANUAL HINGED DOOR FOR DIRTY UTILITY AND SCRUB STATION ENTRANCE FROM CHANGING ROOM CORRIDOR, AS PER ENCLOSED TECHNICAL SPECIFICATIONS.

2 NOS.

7. PROVIDING OT PERIPHERAL LIGHTS AS PER ENCLOSED TECHNICAL SPECIFICATIONS.

VARIABLE NOS.

8. PROVIDING OPERATION THEATRE CONTROL PANEL ALONG WITH SEPARATE ELECTRICAL DISTRIBUTION BOARD, AS PER ENCLOSED TECHNICAL SPECIFICATIONS.

1 SET

9. PROVIDING ANALOGUE & DIGITAL VIEWING SCREEN AS PER ENCLOSED TECHNICAL SPECIFICATIONS. 1 NOS.

10. PROVIDING FLOORING SYSTEM, AS PER ENCLOSED TECHNICAL SPECIFICATIONS.

AS PER THE

LAYOUT PLAN

PROVIDED

SQM

11. SCRUB STATION, AS PER SPECIFICATIONS PROVIDED1 NOS.

12. PROVIDING BUILT IN OT-STORAGE SYSTEM; AS PER THE ENCLOSED 2 NOS.

9

Page 10: tender doc aiims ot (1).docx

TECHNICAL SPECIFICATIONS.

13. OPERATING LIST BOARD, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS.1 NOS.

14A. OPERATING ROOM SURGICAL LIGHTING SYSTEM, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS. 1 NOS.

14B. INTEGRATED IN-LIGHT CAMERA SYSTEM, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS. 1 NOS.

14C. 26” HIGH DEFINITION PROGRESSIVE SCAN FLAT-PANEL MONITOR, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS. 1 NOS.

15A. ADJUSTABLE MOVABLE BOOM ARM SYSTEM FOR EQUIPMENTR AND 26” FLAT PANEL MONITOR, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS. 1 NOS.

15B. ADJUSTABLE MOVABLE BOOM ARM SYSTEM FOR ANESTHESIA EQUIPMENT, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS. 1 NOS.

16. OPERATING ROOM INTEGRATION SYSTEM FOR MEDICAL VIDEO, AUDIO & DATA, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS.With Control Systems Engineering, Video & Audio Engineering and Video Conferencing

1 NOS.

17. HIGH DEFINITION DIGITAL DOCUMENTATION SYSTEM WITH NETWORK INTEGRATION, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS. 1 NOS.

18. INTEGRATED DEVICE CONTROL SYSTEM, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS. 1 NOS.

19. MONITORING PTZ ROOM CAMERA SYSTEM, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS. 1 NOS.

20. HIGH DEFINITION 3- CHIP ENDOVISION SYSTEM, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS.a. Camera Systemb. Light Sourcec. Fiber Optic Light Cable

ONE EACH NOS.

21. ANESTHESIA MACHINE AND MONITORS, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS.

1 SET NOS.

22. OT TABLE, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS.1 NOS.

23. ELECTROCAUTERY MACHINE, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS. 1 NOS.

24. GAS PLASMA STERELIZER SYSTEM FOR OT, AS PER THE ENCLOSED TECHNICAL SPECIFICATIONS. 1 NOS.

THE BIDDER WILL HAVE TO INCLUDE ALL ITEMS AS PER SPECIFICATIONS IN HIS TECHNICAL BID; FAILURE TO QUOTE ANY ITEM WILL TECHNICALLY DISQUALIFY THAT BIDDER.

THE BIDDER WILL ALSO PROVIDE THE UNIT COST OF ALL EQUIPMENT/INSTRUMENT/ACCESSORIES/CONSUMABLES MENTIONED IN THE BAQ IN HIS FINANCIAL BID, FAILURE TO DO SO IT WILL BE CONSIDERED THAT THE BIDDER WILL PROVIDE IT FREE OF COST. HOWEVER THE FINANCIAL COMPARISION BETWEEN VARIOUS BIDDERS WILL BE DONE ON THE BASIS OF THE SINGLE PACKAGE THEY OFFER FOR THE SUPPLY & INSTALLATION OF THE MODULAR OT ON TURNKEY BASIS

10

Page 11: tender doc aiims ot (1).docx

INTEGRATED MODULAR OPERATION THEATRE

TECHNICAL SPECIFICATIONS FOR SUPPLY & INSTALLATION OF PREFABRICATED, MODULAR OPERATING THEATRE ALONGWITH PREPARATION, SCRUB & DIRTY LINEN ROOMS

Pre qualification criteria

Should submit a solvency certificate for Rs 300 lacs from banker. The Annual turnover should not be less than 5 crores Should have adequate experience in formation of modular OT

Bidder should provide complete modular theater on turnkey basis including Design, factory fabrication, installation, testing, commissioning and training of all items mentioned in the BOQ attached, as a single package.The wall system ,ceiling system, Laminar Air flow system, wall cabinet system, exhaust ducts, doors illumination lights, control panel, pass through cabinet, X-Ray viewing screen should be supplied by one manufacturer/vendor to have optimum compatibility of the system. Bidder should certify that entire installation will be done under direct supervision of the manufacturer/vendor.Bidders may visit the site before bidding with prior permission. The bidders will have to integrate the OT with existing gas pipeline and Air conditioning systems.User department can increase or decrease the final quantity. Hence, bidder should provide details of prices of all the components, equipment and their accessories on Unit Basis wherever required. If the bidder does not provide rate of any equipment/ instrument/ accessories/ consumables then that particular instrument will be considered free of cost.The Supplier/ fabricator of the Modular OT will have to give a written undertaking that it will be his responsibility to test and maintain all the equipment (as comprehensive warranty for 5 years) which is fitted in the OT facility (OT, Preparation room, Scrub room and Dirty Linen room) this will include airquality inside the OT and periodic maintenance of the Mini HEPA filters and other maintenance & checks of the Laminar flow system, scrub stations, Automatic door systems, OT Control Panel Systems, X-Ray Viewing Systems, Peripheral Lighting, Integrated light and camera system, Documentation and OT Integration systems, Integrated device control system, The adjustable boom Arm Systems, Anaesthesia machine with monitors, Endo-vision system with monitors, OT Table and Cautery machine etc. for 5 yrs from date of commissioning & bidder should quote the comprehensive maintenance contract for another 5 years after completion of warranty.

Technical Specifications 1. WALL & CEILING SYSTEM

a. Wall System

The wall system should be based on a technological modular unit designed to clad and to divide interior space in controlled bacteria environments in a flexible and functional manner.

