Friday, May 27, 2011

Relaxation to A1 category Diabetics on Metformin

Wednesday, May 25, 2011
Periodic Medical examination relaxation for Loco Pilots declared with type II Diabetes - Amendment to Annexure-III

GOVERNMENT OF INDIA
MINISTRY OF RAILWAYS
(RAILWAY BOARD)

N0.2008/H/5/18 New Delhi, dated20.5.2011

The General Managers,
All Indian Railways,
(Including PUs).

CORRIGENDUM

Sub:- Periodic Medical examination relaxation for Loco Pilots declared with type II Diabetes - Amendment to Annexure-III (Para 509, 512) — 12.7.2 of IRMM- 2000.

Pursuant to the demand raised by Staff Side as DC/JCM item, the issue of relaxing the medical standards of Loco Pilots suffering from Diabetes Mellitus have been considered by the Board and the following has been decided

Employees in A-one category who are suffering from Diabetes Mellitus can be declared fit for the respective categories if Diabetes is controlled on diet aud/or on Tab. Metformin (oral hypoglycemic drug) upto 2gm/day only.

Periodic medical examination of such cmployee is to be conducted every year in addition to regular follow up as per the advice of the treating physician.

The in-service employee of A-one category who had been declared unfit due to Diabetes Mellitus prior to issue of this Board’s letter will not be considered for re-medical examination.

This issues in consultation with Safety, Mechanical, Electrical & Establishment Dtes. of Board’s office

Accordingly an ACS to Annex III (Para 509, 512)- 12.7.2 of IRMM-2000 is enclosed

Hindi version will follow.

This supersedes the instructions contained in Board’s letter of even number dated 03.05.11.

sd/-
(Dr. D.P. Pande)
Executivc Director Health(Plg.)
Railway Board

Thursday, March 31, 2011

Operation theatre-Div Hospital-Ahmedabad

Operation Theatre -Div.Hospital-Ahmedabad Slideshow: Dr’s trip to Ahmedabad, Gujarat, India was created by TripAdvisor. See another Ahmedabad slideshow. Take your travel photos and make a slideshow for free.
Tapan Sinha Memorial Metro Hospital Inauguration-Kolkata Slideshow: Drathaur2006’s trip from Shantiniketan, West Bengal, India to Kolkata was created by TripAdvisor. See another Kolkata slideshow. Take your travel photos and make a slideshow for free.

PHARMACEUTICAL FIRMS PROVISIONALLY REGISTERED BY RLY.BOARD

S.N. NAME OF FIRMS
1 Abbot India Ltd.
2 Ahlcon Parenterals Ltd.
3 Ajanta Pharma Ltd.
4 Albert David Ltd.
5 Alchem Pharmaceuticals
6 Alembic Ltd,.
7 Alkem Laboratories Ltd.
8 Allergen India Private Limited
9 Anglo French Drugs and Industries Ltd.
10 Aristo Pharmaceuticals Pvt., Ltd.
11 Astra Zeneca Pharma India Ltd.
12 Aurobindo Pharma Ltd.
13 Aventis Pharmaceuticals
14 Bal Pharma,Ltd.
15 Baxer (India) Pvt.Ltd.
16 Bayer Health Care Pharma
17 Becton & Dickinson India Pvt.Ltd.
18 Bengal chemicals & Pharmaceuticals Ltd.
19 Bharat Serum & Vaccines Ltd.
20 Biochem Pharmaceutical Industries Ltd.
21 Biocon Limited
22 Biological E.Ltd
23 Blue Cross Lab.Ltd.
24 Boerhringer Ingelheim
25 Brawn Laboratories Ltd.
26 Cadila Health Care (Zydus)
27 CFL Pharmaceuticals Ltd.
28 Cipla Ltd.
29 Claries Life Sciences Ltd.
30 Concept Pharmaceutical Ltd.
31 Dabur Pharma Ltd.
32 Dr.Reddy Laboratories Ltd.
33 East India Pharamaceuticals Works Pvt.Ltd.
34 Elder Pharmaceutical Ltd.
35 Elililly & Co.(India) Pvt.,Ltd.
36 Emcure Pharmaceuticals Ltd.
37 FDC Limited
38 Finecure
39 Franco Indian Pharmaceuticals Ltd.
40 Fresenius Kabi India Pvt.,Ltd.
41 Fulford India Ltd.
42 German Remedies Division Cadila Health care Ltd.,
43 Gland Pharma
44 Glaxo SmithKline Pharma Ltd.
45 Glenmark Pharmaceuticals Ltd.
46 Himalaya Drug co.
47 Hindustan Antibiotics, Pune
48 Hindustan Latex Ltd.
49 Hindustan Syringes & Medicals Devices Ltd.
50 Indian Drugs & Pharmaceuticals Ltd
51 Indian Immunological Ltd.
52 Indoco Remedies Limited
53 Ind-Swift Ltd.
54 Intas Pharmaceutical Ltd.
55 IPCA Lab. Ltd.
56 J.B.Chemicals & Pharmaceuticals Ltd.
57 Jagsonpal Pharmaceuticals Ltd.
58 JB Chemicals & Pharmaceuticals
59 Jenburkt Ltd.
60 Jhindal Photo Ltd.
61 Johnson & Johnson
62 Karnataka Antibiotics & Pharmaceuticals Ltd.
63 Khandelwal Laboratories Ltd.
64 L.G.Life Science India Pvt.Ltd.
65 lpca Laboratories Ltd.
66 Lupin Laboratories Ltd.
67 Lyka Labs Limited
68 M.J. Biopharma Pvt.Ltd.,
69 Macleods Pharmaceuticals Ltd.
70 Medley Pharmaceutical Limited
71 Merck Limited
72 Micro Labs. Ltd.
73 Midas-Care Pharmaceuticals Pvt.,Ltd.
74 Morepan Laboratories Ltd.
75 Natco Pharma Limited.
76 Novartis India Ltd.
77 Neon Laboratories Ltd.
78 Nicholas Piramal Pharmaceuticals Ltd.
79 Nova Nordisk India Pvt.Ltd.
80 Orchid Health Care
81 Panacea Biotech Ltd
82 Parenteral Drugs India Ltd.
83 Pfizer Limited84 Pharma Link (India)
85 Piramal Helathcare Ltd
86 Ranbaxy Laboratories Ltd.
87 Raptokas Brett & Co.Ltd.
88 Reckitt Benckiser (India) Ltd.
89 RPG Life Science Ltd.
90 Sandoz Pvt. Ltd.
91 Sanofi Pasteur India Pvt.Ltd.
92 Serdia Pharamaceuticals (India) ltd.
93 Serum Institute of India Ltd.
94 Shantha Biotechnics Ltd.
95 Shreya Life Science Pvt. Ltd.
96 Southern Petro-chemical Industries Corporation Ltd.
97 Span Diagnostics Ltd.
98 Systopic Lab Pvt. Ltd.
99 T.T.K. Healthcare Ltd.
100 Tablet (India) Ltd.
101 Taksal Pharma Pvt. Ltd.
102 Themis Medicare Ltd.
103 Torrent Pharmaceuticals Ltd.
104 Transasia Bio-medicals Ltd.
105 Troika Pharmaceuticals Ltd.
106 U.S.V. Limited
107 Unichem Laboratories Ltd.
108 United Biotech (P) Ltd.
109 VHB Life Science Ltd.
110 Wallace Pharamaceuticals Pvt. Ltd.
111 Win Medicare Pvt. Ltd.
112 Wockhardt Ltd.
113 Wyeth Ltd

ACTION PLAN MEDICAL DEPT- ER FOR 2011-12

SUB: TARGETS & ACTION PLAN FOR THE YEAR 2011-12
All Divisional/Workshop hospital in charges including MD-BRSH-SDAH should plan to achieve the following targets during the year Jan-Dec-2011 by proper planning & distribution of the duties among concerned Medical Officers & other group B officers. The action plan should be discussed with all concerned before implementation
1. Total number of employees under RMC on any particular day Not more than 2% of the employees registered in the hospital/HU.
2. Total number of man days lost on RMC & IOD Average man days lost should not exceed 7 days per certificate & average % Man days lost per month should not be more than 1.5% of total Man days available
MDL = No. of man days lost in a month X 100
No. of employees x days in a month
3. BOR (Bed occupancy ratio)BOR in hospitals should be near 80%

BOR= No. of IPD bed days X 100
------------------------------
No. of beds x days in month
4.
ALS (Average Length of Stay) for Indoor patients-Between 5-7 days.
(ALS= Total IPD bed days in month
------------------------------------
No. of IPD admissions
5. PME of employees & candidates 90% of the cases should be disposed off within 2 days and remaining 10% should be disposed off in 3- 5 days (except those which are to be examined by Medical Board or need any intervention).
6. Medical Audit 2% of the Indoor cases and 1% of the outdoor cases should be audited by a team of Sr doctors by rotation and a register should be maintained for the same during inspection. The findings should be discussed during Administrative meetings with Med. Officers
7. Local purchase Local purpose should not be more than 10% of the budget spent on Annual indent of medicines (excluding the amount spent on bulk purchase of medicines which are returned by HQ to be purchased by divisions/workshop hospitals. )
8. Non-Railway Earnings Should be 5% more as compared to last year.
9. Drug analysis Minimum 4 samples of medicines per month
10 Renewal of contracts Proposal for renewal of various contracts should be moved 3 months prior to the expiry.
a) Renewal of CMPs, PT Dental Surgeons
b) Renewal of HVS.
c) Renewal of Recognised hospitals
d) Renewal of Ambulance hiring
e) CAMC/AMC of Med. equipments
11. Upkeep of Assets All medical equipments should be in working order and all M&P items should be under CAMC/AMC For old equipments regular servicing contracts should be planned. All Anaesthesia machines must be under regular servicing contract (under Warranty equipments to be counted as under CAMC/AMC). No equipment should be out of order for >3 months
12. Public complaints and Grievances All complaints should be registered immediately and should be disposed off within 15 days. A register should be maintained for this.
13. Disposal of employees on long sickness (RMC & IOD)
a) > 3 months

b) >6 months

c) Total no. of employees on RMC/HOD for > 1 year
a) A Committee of 2 Sr.doctors with CMS as Chairman should examine and review all such cases that are in sick list for more than 3 months (with opinion of concerned Specialist). A register should be maintained for this. Cases required to be decatagorised should be examined by Sr DMO-Adm after opinion of the concerned Specialist & disposed off with the approval of MD/CHD/CMS (for RPF & RPSF, a Medical board is required for decatagorisation)
b) Cases under RMC for >6months should be examined by Standing Med. Board & sent to CMD for acceptance if invalidation is involved & decided by MD/CHD/CMS if decatagorisation is involved

c) Should be < 4 in each division any time
14. Percentage of low birth weight babies(less than 2.5 kg) out of total number of deliveries in the Hospitals should be < 5% in booked cases ( Proper education to pregnant mothers, dietary supplements & frequent check ups & follow up is required)
15. Deaths taking place following delivery/abortion in Railway Hospitals during the year should be NIL
16. Percentage of money spent on local purchase versus value of bills passed on PO issued from Zonal Headquarter should be <10%
17 Training of paramedical staff both in house Each Divisional/Workshop hospital should organise one day training programme for paramedics as under
a) HA,Aya,Disp.peon -MLDT
b) Dressers/OTA -KPA
c) S.wala (medical) -LLH
d) Sanitary Jamadar -ASN
e) Ministerial staff -JMP
f) Nurses & Mid wives -BRSH
g) Health inspectors -SDAH
h) Pharmacists -CLW
i) Physiotherapists - HWH
18. No. of samples of medicines sent for analysis should be minimum 4 per month per division/workshop hospital
19 New patient friendly technologies All Divisional/workshop hospitals should make efforts to introduce new patient friendly technologies to improve patient satisfaction during year
20 Scientific papers published All Specialists/Super specialists should make efforts to get their Scientific papers published in journals of International/ National/ Local level & submit a list to HQ every month with MCDO
21 Organising Scientific/ Management conference Each Divisional/workshop hospital should organise at least one Scientific/Management conference in a year with the approval of DRM/CWM/CMD

B) HEALTH & FAMILY WELFARE AFFAIRS:

1. Multipurpose Health checkup camps Health check up camps on way side stations should be held at least once in 2 months. More emphasis should be given to diseases related to life style changes of Hypertension, diabetes etc. Proper record keeping and follow up of the detected cases should be done.
2. Health Education Lectures. 2 Health Education lectures & 2 exhibitions should be organized on different preventable diseases by each H.Unit & hospital and detailed report should be sent to CMD from time to time.
3. Examination of Water samples for
Bacteriological examination.
a)From each large station and major colony
b)From each small station and minor colony

Residual chlorine
a) From each large station & major colony,school,hospital/HU

b) From small stations & minor colonies

1 sample per station & per colony every month.