The outer surface of a wall surface should be created with high –tech materials such as either Solid Mineral Composite Sheet or SS 304 grade material. GI / EGP material will not be acceptable.

System should offer total ease of cleaning and sanitization of the partitions should have no corners, adjacent surfaces should be molded flush by means of connecting elements. System should afford the maximum versatility at the planning stage and flexibility during erection, ensuring openness to future alternations and trouble –free maintenance. During the installation of first the structural parts and subsequently the finishing elements, the system should ensure perfect integration of technical networks and allow ample operational flexibility on the construction site.

The clean, dry installation method should enable optimum programming of the various work phases, allowing optimization of the installation of technical systems and any necessary alterations to be made – right up to checking and final testing of the installed systems – before the modules are sealed.

System should comprise of: i) Sub frame;ii) Wall panelsiii) Sealing gaskets.

11

Page 12: tender doc aiims ot (1).docx

System should assure the maximum independence from the surrounding environment because it should be composed of a sub frame made of section bars specifically manufactured for the loading structure and designed to create the necessary technical voids to house utility networks and pipe/cable drops.

i) Sub frame

Horizontal guides (upper and lower) sized to support the modules and prearranged for the future attachment of the curved connecting profile.

Upright made of galvanized steel pillars with broad cross section and dual cavity, with geometry designed to achieve exceptional rigidity.The upright should be shaped in order to accommodate a vertical gasket.The upright features a series of slots arranged at a constant centre distance to accept the sealing gaskets and allow the suspension of partition panels by means of a gravity interlocking system.

A mechanical device for connection between upright and horizontal profiles makes it possible to adjust and secure the profiles, ensuring the maximum rigidity and self-loading capacity of the system. This uprights level adjustment system makes it possible to compensate for floor level differences.

ii) Wall panels:

One side of the sub-frame should clad with composite panels the finishing of which should be either in Solid Mineral Composite Sheet or SS 304 grade material. Any Other GI / EGP material will not be acceptable

External facing should be bacteriostatic, dense and non-porous material The panel should be made of a durable and uniform material that should be easy to clean and extremely

hygienic. Internal balancing core with suitable geometry to ensure the maximum rigidity. The total thickness of panel should not be less than 18mm. Panels should be resistant to water and detergents normally used in hospital. Reaction to fire class 1 norm.

In order to create a smooth uninterrupted surface between adjacent panels, thereby preventing the risk of the accumulation of dust and bacteria in gaps, the panel should be produced in a single full height floor-to ceiling piece.

iii) Sealing gaskets:

Vertical and horizontal gaskets in non-toxic silicone rubber around all the contact perimeters between the various materials, and the hermetically sealed gaps between modules, should ensure optimum space segregation and ensure that sterile air pressure values are maintained in the protected environment, this be being a fundamental prerequisite for guaranteed sterility.

Wall modules should be joined with a hermetic seal. The various sealing solutions range from the rubber non-toxic silicon rubber gasket, shaped in such a way as to assure a seamlessly connected surface, to the monolithic silicon structural sealing, both materials should be immune to attack by micro organism. The wall modules should be individually dismountable independently from ceiling and floor system to allow inspectability, maintenance of technical systems, and any variations that may become necessary for future alteration, modification and repair.

Continuous electrical conductivity of the partition modules for the scope of earth bonding or in order to create a Faraday cage effect should be obtained by interconnecting sub-structural elements with jumper leads.

b. Hermetic Suspended Ceiling System

The hermetic suspended ceiling should be a loading structure in heavy gauge material forming the grid on which the ceiling panels (made of Solid Mineral Composite Sheet or SS 304 grade material and it should not be any other GI / EGP material) are mounted.

The modular grid, which can be 600 x 600 mm, 600 x 1200mm, or variable, allows the integration of sealed lighting fixtures, air anemostats and /or various service units. The variable module grid should make it possible to adapt the size of the ceiling module to match the equipment to be mounted. It should also allow the use of different module sizes within the same room.

12

Page 13: tender doc aiims ot (1).docx

The grid should be formed of loading profiles, suspended from the ceiling slab, to which the crossbar profiles are secured by means of rigid mechanical couplings. The thus formed grid should be rigid and remains perfectly stable during all the subsequent site operations.

The suspended ceiling should be hermetically sealed by means of silicon gasket application. The function of silicon sealing should be that of assuring an airtight environment in the room and eliminating crevices in which dust could accumulate. The gaskets to be made of non toxic silicon in compliance with regulations applicable to clean rooms (to US FDA standards), providing a durable and non-degradable seal that should be should be resistant to micro organism attack.

2. LAMINAR AIR FLOW CEILING SYSTEM WITH MINI PLEAT HEPA FILTERS

Unit for laminar flow diffuser should be made of thick aluminum sheet. The complete unit should have factory prepared fine sealing system along with proper test certificates. The laminar air flow should be supplied at site duly sealed in factory made packing. The laminar air flow unit should be made of extruded aluminum sections which should support the fire retardant housings in such a manner that the air is passed only through the mini pleat Hepa filters (not S type Hepa filter). A test certificate of this regard should be provided along with the unit. The Laminar flow system should have anodized aluminum perforated diffuser grill. The laminar flow system should have such design that it provides cleanliness of class 100. (< = 100 particles/ft3) and bacteriological class B (< = 20 cfu/m3).

The absolute filters installed in the system should be suitable for applications for Laminar flow and clean rooms, these absolute filters should be mini pleat HEPA filters having extruded anodized aluminum, 69 mm deep frame, and filter should provide following specifications:

1 Protective grids White epoxy painted micro drawn grid2 Separators Continuous thermo plastic chord3 Sealant Polyurethane4 Gasket One piece polyurethane5 EN 1822 class H146 MPPS average efficiency >- 99.995%7 3 micron DOP efficiency >- 99.999%

8 Final pressure drop 600 Pa (maximum)

9 Maximum operating temperature 60 degree centigrade10 Maximum RH 90 percent11 Efficiency Tests Filters individually tested and certified

Perfect tightness should be guaranteed by a liquid seal between filters and holding structure enabling no by pass of Mini Pleat filters. Laminar air flow system should comply with DIN 1946. A written confirmation from the original product catalogue is required. Laminar air flow system and mini Pleat HEPA Filters should meet relevant European/ US standards and in order to have perfect sealing both laminar air flow and filters from one source company. Complete air management system should be duly CE Marked and should be supplied with complete test certificates. Testing & maintenance of air quality with periodic replacements of Mini Pleat HEPA filters should be done at least once in 6 months or earlier if required.

3. DOOR AND FRAMES a) Automatic Sliding Door System

To maintain sterility and the correct air pressure in the room, all doors into and out should be of the sliding. The door should meet following specifications confirming to relevant European/ US standards:- Meets international quality and safety requirements.- Doors should be wired to the current IEE regulations - Motor should be DC 24V 70W brushless DC motor - Noise level of movement should not be more than 60 decibel - Controller should be microprocessor based and be CE marked and should have digital display.- Power efficiency should be 0.95 (in AC 100 V full load).- The track should be made up of single piece extruded aluminum- Environment temperature should be –20 ºC to +55º C.- Starting times should be able to regulate from 0.5 second to 25second & - Starting speed should be 600 mm per second.

13

Page 14: tender doc aiims ot (1).docx

- Electrical safety codes for High & Low voltage system design should meet HTM 2020 /2021 standards.

The doorframe should be made of high quality material and the door panel should be made of the same prefabricated material as used for wall panels and should be able to withstand high abrasion. The doorframe, track and the wheel should be designed in such a way that during last 50 mm at travel on the closing cycle the door should make a tight sealing with the frame. The track of the door should be designed in such a way that they do not obstruct trolley movement through the door.

Vision panels, not less than 1 square feet in size should be provided in the doors. It should be hermetically sealed with the door leaf.

The door controller should be sensing overload condition and in case of overload the door should automatically stop & reverse the direction of travel. The controller should be capable of either being operated by elbow switches, knee switches, foot switches and radar switches (touch-less sensor). All doors should be able to be operated easily manually in the event of failure of the power supply or the automation unit.

b) Hinged Door SystemProviding manual hinged door for dirty utility and entrance to the Scrub room from the Change room Corridor. The frame & panel of the door be made of SS 304, each 2100 mm x 1100 mm (height x width of door frame) frame, viewing window viewing window 400mmx 600mm with internal motorized venetion blinds, complete set. The hinged door system should also be motorized and automatic. The controller of the door should be capable of either being operated by elbow switches, knee switches, foot switches

4. PRESSURE RELIEF DAMPERS OR EXHAUST AIR CABINETS (ASPER TECHNICAL DEMAND OF OT SYSTEM)

If the technology of the OT demands the installation of either Pressure relief dampers or Exhaust Air Cabinets should be done. It should be manufactured and supplied by the same manufacturer of the Wall, Ceiling and Laminar Air flow system so as to maintain absolute compatibility of the system.

5. PERIPHERAL LIGHTS

The peripheral Lights should be of clean room application with certified international standards. Dimmable ballasts of reputed companies to be used and diffuser should be constructed with opaque acrylic diffuser material in aluminum frames/ SS frames. It should have flicker less design with color. Corrected fluorescent tubes and illumination level should be designed to secure these with main civil structure of operation theatre. Finally, lighting units should be properly sealed with the ceiling by means of fillers and beadings so that all lighting units are airtight with ceiling panels.

6. OPERATION THEATRE CONTROL PANEL

The OT Control Panel should meet Electrical Safety codes for High & Low voltage system, wired to the current IEE regulations.

The OT Control Panel should be designed to cope with changing technology and equipment in operating environments. Control panel should be user friendly and ease of operating and maintaining purpose.

The panel should be touch screen type; configured to incorporate all the services that Operation room staff required.

The panel should contain 6 services Tiles as below:-i. Time Day Clock

ii. Time Elapse Day Clockiii. General Lighting Systemiv. Medical Gas Alarm Panelv. Hand Free Telephone set with memory card

vi. Temperature & Humidity Indicator with controller

Time Day Clock should be digital type and clocks having high brightness characters. Time Elapsed Day Clock should be digital type and clocks having high brightness characters.

14

Page 15: tender doc aiims ot (1).docx

15

Page 16: tender doc aiims ot (1).docx

Temperature Indicator should indicate the room temperature which should be connected to the local pressure switches of Air-Conditioning system. Indicator should be digital type having high brightness characters, not less than 30mm in height. General Lighting System should incorporate all the necessary controls of the lighting system inside the theatre.

The medical gas alarm should indicate High, Normal and Low gas pressure for each gas service present in the operating room and should have an audible buzzer with mute facility. Pressure sensors should be connected to manifold gas pipe line system for monitoring the pressures. A Hand Free Set Telephone system should be incorporated in the panel with memory type card. The Control Panel should be designed for front – access only and flushed with the wall. All internal wires should be marked with plastic ferrule type cable markers, for ease of identification. The control panel should be able to be integrated with the commonly used OT software in future.

Distribution Board

All high voltage equipment should be installed in a separate enclosure. The remote cabinet should house the operating lamp transformers, mains failure relays, electrical distribution equipment and circuit protection equipment for all circuits within the operating theatre.All internal wiring should terminate in connectors with screw and clamp spring connections of the Clip-on type mounted, on a rail and labelled with indelible proprietary labels. Individual fuses or miniature circuit breakers should protect all internal circuits..

7. X-RAY VIEWING SCREENS

The X-Ray viewing systems should have one (1) conventional/ analogue viewing Unit and One (1) Digital viewing Unit

a. Conventional/ analogue viewing UnitThe system should electrical safety codes for high & low voltage system. The theatre is to be equipped with a 2-plate X-Ray viewing screen. It should be designed to provide flicker free luminance for the film viewing purpose. It should be installed flushed with the theatre wall for hygienic and ease of cleaning purpose. The X-Ray viewing screen should be designed for the purpose of front access. The X-Ray viewing screen should be illuminated by 4 pieces of high frequency fluorescent lamps and the dimming is controlled by the usage of dimming ballast with the PCB that is mounted inside the box. Size of the unit should be not less than 800 x 400 mm.

b. Digital viewing UnitThe Digital viewing Unit (TFT) should be supplied and installed along with the Integrated CPU System

The TFT monitor of the system should be of minimum 26’ size with swivelling keyboard facility so that it can be integrated in to the hospital PACS, and HIS.

The Integrated CPU should be of the following minimum configuration:

Intel Core 2 duo Processor with 4MB L2- Cache, 2.66 GHz and 1333MHz FSB, Q35 Chip set; 4GB DDR2 Memory (Extention Possible) and flexible hard disk capacity minimum 250 GB; 2USB Access in the front side.

8. OPERATION THEATRE FLOORING (ANTISTATIC CONDUCTIVE TILES)

A floor should be provided, flat to within a tolerance of +/- 3mm over any 3-metre area. Onto this sub floor, a self-leveling compound should be laid prior to lying of the floor finish.