1 sample per station & per colony in 2 months.

Minimum 4 samples per day (one from each station,colony,school & hospital/H.Unit)

1 sample per station & per colony in 2 months

A register should be maintained and if any sample is found unfit, repeat sample should be taken and concerned Engg. Officers should be informed. All stations in the division should be covered in a quarter.
A register should be opened at each station in which HI will make entries of water samples examined & it will be countersigned by SM/SS
4. Examination of food samples under
a) PFA b)QC
a)Minimum 2 samples/month per FI
b) Minimum 2 samples per H&MI per month
Each vendor should have a diary (apart from PFA license book) in which entries of food samples taken & result of reports will be entered by HI/FI every month.
5. Health Awareness programme for Para Medical Staff. Health Awareness Programme should be held on HIV, TB, Smoking & Tobacco Chewing etc. once in a year in each hospital/H.unit
6. Immunization (children in Rly.colony) 100% of the children living in the railway Colony should be immunized.
7. School Health check up 100% of students & staff of Railway Schools must be examined in the month of August.
8. Training of Vendors in food hygiene
Training of Vendors should be held once in a year in each division
9. Joint training of HI's & IOW's in colony sanitation, water supply, disposal of night soil etc Once in a year in each division involving Civil health officers & Malaria Medical Officers etc
10 Colony Sanitation Survey A sample survey of major colonies should be done once in 6 months by getting feed back forms filled by residents and report sent to Dy.CMD-H&FW in the format supplied
11. Other items:
a)RTI cases
b) Audit Para's
c) CA-III references.
d) Parliamentary questions.
e) Union items
a) RTI cases should be disposed off within the stipulated time.
b) Audit Para's should be disposed of promptly.
c) CA-III cases should be disposed off promptly.
d) Parliamentary questions are replied promptly.
e) Union items should be disposed off promptly.


(Dr.S.S. Rathaur)
CMD-ER

Tuesday, March 8, 2011

M&P REGISTER FORMAT

M&P register should be maintained by all Hospitals in the following format in MS-Excel:

(1)SN
(2)M&P Year
(3)Name of Equipment
(4)Model DF / DRF
(5)Estimated Cost
(6)Item recd on
(7)Installed on
(8)Actual cost Rs.
(9)Supplier's name & address
(10)Supplier's Phone No.
(11)P.O.No.
(12)Warranty up to
(13)CAMC/AMC PARTICULARS CAMC/AMC FROM TO RATE Rs

Thursday, March 3, 2011

List of Recognized Hospitals by Eastern Railways

1 M/s Rabindranath Tagore International Institute of Cardiac Sciences
Phone: +91-33-2436-4000  / +91-33- 3001 4000
Fax:   +91-33-2426-4204 / +91-33-2436 1263
Email: email@rtiics.org
For Complicated Neuro-Surgery cases
Valid up to 31.01.2012

2 M/s Apollo Gleneagles Hospital
+91 33 2320 3040/2122
Fax: +91 33 2320 5184
e-mail: hospital@apollogleneagles.in
For Advance Cardiac Care and Cardiothoracic Surgery
Valid up to 06.10.2011

3 M/s Peerless Hospital & B.K.Roy Research Centre ,
Phone-033- 24622394/+91.033.2462 2462
e-mail hospitex@vsnl.com, enquiry@peerlesshospital.com
For Advance Cardiac Care and Cardiothoracic Surgery
Valid up to 06.10.2011

4 M/s B.M Birla Heart Research Centre.1/1 National Library Road Kolkata-700027.
Phone -0333-30403040/24467777/24567890 .
e-mail-bmbhre@birlaheart.org
For Advance Cardiac Care and Cardiothoracic Surgery
Valid up to 06.10.2011

Digital X-ray room design

Analog X-ray room design

Monday, February 28, 2011

SPECIFICATIONS OF MEDICAL EQUIPMENTS

A-MOBILE OPERATION THEATRE LIGHT
1. Mobile light on castors
2. Colour correcting filters
3. Power supply source with CVT
4. Light output 50,00 Lux or more
5. Colour temperature 4200K or better
6. Sterilizable focusing handle
7. Emergency Power Unit having in-built unit with CVT with automatic change
over from Mains to Battery mode in the event of power failure
8. Should withstand wide voltage fluctuation
9. The rates for all the accessories should be quoted individually and separately
10. List of users should be submitted
11. Facility for after sales service should be available in Delhi
12. Should submit commitment for after sales service and annual maintenance
(comprehensive and otherwise) for at least ten years after the warranty period
specifying the terms and conditions including rates for the same. The
approved rate of standard AMC shall be 2% of the cost of the set before taxes
or the rate quoted, whichever is less, on the first year, to be increased in
succeeding years by 10% of the rate in the previous year
13. Should produce certificate from the manufacturer/principal for making
spares/components available for at least 10 years after warranty period and to
provide service support for the same duration through its authorized agent on
the terms and conditions approved at the time of placement of orders for
supply.
14. Set should be available for demonstration if required.
15. Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for
attending and rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL
MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of
repairs and maintenance including cost of spare parts if any required. CAMC will
start after free warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in
3 months. The machine will be attended by trained and experienced technical
staff. The equipment should be thoroughly checked and necessary repairs should
be carried out and wear and tear will have to be rectified so as to maintain the
accuracy of the Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through
Fax/Telephone. The date of such intimation shall be taken as the date of
Breakdown. The contractor/Firm shall be bound to repair/set right the Equipment
within a period of maximum 7 days from the date of intimation of the Breakdown.
A penalty of 0.5% (Zero point five percent) of the value of annual maintenance
charge shall be charged for every week exceeding period of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful
completion of each maintenance year.
5. Working time: The work on the equipment should be carried out during
normal working hours on working days, however in emergency at any time of the
day.
6. Working Place: The machine or its parts will not be taken outside from
Railway premises. All work should be carried out at the site only. In case need
arises to take any part outside Railway premises then necessary permission should
be obtained from competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising
between the parties relating to this contract, the same shall be cleared by
arbitration as per IRS conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to
the staff of the firm while attending the equipment within Railway premises.