Copper grounding strips (not less than 0.05mm thick, 50mm width) should be laid flat on the floor in the conductive adhesive and connect to copper wire of grounding. The floor finish in the operating room should be 2mm Conductive PVC tiles, laid on a semi conductive adhesive base. The floor finish should terminate at the room perimeter passing over a concealed cove former and continuing up the wall for 100mm. All joints should be welded with electrodes of the same compatible material to provide a continuous sealed surface, confirming the European/US standards.

16

Page 17: tender doc aiims ot (1).docx

9. SCRUB STATION

Compact Surgical Scrub sink should be designed for use in Operation theatre complex providing surgeons with a convenient sink for pre op scrub up. Each fixture should be fabricated from heavy gauge type 304stainless steel & the top surface (counter) should be made of one piece molded mineral composite. The scrub sink should be provided with a front access panel, which should be easily removed for access to the water control valve, waste connections, stoppers & strainers. Hands free Operation should include infrared sensor with built in range of adjustment.

Thermostatic Mixing Valve control should be located behind the access panel & maintain constant water temperature. User defined settings of 1,3,5,10 min are available. This timing should be adjustable to meet individual application requirement, provided with infrared sensor thermostatic controlled taps with fail-safe temperature controls. All units should have reduced anti splash fronts. The scrub sink should be operated by infra red, knee and foot switches. The station should also have inbuilt soap dispensers.

10. BUILT IN STORAGE UNIT

The storage unit should be ergonomically designed made with SS 304 grade .The doors of the storage cabinet should house vacuum insulated glass, these doors should be installed on the storage units with the help of imported fittings allowing an opening allowance of 160degree. The storage unit should be divided in 2 equal parts and each part should have individual doors with locking system .Each part should be provided with steel racks which should be completely detachable type. The dimensions of each storage unit should not be less than height 2100mm x width 1200mm x depth 350mm.

The storage units should be designed in a way that they are flush with the OT wall panels and the units should be air tight, not allowing any leakage between units and the wall panels.

11. OPERATING LIST BOARD

One operating list board should be provided in each operating theatre .It should be made of ceramic having Magnetic properties and should be flushed to the wall of the operating room.

12. OT LIGHT WITH CAMERA WITH MONITOR

Description: Dual Dome LED Surgical Lighting System with one dedicated Spring-Arm Suspension for Progressive Scan HD Flat Panel with an Integrated In-Light Camera System.

A. OT Light

Operating Room Surgical Lighting System should provide an ideal combination of brightness, maneuverability, and shadow resolution without sacrificing color accuracy through a consistent LED technology with a unique faceted reflector design technology.

Such Lighting System should have the following technical specifications:

Number of Light heads : : Two per suspensionNumber of LEDs : minimum 90 LEDsColor Temperature : 4000 - 5000 K Field Size Diameter Depth : 6 inch – 12 inch Depth of Field : 30 - 35 inchIllumination Level : minimum 160,000 LuxControls : Wall Control, Touch –

Panel, Voice CapableRotation : 360 degreesVertical Adjustment Range : + 20 inch - 25 inch Sterilizable Handle : YesLighthead Diameter : 22 – 30 inchMounting Type : CeilingSupply Voltage : 100-230VAC 50/60HzBulb Type : LEDDimming Range : 30% - 100%Operating/Storage Humidity : 10-95%Life of Light Source : >30,000 Hrs

17

Page 18: tender doc aiims ot (1).docx

B. Camera SystemDescription : Integrated In-Light Camera System should be integrated at the centre of one of the domes of this lighting system in order to capture images & video sequences of the open cases.Such a camera should have the following specifications:

Signal to Noise Ratio (S/N Ratio) : <50 dB.Minimum Illumination : <3 lx Optical Zoom : 25 - 30x. Digital Zoom : 12-15XPower Supply : Through Light / max. 12W.Relative Humidity : <90%.Video Output : S-Video & Composite VideoWhite Balance & Gain . Automatic/Manual

Such Surgical Light System Should be compliant with relevant European/US standards

Such Light and Integrated Camera should have a control through Touch Panel of the control equipment placed inside the operating room at documentation station / nurse works station.

C. Flat Panel Monitor

Should be 26” High Definition Progressive Scan Flat-panel Monitors with ceiling mounted spring arm suspension to support high-definition/HDTV progressive Scan images and should be able to support and display DVI/HDTV, RGBHV, S-Video, Composite video signals.

The flat Panel suspension should be ready with the cables for integration of High Definition Digital (DVI/HDTV), RGBHV( High Resolution), SVHS(S-Video), Composite video signals to travel from the various sources of video like endoscopic camera, room camera, in light camera, high definition flat panel monitors, while assuring native resolution / signal.

Such Monitor should at least meet the following technical criteria:

Resolution : 1600 dots x 1200 dots, Progressive Scan Display Colors : 16 Million ColorsInputs : DVI, RGBHV, S-Video, Composite VideoSynchronization : 2.5 – 5.0 Vpp separated syncResponse time : < 25msTravel : 330o - 340o

Forward Tilt : 30o - 40o

Backward Tilt : 45o- 50o

Cable Kit for Integration : DVI, Fiber Optic, RGBHV, S-Video, Composite

13. ADJUSTABLE MOVABLE BOOM ARM SYSTEMS

The Ceiling boom arm systems designed to provide convenient positioning of medical equipment, medical gas terminal units, electrical and speciality services. The Ceiling Pendants should comply with international standard. The support arms should be extremely robust and revolve on high quality bearings, so that the pendant head glides smoothly and quickly to any desired position. Should be CE marked.

a. Equipment Boom System with boom suspension for Progressive Scan Flat Panel

Description : The Equipment Boom should be custom designed to meet all of the specific needs of the operating room such as concealed cables and tubes, unlimited equipment combinations. The arms should be easy to move, and each should come with pneumatic brakes as a standard option to support a locked position.

The Equipment Pendant with a service head column adjustable height and should be with Double-arm with Horizontal Motion & Vertical Height Articulating motion. There should not be any sharp edges. Should have a motorized articulating vertical drop. Vertical articulation should be through a Heavy-Duty Electric motor.Should have at least 3 shelves of minimum 750 mm size for various medical devices having a load bearing capacity (Articulating) of minimum 150 Kg.

Top-arm Rotation & Lower-arm Rotation should be at least 330o & Service-head rotation should be at least 340o

Should have a provision of mounting a spring-arm monitor in tandem with the equipment boom arm.

18

Page 19: tender doc aiims ot (1).docx

Service Points/Outlets :

b. Should have a minimum of 8 no.’s of standard Medical Gas Service outlets & at least 10 no. of standard duplex conditioned Electrical Service outlets (same as in Anesthesia Boom System).

The Column should have at least 8 no. of Data (Audio/Video/Control) Ports for connections to various other medical devices desired to be integrated in future.

Boom Suspension for 26” HD Progressive Scan Flat Panel Monitor

Description : Should be 26” High Definition Progressive Scan Flat-panel Monitors with ceiling mounted spring arm suspension in tandem-mount to support high-definition/HDTV progressive Scan images and should be able to support and display DVI/HDTV, RGBHV, S-Video, Composite video signals.

The flat Panel suspension should be ready with the cables for integration of High Definition Digital (DVI/HDTV), RGBHV( High Resolution), SVHS(S-Video), Composite video signals to travel from the various sources of video like endoscopic camera, room camera, in light camera, high definition flat panel monitors, while assuring native resolution / signal.

Such 26” Flat-panel High Definition Progressive Scan Monitor with spring-arm suspension should meet all criteria mentioned above.

c. Anesthesia Boom System

The boom system should be available as follows: 1000 mm moveable arms each with 340 deg. Horizontal movement. Arm should have anaesthesia machine lifting arrangement. The head of the pendant should move the

machine up & down. The weight carrying capacity of the arm should not be less than 150-200 KG. Each arm should be capable of 340 degrees of rotation, which can be easily adjusted to suit the desired mode

of operation. Pendant should be CE/US FDA marked. The arms may be fitted with pneumatic brakes to prevent inadvertent movement. The Pendant Service Head should be supplied with provision for medical gas terminal units and 5/15 Amps.

Sockets. Each pendant should have:Provision for Oxygen Outlets– 2Provision for Nitrous Oxide Outlet - 1Provision for C. Air Outlets – 1Provision for Vacuum Outlets– 2Provision for Nitrogen outlet- 1Provision for Miscellaneous Outlet– 1

o Electrical Sockets – 10 nos. o Shelf with two rails one on each side – 2 no.o Monitor input & Output – 1no.o Infusion pump pole – 1 o IV management - 1

14. OPERATING ROOM INTEGRATION SYSTEM FOR MEDICAL VIDEO, AUDIO & DATA.

Description : The system should act as central connection point for all audio/video/data communication within the operating room wherein it manages multiple video types & information exchange while offering device control from the same touch-panel and should enable display of any image from any source to any destination in the operating room or outside the operating room. Such central control system should be FDA approved & bears a specific international recommendation to be operated inside an operating room with a temperature variance ranging from 5 – 40 o C & up to a Relative humidity of 85% while complying at the same time with the international medical standards.

Control Systems Engineering :

Should have 1 (one) 19” touch screens, at Documentation Station /Nurse’s Work Station. Should provide one touch video conferencing and Medical Device Control from the touch screen.

Should allow multiple PC viewing for the use of at least two PC applications (e.g PACS, HIS) on the touch screen/Monitors in the sterile field.

19

Page 20: tender doc aiims ot (1).docx

Should have ability to control flat panel monitors, 3-chip High Definition Endoscopic Camera, Room Cameras and other devices connected to the network in the OT from touch-screen in nursing control panel, touch-screen for surgeon in sterile field.

Should be able to integrate PTZ room cameras, OT light Integrated Camera, C- Arm, Ultrasound, Microscope and all other medical video sources in the operating room with their highest native output.

This Central Control system should provide at least 12 universal RS-232 control ports to control High Definition Flat Panel Monitors, Room Cameras etc. & for future device integrations.

Should have a dual audio channel voice device activation technology in order to provide simultaneous voice control of the devices connected in the network inside an operating room.

Video & Audio Engineering :

System should be capable of routing following signal types, while assuring native signal:1. High Definition Video Signal- DVI-D – min 6 inputs & 6 outputs2. High Resolution Video Signal- min 8 inputs & 8 outputs3. SVHS (S-video) Video Signal - min 8 inputs & 8 outputs4. Composite video- min 2 inputs & 2 outputs

The system should have at least 2 auxiliary ports to provide easy access to the additional equipment.

Should be able to provide Picture – in – Picture on any monitor within the OT connected to the central system.

Should have high resolution input/ output to allow for integration with all PCs (PACS, Haemodynamic Images, Image Guided Surgery, Navigation, Laptop, etc).

All the High Definition routing inside an operating room from an image acquisition source to image display device should be through a fibre optic network to ensure minimum data loss while maintaining the integrity of the native High Definition signals.

Should have at least 8 x 8 audio mixer systems with two room speakers.

Video Conferencing :

Should be able to integrate with a codec for ISDN/IP videoconferencing from the sterile field with a minimum connectivity of 2Mbps per network.

Should be capable of remote diagnostic & live-online support for signal routing & trouble shooting through remote login.

Such Central Control System should have a technology which can be easily upgraded in future & compatible with most of the existing medical devices.

15. FULL HIGH DEFINITION DIGITAL DOCUMENTATION SYSTEM

Description : The Full High-Definition Digital Documentation System should be a high-end computer system based on Windows embedded platform (for security purposes) designed specifically for recording, managing, and archiving surgical images and video in native full HD resolution. The captured full high-definition images & videos can be accessed from the hard drive for printing or saving onto multiple forms of external media which includes CD/DVD, USB Flash Drive & Hospital network.

The system should be integrated with the Central Control System in such a way that the central control system is capable to route any running high-definition surgical videos, which is being recorded in it, onto any display device in an operating room.

It should have atleast 250GB internal Hard Disk Drive (HDD) for in-system archiving. Also, it should have a feature of real time in-procedure DVD burning besides at-the-end procedure DVD burning.

It should have a customized report generation & production (printing) feature also.

Should be real time, MPEG - 2HD, 2, or 4 compression engine with full IBP encoding

20

Page 21: tender doc aiims ot (1).docx

Should have video inputs minimum 2 nos. S-Video, 2 nos. Composite, 1 XGA and 2 full High-Definition.

Should have a dual channel capturing & recording capability as well as built-in PIP (picture-in-picture) functionality.