B-TECHNICAL SPECIFICATIONS OF PORTABLE VENTILATOR
1. Should be microprocessor controlled, portable, light weight.
2. Should operate with main electric supply as well as with battery.
3. Should be able to work both with cylinders and pipeline, connectors and highpressure
tubing of appropriate length to be supplied.
4. Should have turbine/piston- technology for supplying air- oxygen mixture.
5. Should have following modes of ventilation
CMV, Assist-control, SIMV, PS& PEEP
6. Audio-visual alarms for
a. Low supply pressure
b. High/low airway pressure
c. Leakage/disconnection
d. Power failure
e. Apnea
f. Low battery
7. Should have following settings
a. TV 50 – 1500ml
b. PEEP/CPAP & PS
c. RR up to 40bpm
d. I: E ratio 1:3 to 2:1
e. FiO2 40 – 100%
8. Rechargeable batteries.
9. Should fix, on rails of transport trolley and on stand with wheels.
10. Two sets of reusable silicon ventilatory circuits.
11. Demonstration is must.
12.Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of PG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
13. Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises



C-Specification for Vital Sign Monitor
• Monitor should be able to monitor ECG (5 leads). NIBP, Pulse Oximeter,
Body Temperature and Respiration.
• Monitor should preferably have colour display and should display at least two
traces of different Colours.
• Should have trend and listing facility for all parameters.
• Alarms should be audio-visual and should have automatic and manual alarm
setting for all parameters. Should display alphanumeric alarm messages.
• Monitor should have inbuilt battery and inbuilt 2 channel thermal recorder.
• Should have 5 leads ECG (I, II, III, AVR, AVL, AVF and V)
• Should measure NIBP from Neonates to adults. Should be supplied with cuffs
for neonates, pediatrics and adults.
• Should have the facility to record BP when there are rapid circulation changes
between the cuff interval measurements.
• Should also display the trend of circulation changes over a period of time.
• Should have an indicator displaying on screen the increase / decrease in
circulation status and also the normal /Alarming range.
• Should be capable of Measuring Oxygen Saturation even in case of Motion
Artifact.
• Should have selectable cuff interval from 1min. up to 3 hours.
• Should have cuff measurements ending time.
• Monitor should automatically measure the BP on any alarm condition.
• Should display the waveform graph and pulse bar graph.
• SpO2 should be ECG synchronized.
• Should have change in pulse tone with rate.
• Should be user friendly.
Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises.


D-SPECIFICATIONS FOR I. C. U. BED
ICU BED should have following specifications:
- Should have four section mattress base.
- Should have X-Ray translucent back section made up of high pressure
laminate.
- Should have X-Ray cassette holder underneath the back section & should
allow insertion of X-Ray cassette from either side of the bed.
- Base frame & support frame should be made up of steel for long life &
prevention from rusting.
- Should have step less electrical adjustment for the following :-
Height : 450-840 mm
Back section : 0- 50 degrees
Leg Section : 0-30 degrees
- Should have step less pneumatic adjustment
for Trendlenburg (25° approx), anti-trendlenburg (15° approx)
- Should have a manual quick release mechanism for back section
adjustment during emergency situation.
- Should be equipped with four articulated half length tuck away side rails.
- Should be equipped with large castors (diameter 150 mm) with central
braking and steering facility.
- Mattress of the Bed should be made up of high density foam with Anti
Microbial agent incorporated into all components that assists in Prohibiting
growth of bacteria & fungi and easy to clean.
- Mattress should be fully Radiolucent for ease in performing portable XRays.
- Should have bumpers at all four corners and place for fixing accessories
- Bed should be C.E. marked & manufactured as per ISO 9001 Quality
Standards
- Dimensions of bed :
Length : 2200 -2290 mm
Width : 850 -1020mm
Mattress Size : appropriate as per bed size
- Each bed should be supplied complete with:
a) Bed Ends, detachable : 01 pair
b) Articulated half length tuck away side rails : 04 Nos.
c) IV drip stand : 01 No.
d) Mattress 12 cm Thick : 01 No.
Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of PG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for annual maintenance
contract (AMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The AMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total AMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF ANNUAL MAINTENANCE
CONTRACT (AMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. AMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of AMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


E-ULTRASONIC COAGULATING & CUTTING DEVICE – SPECIFICATIONS
HARMONIC SCALPEL
The above mentioned device should have the following specifications. It should have an
ultrasonic generator with fixed frequency of 55.5KHZ or above conforming to IEL
standards class 1 CF . It should be capable of being operated with an input voltage range
of 200-240 volts at 50HZ. The instrument should have a minimum of 5 power levels with
power level display. The power output should not be less than 70 Watts. It should have
power entry filters and should be defibrillator protected. It should have vibration range
of 50-100 microns. The instrument should have a Foot switch with dual level control and
autoclavable patient cable. It should be capable of being used for both laparoscopic and
open surgery. The instrument should be supplied with mobile cart for ready
transportation. It should be supplied with a suitable digital servo stabilizer.
The equipment should be supplied with the following hand instrument.
HAND INSTRUMENTS:
OPEN SURGERY:
A) Coagulating shears
b) Short curved coagulating shears
c) 5mm curved blade, short
d) 5mm curved blade with grip, long
e)5mm sharp hook, short
f)5mm sharp hook with grip, long
g) 5mm dissecting hook, short
h) 5m dissecting hook with grip, long
I) coagulating shears, scissors grip
LAPAROSCOPIC INSTRUMENTS
a) 5m dissecting hook shielded
b) 5mm sharp hook shielded
c) 5mm ball coagulator shielded
d) 5mm curved blade, shielded
e) laparoscopic coagulating shears, 5mm knife mode
f) laparoscopic coagulating shears 5mm blunt mode
g) laparoscopic coagulating shears 5mm, curved
OPTIONAL ACCESSORIES
1)10mm sharp hook
2)10mm ball coagulator
3)Laparoscopic coagulating shears 10mm
Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


F-Specification for Defibrillator/ Monitor/Recorder with external pacemaker.
• The Biphasic Defibrillator/ Monitor should be capable of providing
manual and automated external defibrillation with the facility for
upgradeability for Pacing, SpO2, 12 lead interpretative ECG, NIBP,
ETCO2 and 2 x IBP in the same physical product design.
• Should be portable, light weight, rugged and AC/DC powered.
• Should be capable of operating in advisory mode, manual mode and set up
mode.
• Should operate for 180 minutes of monitoring or 145 discharges of 360
joules or 170 minutes of monitoring with pacing with fully charged in
built battery.
• The display area should be at least 5 inch x 4 inches with option of LCD
or EL display. Be capable of displaying at least 3-user selectable
waveform.
• Should have facility of printing and interpretation of the 12 lead ECG.
• Should have memory of at least 100 single waveform of 45 minute of
continuous ECG and should be able to transmit, print and delete any
record.
• Should be capable to transfer data to remote PC through internal or
external modem.
• Should be able to select energy levels form 2,3,5,7,10,20,30,50,100,
150,200,300 and 360 joules or user configuration selection of 200/200/360
joules or 200/300/360 joules.
• Should have VF/VT alarms to continuously monitor potential shock-able
ECG rhythms.
Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


G-TECHNICAL SPECIFICATIONS OF MOBILE X-Ray Unit
S.N. Description of function
1.1 Mobile X-Ray Unit is required to perform X-Ray studies in Emergency and trauma
departments and at bedside in wards and ICU.
S.N. Operational requirements
2.1 Compact, lightweight, easily transportable mobile radiographic unit suitable for
bedside x-ray fOl"trauma l)aCients. intensive care units. operation theaters and also
in the Radiology department for conventional radiography.
2.2 The unit must have an effective braking system forparking, transport and emergeocy
braking. The tube stand must be fully counterbalanced with rotation in
all directions
2.3 It must have an articulated arm for maximum positioning flexibility in any patient
position.
2.4 .AII cables should be concealed in the arm system
2.5 Exposures with remote control should be possible
2.6 The unit must have cassette storage facility for all size of cassettes
S.N. Technical Specifications
3.1 The Gnlerator:
1. Must be microprocessor controlled high frequency, output 20 KW or above togive a
constant output suitable for radiography
2. It should have a digital display of mAs and kV and an electronic timer.
3KV range:40kV to 125kV
4. mA range: 300 mA or more
Please specify mA and seconds separately and not mAs alone.
5.Shortest exposure
time: I ms.
3.2 .X-Ray Tube: .
1.Output should match the output of the generator,
2. Must have a rotating anode with at least: 2500 rpm and focal spot size should be less
than Imm. 3.Heat storage capacity of the anode.- > 80,000 J
4.Collimator- Manually adjustable multileaf collimator, rotatable ±90°
3.3 The exposure release switch should be detachable with a cord of at least 5 meters
3.4 Remote control operating distance > 10 metres
Remote control operating radius- 180 deg
3.5 DAP Measuring equipment
(To be quoted as optional)
Technology-Ionisation Chamber, display and control panel.
Active area- >140x140 mm.
Weight<250 gm
Resolution: 0.1 Gym 2
Max measurable DAP--106 Gym 2
S.N. System Configuration Accessories, spares and consumables
4.1 Main Unit with Generator and tube as specified- 01
4.2 Remote Control Kit 01
4.3 DAP Equipment(option) 01
4.4 Lead Aprons Lightweight 01
4.5 Grid( Ratio 6:1) of following sizes should be provided- 01 each
-12”x15”
-10”x12”
The system should contains all the above accessories in Integrated or as separate accessories..
S.N. Environmental factors
5.1 Operationg Temperature 10- + 40 deg.C
Storage Temperature - 20 to +55 deg C
5.2 Operating Humidity- 30%- 80%
Storiage humidity 10 % to 100%
S.N. Power supply
6.1 Power input to be 220-240VAC, 50Hz fitted with appropriate Indian plug
6.2 Resettable overcurrent breaker shall be fitted for protection
S.N. Standards and safety
7.1 Should be FDA / CE or ISI approaved product
7.2 Safety aspects of Radiation dosage leakage should be spelt out
7.3 Should comply with AERB /BIS Guidelines for radiation leakage and X-Ray
equipments..
7.4 Protection against electrical shock:- Class I, Type B, acc. to IEC 601-1
S.N. Documentation
8.1 User manual in English
8.2 Service manual in English
8.3 List of important spare parts and accessories with their part number and costing.
8.4 Certificate of calibration and inspection from factory.
8.5 Log book with instruction for daily , weekly, monthly and quarterly maintenance
checklist.
The job description of the hospital technician and company service engineer should be
clearly spelt out
8.6 Comprehensive guarantee for 5 years of complete system including x-ray tubes and
electronic items and all other parts for which order will be placed with uptime warranty
of 98%. Comprehensive Guarantee period will be extended by double the downtime if it
exceeds more than 2% in a year.
8.7 Rates of comprehensive AMC for complete system including x-ray tubes and electronic
items and all parts for which order will be placed with an undertaking of 98% uptime
and extension of AMC period by double the downtime if it exceeds more than 2%.
Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