Should have video outputs S-Video, Composite, DVI & XGA

Should be capable to capture: Analog (640 x 480 image of room camera, inlight camera, C arm, Ultrasound etc.), Hi-Res (1024 X 768 image of 3 chip camera, PACS PC), and High Definition Progressive Scan (1280 X 1024 or higher intensity image from High Definition Three chip Endoscopic Camera)

Should have Stereo audio Input

Should support file formats for :

Images: Bitmap (BMP), JPEG, JPEG2K, Tagged Image File Format(TIFF), Truevision Targa (TGA), and Portable Network Graphics (PNG)Videos: MPEG-2HD, MPEG-2, and MPEG-4

Should have CD-R, DVD-R, DVD+R, DVD+RW Disc Recording Formats

Should have the following Control option : a) Wireless Infrared Remote Control,b) Camera Head Triggering Remote Control, c) Touch Control through 19” Touch Panel at Documentation Station,d) On-console LCD Touch Screen Control.

Network Integration :

System should be integrated to the Hospital PACS & FTP networks whereby it should save & retrieve the patient/case information from hospital networks/servers.

It should auto-populate the system with patient information from hospital system.

Remote diagnostic & online live-support for trouble-shooting through remote login should be possible

16. INTEGRATED DEVICE CONTROL SYSTEM

Description : Such an integrated device control system should provide centralized control over the devices in the operating room viz. endoscopic camera, light source, digital documentation, pump, in-light camera, surgical lights.

Should provide the following control options :

Device Control integrated into the 19” touch-panel at the centralized documentation station. It should user friendly and should display the commands for related equipments in simple English.

Device Control through hands-free voice activation system (preferably dual channel) so as to allow for voice control by up to two surgeons simultaneously wherein each surgeon should have access to a wireless microphone to allow voice control of the unit. Such voice control must be possible without a surgeon specific voice card. No voice cards are to be required for the system to function and recognize voices.

System should have an in-built telephone with speed dial feature.

Should be upgradeable on site via a CD or USB dongle.

Should use a wireless microphone headset.

Finally, such a system should have an Ethernet port for network connection to allow upgrades and system management.

21

Page 22: tender doc aiims ot (1).docx

17. MONITORING PTZ ROOM CAMERA SYSTEM

Description : A room camera should be a compact all-in-one network monitoring solution with its Pan/Tilt/Zoom (PTZ) capabilities & server functions combined into one body. It should have the capability to distribute live videos from any location where it is installed & can be controlled remotely over the network & ensures high color-fidelity & fast auto-focusing.

Room camera should have at least 2 no.’s each of Composite & SVHS Video output signals and should be having a universal control RS-232 interface port.It should have at least 26X optical power zoom & 12X digital zoom.

It should have a Pan coverage of at least 340o & a total Tilt coverage of at least 100o (which includes Up coverage of at least 10o & Down coverage of at least 90o).

18. HIGH DEFINITION 3- CHIP ENDOVISION SYSTEM

It should be a complete digital system from image sensor to LCD monitor.It should have digital image processing including dynamic aperture and automatic shutter regulationIt should have DVI and full HD- RGB output for optimized picture on LCD monitors

It should have DV for digital recording devices

It should have minimum 5 profiles adapted for special indications.

It should have minimum 5 user oriented profiles.

It should have digital electronic 2 x zoom

It should have manual color adjustment

It should have freeze function

It should have flexible system by interfaces in the rear of control unit

It should have OSD (on-screen-display):

It should have bf isolation of applied part on control unit

It should have automatic request for white balancing after each start-up sequence

It should have 3CCD HD camera head to be connected to HD controller

It should have digitalisation inside the camera head for excellent image processing

It should have two freely programmable camera head buttons for remote functions

It should have sensitivity 3 LUX

It should have cable length minimum 3 meter

It should be immersible and gas sterilisable

a. Technical Specifications of Camera System

Imaging System : Progressive Scan CCDsFull High Definition

Video Outputs (Digital/Analog) : Two Digital Video Interface

(DVI)/RGBHV1280 × 1024 (HD), 720p, 1080p (HDTV) format

Y/C : One S-VHSDigital Fiber : full HD, HDTV (R, G, B, Clk)Digital : One Display port 1280 × 1024

(full HD), 720p, 1080p (HDTV) formatMounting : Endoscope eyepiece used with universal couplerAuto Shutter Range : Approx. 1/60– 1/50,000 secondOperating Conditions Temp. : 5 – 40°CRelative Humidity : 30 – 95%

22

Page 23: tender doc aiims ot (1).docx

Transport and Storage ConditionsTemperature : -10 – 60°CRelative Humidity : 10 – 75%Atmospheric Pressure : 700 – 1060 hPaInput Electrical Ratings : 100 – 240VAC CableCamera Head to Console : minimum 10 feet sealed cableSystem should confirm the relevant European/ US standards.

b. Technical Specifications of Light Source:

Electrical Primary: 100 - 240 VAC, 50/60 Hz, 400 WFuses (2): 5.0A 250V

Fiberoptic Cable Range 4 mm to 7 mm diameterWorking Life minimum 500 hoursOperating Conditions 10 to 40°C

30 to 75% Relative HumidityTransportation & Storage 5 to 40°C

30% to 95% Relative HumidityShould confirm European/US standards.

c. Technical Specifications of Fiber Optic Light Cable:

Dimensions 4 - 7 mm diameter X 8- 10 feet length Fiber Optic Light Cable

19. TECHNICAL SPECIFICATIONS FOR ANESTHESIA MACHINE AND MONITORS

The Anaesthesia work station system (PENDANT/ BOOM ARM MOUNTABLE MODEL), duly CE marked, should Integrated with ventilator, vaporizer and Monitor. The work station should be CE marked as per Medical Device directive and with FDA.

Anaesthesia machine with vaporizers:1. Rigid construction and design with standard frame.2. Integrated suction (venture operated), auxiliary Oxygen flowmeter for mask O2 delivery without going through

the main rotameter, integrated active AGS system and integrated LED light should be supplied.3. Gas specific (pin indexed) Yokes-Two for oxygen, and one for nitrous oxide to accommodate 5-liter water

capacity cylinders.4. Provision to connect oxygen, air & nitrous oxide directly to system with pipeline supply for each gas.5. Gas mixer/ Flow meter assembly with 5 tube, with possibility of enabling or disability air or N2O and activating

as per requirement.6. Automatic Cutoff of Nitrous by Oxygen Pressure failure along with hypoxic guard for linear regulation of

minimum O2 concentration at 25% volume and a base flow of 200ml.7. Oxygen flush, which is able to deliver at least 30-70 liters per minute of oxygen.8. Single canister integrated circle absorber with unidirectional and airway pressure relief valves, integrated

sensing mechanism. It should have facility for changing the soda-lime intra-operatively with soda-lime capacity of about 900 gms.

9. Fully integrated Circle absorber system for adult as well as pediatric patient category. It should have an autoclavable block.

10. It should have a spirometery sensor position able at Y or at the distal end, for measurement of I/E Tidal vol, min volume, loops and scalars etc..

11. Integrated LED light.12. It should have an integrated colour TFT screen of at least 8”size for display of ventilation parameters etc.13. Vaporizer:-provision to connect two vaporizers at a time with interlocking facility. One Isoflurane,

Halothane, Sevoflurane each vaporizers should be supplied with the machine. Vaporizers flow should be temperature, and pressure compensated and maintenance free for a in of 07 years.

14. Active Scavenging System: Should have integrated active scavenging system.

23

Page 24: tender doc aiims ot (1).docx

Integrated anaesthesia ventilator:-

1. Microprocessor based, Electronically controlled and electrically/ pneumatically driven should not require change of bellows for adult and infants.

2. It should have following features.a) Modes-VCV, PCV, PSV, Manual, Spontaneous modes so that reversal complications can be handled in

the OR itself.b) Tidal volume range 20 ml to 1500 ml.c) Facility for Sighd) Integrated PEEP variable electronically up to a minimum of 20 mbar.e) Adjustable breath rate 5-80 bpm.f) Inspiratory pauseg) Should automatically display and compensate for compliance of breathing circuit.

3. Alarms should have audiovisual display of alarm messages for:- Airway pressure, minute volume, inspiratory O2 concentration, audio power supply fail alarm, fails to cycle warming, airway pressure alarms for high and low pressures.

4. In built battery backup facility for up to a min. of one hour.5. Self-diagnostic facility to check the overall system including ventilator for leakage.

Integrated Monitor :-

1. Should have the facility of monitoring ECG, RR, SpO2, NIBP, Temp, Dual IBP and Microstream Capnography for Adult, Paediatric & Neonatal applications.

2. Should have integrated colour TFT display of at least 12” or more.3. Should have facility of viewing at least 8 waveforms simultaneously.4. Should have detection facility for advanced arrhythmias and ST segment analysis.5. Must use Nellcor/ Masimo branded pulse oximetry module with facility for display of Plethysmograph, Pulse

strength & SpO2 values.6. Should have IBP waveform overlapping facility.7. Should have Graphical & Tabular trend facility for at least 72 hrs.8. Should have facility of downloading data on a USB port and SD card.9. Should have alarm limits with alarm levels and alarm indication (visual as well as audio)10. Simultaneous 3 lead ECG measurement and simultaneous monitoring of temperature.11. Should have built in Capnography facility to measure End tidal and Fractional Inspired values of CO2 along with

calculation of respiration rate.12. Unit should be supplied with following accessories:

1. 5 lead ECG cable2. 3 lead ECG cables X23. NIBP CUFF- Adult X24. Temp probe Rectal & Skin5. SpO2 PROBE- Two no. for adult use and one Paediatric6. Accessory kit for Capnography

13. Monitor should have built in Electro Surgical Unit & Defibrillator protection.14. Monitor should have an facility for Anaesthesia Gas Monitoring (AGM) with auto gas identification along with

display of MAC value, Dual IBP & optional facility for Cardiac Output (CO) with Thermodilution method (To quote separately for optional items).

15. Should submit relevant evidence of compliance to IEC 60601 series Safety standards and US FDA approval.16. Please separately quote cost of Reusable IBP Transducer with cables, Disposable IBP Transducer with cables,

and upgrade kit for & Co. Also separately provide cost of consumables not covered under guarantee period.

24

Page 25: tender doc aiims ot (1).docx

20. TECHNICAL SPECIFICATIONS FOR OT TABLEThe OT Table should be manufactured by reputed international firms only, and should carry, CE Marking, FDA (USA) certification and ISO Certification.

Base cover, Column casing, Table top frame, traction bars and Accessories should be made up of Chrome Nickle Steel.

Table Top should be sectioned and Radiolucent The shoulder back plate should be power operated. The shoulder back plate should be divided into three Sections to allow surgical and C-

ARM access to either shoulder without having to reposition the patient. The Seat plate buttock support should be detachable. Should have Perineal rest Detachable divided leg plates Traction bars should be attached/ jointed to the table top so that C-ARM access is not

obstructed for both A/P and lateral images. It should have swivel mounted counter action post for fast and easy to setup the patient for interlocking nailing with traction exerted at down ward angel.

It should have back plate with motor driven interface so that the spinal accessories can be attached to this interface ot perform procedure on the neck and spine.

It should have C-ARM access for lower and upper body procedure. To do the interlocking of femur bone in lateral position, it should have stirrup clamp and

universal leg support for skeletal traction. It should have perineal support for counter action and leg plate for the support for the

treatment of femur in lateral position. It should have facility for the pivoting the counteraction post so that traction is exerted at

down ward angle. It should have guiding bar to correct the direction of traction for the proximal fractures.

Guide rails beneath the seat plate for X-ray cassette insertion Detachable pads made of foam core, approximately 50mm thick, Radio Translucent Electric

conductive. The table should have T-Base and roll on castors with brakes for longitudinal and lateral

movement.

Battery Powered/ Mains Operation

Hand control and Remote control for various Table functions Battery capacity for approx. 2 weeks for 50-80 procedures with indicator for battery levels. Can be operated directly on Mains also.

Electro-Hydraulic Adjustments

One Button automatic neutral position Height adjustments - 80cm-120cm Table should allow longitudinal play in the table

For O-arm applications - 50- 100 cm Lateral tilt Left/Right - 10-20 Degree Trendelenburg - 20-30 Degree Reverse Trendelenburg - 20-30 Degree Back Plate up - 50-70 Degree

Standards Accessories

Orthopaedic Traction, Arm board, Anaesthesia Screen, Infusion stand, Body Strap, Mobile Accessory stand: manufactured by the same manufacturer should be provided for

ergonomic storage of all accessories of the OT Table.

25

Page 26: tender doc aiims ot (1).docx

Special Accessories

Arm Posturing Device- 1No.It should consist of: Side rail with fastening clamp, which can be horizontally swiveled,arm board can be rotated via clamp fixture, longitudinally and height- adjustable Arm rest 425-475mm long, adjustable and lockable with stabilized ball-and socket joint and two fastening straps.