H-TECHNICAL SPECIFICATIONS OF DIGITAL MAMMOGRAPHY SYSTEM
The entire system should be FDA approved including the biopsy system.
S.N. Description of function
1.1 Mammography system to replace conventional Film/Screen based Mammography Studies
with digital images instant reviewing and analysis capability with stereotactic biopsy
facility .
S.N. Operational requirements
2.1 Full Digital Mammography System consisting of exposure stand with attached swivel
system, separate console with radiation shield, automatic exposure control and
mammography X-Ray Tube.
2.2 An integrated direct-to-digital Flat Detector based on amaorphous silicon technology.
2.3 A separate workstation for image positioning and patient demographic data is required.
2.4 The workstation should be able to send,receive and printaccording to DICOM standards.
2.5 The workstation should also be able to obtain DICOM modality, work list from connected
information system and send information about performed procedure to the connected
information system
2.6 Read and Write in CD/DVD for data Storage and review.
S.N. Technical Specifications
3.1 Mammography System 01
The system should cocnsist of a tube head and detector assemblythat has isocentric
rotation for every positioning.
-The iscentric movements should be motorized.The patient Compresion deviceshould have
automatic multispeed variable compression system which senses the breast density and
adjust the .compression force..
The maximum compression thickness should be 18 cm or more. The patient table should
have motorised grid movement.
Magnification devices of ratio 1.5 and 1.8 should offered.
Digital display of compression force and compression thickness should be available.
3.2 X-Ray Generator and Tube
The X-ray generator should be high frequency with the following parameters:
kV range: at least 25-35 kV in steps of 1 kV
mAS range: 0-750 mAS or more
Exposure time: 0-700ms
Maximum mA: 180mA or more
X-Ray tube unit:
Dual focus rotating anode tube with the following parameters:
focal spot size: 0.1mm and 0.3mm
Anode heat storage: 150 kHU or more
Tube heat Storage: 1.3MHU or more
Anode material: Molybdenum and Tungsten preferred
Please mention the filter material used in the tube
3.3 Flat Panel Detector:
Type of detector: Amorphour selenium preferred
Detector size: 24cmx29cm or more with two image formats
Pixel size: 70μ or less
Image matrix in pixels: large size-3Kx 4K or more Small size: 2Kx 3K or more
3.4 Workstation for image Acquisition:
The workstation should enable immediate image display for general survey for
patient positioning. It should be able to store around 10000 images. The
networking should on TCPIP protocol.
The following image processing should be possible on the workstation:
Image display:
- Freely selectable screen layout
- Windows settings (contrast and brightness setting)
- Magnification, stepped and dynamic zoom
Image inversion (black/white)
Annotation:
- Left/right marking
- Text additions
- Lines
- Rectangles and circles
Measurements:
- Distance
- Angle
- Density
Image evaluation:
- Contrast enhancement(with table)
- Display of histogram
- Length measurements
- Before /after comparison
- Filter
Administration:
- The demographic patient data should be retrieved directly from a HIS/RIS
system
- The demographic patient data can be entered manually
- Retrieval of images from CD, DVD or PACS
- Printing of images on DICOM – compatible printers
The workstation should be fully DICOM compatible
High Contrast 1Kx 1K TFT monitor should be provided with workstation.
3.5 Biopsy:
Please quote for Stereo tactic biopsy system which is fully compatible with FFDM.
A high resolution image of 20 1p/mm should be possible with the stereo tactic biopsy
system.
S.N. System Configuration Accessories, spares and consumables
4.1 Mainframe System 01
4.2 X-Ray tube Unit & tube 01
4.3 Flat Panel Detector 01
4.4 Image acquisition Workstation01
4.5 Stereotactic Biopsy System 01
4.6 Archieving System 01
4.7 View Boxes – slim, four in one with fluorescent tubes and shutters with magnification device
and variable luminescence 02 .
S.N. Environmental factors
5.1 The unit shall be capable of operating continuously in ambient temperature of 300C and relative
humidity of 80%
5.2 Proper X-Ray shielding should be provided for the main equipment.
5.3 Pre Requsites should be clearly spelt out in terms of Mammography room requirements.
S.N. Power supply
6.1 Suitable Power input to be 220-240VAC, 50Hz OR 440 V 3 PHASE, fitted with Indian plug
6.2 Resettable overcurrent breaker shall be fitted for protection
6.3 Spike protector of appropriate rating should be provided
6.4 UPS/CVT of suitable rating conforming to IS-302 shall be supplied .
S.N. Standards and safety
7.1 Should be FDA or CE approved product
7.2 Electrical safety conforms to standards for electrical safety IEC-60601 / IS-13450
7.3 Safety aspects of Radiation dosage leakage should be spelt out
7.4 Phantom for calibration should be provided.
7.5 Should comply with AERB Guidelines for radiation leakage
S.N. Documentation
8.1 User manual in English
8.2 Service manual in English
8.3 List of important spare parts and accessories with their part number and costing.
8.4 Certificate of calibration and inspection from factory.
8.5 Log book with instruction for daily , weekly, monthly and quarterly maintenance checklist.
The job description of the hospital technician and company service engineer should be clearly
spelt out
8.6 Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
8.7 Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried
out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The
contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days
from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding
period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises

I-Ceiling mounted OT Lights
It should have following essential specifications:-
• It should be simple & quick to focus.
• It should have good depth of illumination
• It should be easy to clean it surface.
• It should be ceiling mounted and have minimum control switch.
• It should have minimum ceiling height of 2500 mm & be adjustable to desired
height.
• It should have infrared filter and steady illuminations.
• Changing of bulbs should be quick & easy..
• Main dome should have light intensity of 200,000 Lux or more and satellite dome
should have intensity of 100,000 Lux or more.
• Bulbs should have halogen light.
• Lamp should have service life of at least 1000hours.
• It should have wide 360 degree turning radius.
• It should be supplied with a set of spare lamps
• It should have detachable & sterilisable handle for focusing lights.
• Lamp head should have unbreakable outer glass.
• It should have two domes with 3-4 lights in one dome and 5-6 lights in the other
dome and have separate control switch for each dome.
• It should have inbuilt safety device for power fluctuations.
• Arm length( each dome) should be min.1500 mm
• It should confirm to national/ International safety norms.
Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises

J-TECHNICAL SPECIFICATIONS OF DEFIBRILLATOR
S.N. Description of function
1.1 Defibrillator is required for reviving the heart functions by providing selected
quantum of electrical shocks
S.N. Operational requirements
2.1 Defibrillator should be BiPhasic
2.2 Should monitor vital parameters and display them
2.3 Should print the ECG on thermal papers
2.4 Should work on Manual and Automated external defibrillation (AED) mode
2.5 Should be capable of doing synchronized cardioversion
2.6 Can be operated from mains as well as battery
S.N. Technical Specifications
3.1 Should be a Low Energy Biphasic defibrillator monitor with Recorder, having
capability to arrest all arrhythmia within a maximum energy of 360 Joules
3.2 Should monitor ECG through paddles, pads and monitoring electrodes and
Defibrillate through pads and paddles.
3.3 Should compensate for body impedance for a range of 25 to 1500hms
3.4 Should have a built in 50mm strip printer
3.5 Should have charging time of less than 5 seconds for maximum energy.
3.6 Should have bright electroluminescent display for viewing messages and ECG
waveform of 4 seconds
3.7 Should have external paddles with paddles contact indicator – for good paddle
contact. Both Adult and pediatric paddles should be available.
3.1 Should have event summary facility for recording and printing at least 250 events
and 50 waveforms.
3.2 Should have a battery capable of usage for at least 90minutes or 40 discharges.
3.3 Should be capable of printing Reports on Event summary, configuration, self test,
battery capacity etc
3.4 Should have facility for self test/check before usage and set up function
3.5 Should have SP02 and non invasive pacing facility
3.6 Should be capable of delivering energy in increments of 1-2 joules up to 30J and
increments of maximum 50J thereafter.
S.N. System Configuration Accessories, spares and consumables
4.1 Defibrillator -01
4.2 Paddles Adult (pair) -01
4.3 Paddles –Paediatrics(pair) -01
4.4 Patient cable -01
4.5 ECG Rolls -50
The system should contains all the above accessories in Integrated or as separate accessories..
S.N. Environmental factors
5.1 The unit shall be capable of operating continuously in ambient temperature of 10 -
400 C and relative humidity of 15-90%
5.2 The unit shall be capable of being stored continuously in ambient temperature of 0 -
500 C and relative humidity of 15-90%
5.3 Shall meet IEC-60601-1-2 :2001(Or Equivalent BIS) General Requirements of
Safety for Electromagnetic Compatibility.
S.N. Power supply
6.1 Power input to be 220-240VAC, 50Hz
6.2 Resettable overcurrentbreaker shall be fitted for protection
S.N. Standards and safety
7.1 Should be FDA or CEapproaved product
7.2 Electrical safety conforms to standards for electrical safety IEC-60601-1 General
Requirements and IEC-60601-2-25 Safety ofElectrocardiograms .
(OR EQUIVALENT BIS Standard)
7.3 Drop Test-Withstands 1 meter drop to any edge, corner or surface.
7.4 Should conform to international test protocols on exposure to shock forces and to
vibration forces. The standard should be documented.
7.5 Should meet IEC 529 Level-2 (IP2X) for enclosure protection solid foreign object
ingress.
7.6 Should meet IEC 529 Level 3 (IP3X)(spraying water) for enclosure protection ,
water ingress.
S.N. Documentation
8.1 User manual in English
8.2 Service manual in English
8.3 List of important spare parts and accessories with their part number and costing.
8.4 Certificate of calibration and inspection from factory.
8.5 Log book with instruction for daily , weekly, monthly and quarterly maintenance
checklist.
The job description of the hospital technician and company service engineer should
be clearly spelt out
8.6 List of Equipments available for providing calibration and routine Preventive
Maintenance Support. as per manufacturer documentation in service/technical
manual.
9. Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
10. Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises

K-PARAFFIN WAX BATH (SIZE – LARGE & SMALL)
Should be made of heavy gauge stainless steel sheet
Top should have anodized aluminium cover
Should be covered with laminated wood rim all around
Mounted on ball bearing rubber castors for easy mobility
Work in electricity 220-230 volts
Strip heaters of 2kw should be fitted at the bottom of the tank
Three levels of power control with thermostat of temperature from 30 to 110 c.
Indicator lamps for mains and temperature


L-SPECIFICATION FOR LABORATORY AUTOCLAVE
1. Technical Specifications:
1.1 Single door high pressure steam sterilizer with triple wall, steam jacket and
separate boiler.
1.2 Material of construction :-
a. Sterilizer chamber SS 316 or superior
b. Door SS 316 or superior
c. Jacket MS
d. Loading carriage SS 316 or superior
e. Transfer trolley: MS, painted
f. Door Gasket: Silicon or better
g. Insulation: fiber glass resin bonded wool or better
h. Insulation cover: SS sheets
1.3 Chamber capacity 50 lit.
1.4 Operating temperature 121 deg C - 138 deg C pressure 1.1 to 2.2 kg/ cm2
of steam pressure.
1.5 Sterilizer should be provided with steam generator.
1.6 Spring loaded safety valves and automatic vacuum breaker for jacket.
1.7 Removable plug screen for chamber drain.
1.8 SS baffle for even steam distribution in the chamber.
1.9 Safety lock for door :pressure lock safety device.
2. Environmental Factors :
2.1 Shall meet IEC-60601-1-2 :200(Or Equivalent BIS) General Requirements of
Safety for Electromagnetic Compatibility.
2.2 The unit shall be capable of being stored continuously in ambient
temperature of 0 -50deg C and relative humidity of 15-90%.
2.3 The unit shall be capable of operating continuously in ambient temperature
of 10 -40deg C and relative humidity of 15-90%.
3. Power Supply :
3.1 Power input to be 220-240VAC, 50Hz,/440 V 3 Phase as appropriate fitted
with Indian plug.
3.2 Resettable overcurrent breaker shall be fitted for protection.
4. Standards and Safety :
4.1 Comprehensive training for lab staff and support services till familiarity with
the system.
4.2 Electrical safety conforms to standards for electrical safety IEC-60601 /
IS-13450.
4.3 Should be FDA or CE or ISI approved product.
4.4. Should be compliant to ISO 13485: Quality systems - Medical devices -
Particular requirements for the application of ISO 9001 applicable to
manufacturers and service providers that perform their own design activities.
5. Documentation :
5.1 User/Technical/Maintenance manuals to be supplied.
5.2 Certificate of calibration and inspection from factory.
5.3 List of Equipments available for providing calibration and routine
maintenance support as per manufacturer documentation in service /
technical manual.
5.4 List of important spare parts and accessories with their part number and
costing.
5.5 Log book with instruction for daily , weekly, monthly and quarterly
maintenance checklist.
The job description of the hospital technician and company service engineer
should be clearly spelt out.
5.6 Compliance Report to be submitted in a tabulated and point wise manner
clearly mentioning the page/para number of original catalogue.
. Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning and proving out of M&P. A Maximum period of 2
(Two) weeks will be allowed for attending and rectification of faults
during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warrantee
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of PG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years are payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
alongwith the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