Radial Settings Clap-06 NosSimultaneous fastening of the clamp to the side rail, radial setting and locking of the accessory using a single screw with Radial adjustment through 3600

Mayo Instrument Table- (04 Nos)450x260 mm for fastening on the side rail using clamp Height-adjustable by 250mm additionally adjustable through self- locking ball-and-socket joint, so that the horizontal position is always maintained Max. Load 6-6.5 kg.

Body Strap- (04 Nos.)With Velcro strap for fastening on the side rails, clips with locking device with removable washable strap, continuously adjustable in length, also suitable for obese patients Wide: 120mm, length: 1500mm.

Back-buttocks support- (02 Nos).Back and buttock Support with fixture and pad removable and rotatable when mounted, with automatic locking in the horizontal and vertical pad positions.

Pubis-Sacrum-Sternum Support-4 Nos.Pubis-Sacrum-Sternum Support with fixture, articulated arm and removable pad 85x85mm

Lateral Support- (02- Nos.)For fastening on the side rails with clamp, removable, curved pad 215x100mm.

Horseshoe-Shaped Head rest featuring one-hand operation- (02 Nos.)Head cup with detachable pad and fastening at the central square mount, at the back plate for Spine Surgery.

For spine surgery:Skull Clamp-(01 Nos).For three-point fixing the patient’s head during neurosurgery, made of light metal and chrome nickel steel elements, with 6 reusable pins for adults and 6 reusable pine for children. Skull Clamp Adaptor with Fixing unit and connection fixtures- (01 Nos)For fixing neurosurgical MAYFIELD accessories on the operating table; light metal version. The adaptor to be used as a connection between skull clamp and fixing unit to enable rotation of the skull clamp should be light in weight. Horseshoe-Shaped Head Rest, Two-Piece- (01 Nos)Should have Adjustable-width head cup with detachable pad and fastening strap for ideal pressure distribution when in the supine or prone position.

Head Support for should Operations- 01 NosIt should be U-Shaped helmet style with soft detachable pads and fixation straps and Velcro fasteners for safe positioning and lateral fixation of the head. This has to be mounted with the head plate adapter at the should plate. The U shaped is such which can be adapted to varying head sizes from adolescents to adults.

26

Page 27: tender doc aiims ot (1).docx

Goepel Knee Crutch- 02 Nos.Knee crutch adjustable through stabilizes ball and-socket joint, with foam pad and fastening straps fastening with clamps.

Carbon Fibre Traction Bar- 02 Nos

Seat plate Extension- 02 NosCarbon-fibre design for low artifact fluoroscopy through a full 3600 during hip operations. The countertraction post should be able to move laterally.

Positioning Device for Inter-ventions at the Spinal Column- 02 NosThe position of the patient can be adjusted when in the genucubital position. The entire positioning device should be brought into the horizontal plane with the motor-driven joint at the operating table. The height of the calf support can be adjusted manually.

Sitting Bracket with Lateral Supports- 02 NosWhich could be used as buttocks support with positioning devices. Mounted through setting clamps with adjustable lateral supports for securing the patient’s thighs.

Traction boots- 02 Nos.1 Pair, for adults, padded leather

Traction Boots- 02 Nos1 pair, smaller version for children, padded leather

Gel Head Ring for adolescents-02 NosGel Head Ring for Adults- 02 nos

Gel Dome Positioner-04 nos510x150x100mm

Cushion- 04 NosSemi-circular foam pad, 180x115x465mm

Pad-01 Nos.For intervertebral disk operation; ten-piece design for individual adjustment to the patient’s build and height, radiotranslucent and electrically conductive; affixed to a plastic plates; outside dimensions (all segments in place) max. 640x420mm (25.20x16.53 inches), 120mm (4.73 inches) high; abdominal opening with special, thermal foam core to adapt to body contours.

27

Page 28: tender doc aiims ot (1).docx

21. TECHNICAL SPECIFICATIONS FOR ELECTROCAUTERY MACHINE

The following items manufactured by international firms of repute with CE and FDA approval are required

Should have both Monopolar & Bipolar modes

Should have Constant control Technology, which automatically monitors tissue impedance &

adjusts power output to reduce tissue damage & drag.

Monopolar outputs should have 3 cutting modes (ACE Cut, Pure Cut & Blend Mode) & 2

Coag Modes: Standard & Spray.

ACE cut mode (Advanced cutting effect): Automatically regulates power settings to maintain

a constant voltage as impedance charges.

Should facilities underwater procedures.

Should facilitate Pinpoint Coagulation with minimal arcing & Spray coagulation provides

superior fulguration over broad tissues areas.

Can be activated by either Foot pedal or Hand controlled

Should have efficient bipolar technology with built in current monitor for precise tissue cutting

& coagulation. The current meter should show the flow of current.

Should facilitate Patient plate monitoring & give an audio-visual alarm & deactivate the output

to avoid patient burns

Large Easy to read displays

Recall feature readily recalls previous power settings & modes on set-up

Quick scroll feature allow for fast & accurate power settings

Operating Voltage 220-240V AC at 50/60 Hz.

The firm quoting the system should supply the complete system.

28

Page 29: tender doc aiims ot (1).docx

22. TECHNICAL SPECIFICATIONS FOR GAS (H2O2) STERILIZER SYSTEM FOR OTSterilization of Operation Theatre instruments using Gas (H2O2) Technology and cost effectively.

The sterilization process should confirm to the sterilization standards accepted international and confirmed by various

(physical/chemical/biological) indicators.

The temperature of sterilization should be in the range of 20-60OC and of low-moisture sterilization process.

The process should be repaid enough to provide high output with the cycle time of 40-70 minute. The cycle time to

processing should be programmable to best match the Operation Theatre instruments and load configuration.

The size of the sterilization should be 60-90 litres with a usable volume of 40-60 litres.

There should be no toxic residuals with primary by products beings water vapour and oxygen and it should be safe for

patient, staff and environment.

The technology should be such that it required no costly engineering requirements for installation and functioning. The

equipment should not be requiring connection other than an electrical power code.

The equipment should have LCD display on the exterior for continuous information of the process.

It should be equipped with study wheels permitting easy manoeuvrability. In addition the system should have adjustment

feet at the front of the unit to enable leveling, if required.

Should be FDA/CE approved, having print out of process confirmation. Should have accessories like sterilizing cassettes,

indicator strips/tape, biological indicators, trays, boosters and wrapping material.

The rate of consumables for 1000 full load cycles will be added in the cost of machine for price comparison. Hence rates

of all consumables should be mentioned separately. The rates of consumables will not be increased for next 5 years.

However reduction in price if any will be passed on to the user.

*************

29