M-SPECIFICATIONS OF MAJOR OPERATION TABLE HYDRAULIC
Operation table having the following features:
1. Four section table top with divided foot section
2. Table top should be constructed from a high-pressure laminate to permit x-ray
penetration and fluoroscopy
3. All table positioning, i.e., height, back section, lateral tilt, trendelenburg,
and anti-trendelenburg, except foot and head section should be operated
hydraulically
4. Should have a manual position selector, whose location should be interchangeable
between foot and head end
5. The casings on the frame and centre supporting column should be made of hygienic
403 stainless or superior steel
6. Mattress should be radio lucent and suitable for fluoroscopy
7. Accessories should include
a. Padded arm rest with straps - pair with damps
b. Anesthesia screen with clamps=1
c. Padded Side supports: pair with clamps
d. Padded Shoulder supports: pair with clamps
e. Knee crutches: pair with damps
f. X-ray cassette tray
g. Kidney bridge
h. SS bowl with clamps
i. Infusion rod with clamp=2
j. Foot rest SS top=1
k.Orthopedic attachments basic=1 set
l.Wristlets =2
8. Measurements:
a. Height: 730-1040 mm
b. Side tilt: + 15 degrees
c. Back section adjustment: - 15 degrees to 70 degrees
d. Foot section adjustment: - 90 to 0 degree, detachable
e. Trendelenburg: 25 degree
f. Anti trendelenburg: 25 degree
g. Head section adjustment: -40 to -30 degree, detachable
h. Maximum width: 500-555 mm
i. Length: 1800-1950 mm
9. Service & maintenance:
a. Should have local service centre
b. Terms and rates, for after sales service contract for 5 years must be quoted
Offers for models that are more advanced and have advantages over the
model having the above features will also be considered. All the features must
be mentioned/illustrated in the manufacture's catalogue/literature. The
measurements given above are approximate and minor variations without
alteration of function are acceptable.
Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for
attending and rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of PG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for annual maintenance
contract (AMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. AMC will start after free warranty period of 24
months.
(c) The charges of Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The AMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total AMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of
repairs and maintenance including cost of spare parts if any required. AMC will
start after free warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical
staff. The equipment should be thoroughly checked and necessary repairs should
be carried out and wear and tear will have to be rectified so as to maintain the
accuracy of the Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through
Fax/Telephone. The date of such intimation shall be taken as the date of
Breakdown. The contractor/Firm shall be bound to repair/set right the
Equipment within a period of maximum 7 days from the date of intimation of
the Breakdown. A penalty of 0.5% (Zero point five percent) of the value of
annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful
completion of each maintenance year.
5. Working time: The work on the equipment should be carried out during
normal working hours on working days, however in emergency at any time of
the day.
6. Working Place: The machine or its parts will not be taken outside from
Railway premises. All work should be carried out at the site only. In case need
arises to take any part outside Railway premises then necessary permission
should be obtained from competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising
between the parties relating to this contract, the same shall be cleared by
arbitration as per IRS conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to
the staff
of the firm while attending the equipment within Railway premises


N-CERVICAL TRACTION (WALL MOUNT)
Weight - 4 -15 Kg each 1Kg step
Hold time 10, 20,40,60,80 sec. with LED Indicator
Rest time 1, 5,10,15,20 sec. with LED Indicator
Digital treatment time 30 min. pre-settable (can be set between 1-99 min. optional)
Patient safety switch
Operating voltage 200-240V/50Hz
Accessories - Two head halters


O-Specification for Multiparameter Monitor
Monitor should be a lightweight, portable, dual channel, colored, main cum
rechargeable battery operated.
• Should have CRT display for bright and wide angle visibility of waveforms along
with bright LED displays of various measure values like SPO2, NIBP, Pulse,
Temp. Etc.
• Should be capable of monitoring 3/5 leads ECG, SPO2, NIBP, Temperature
respiration and ETCO2.
• Should operate on battery for at least 2 hours.
• Should have comprehensive audio visual alarms for all parameters
• Should be capable to trend at least 144 sets of tabular trend for all parameters of
the patient.
• Should be capable to operate between wide power voltage from 110 Volts to 240
Volts .
• Should have monitor and diagnostic quality ECG with automatic gain selection
and of cascading waveforms.
• Should display functional oxygen saturation from 40 to 100% with accuracy of
+/- 2 digits and updating frequency with every heartbeat.
• Should measure non-invasive blood pressure using oscillometric method within
the measurement range 30mmHg to 250mmHg.
• Should have manual and automatic interval settings of 1,3,5,10,15,30 and 60
minutes.
• Monitor should have facility of bi-directional RS 232 serial interface for
transmission of data.
Printer (Optional)
- Should have thermal array Printer with 54 mm print width and capable to print
both waveform and numeric values.
EtCO2 (Optional)
- Should use side stream method to display capnograph with measurement range of
0 to 98 mmHg.
- Should have capability to make compensation of N2O and O2 influence.
- Should have fast start up time of less than 12 seconds to acquire the waveform.
Accessories:
- Adult, neonatal and pediatric cuffs.
- Spo2 sensor for adults/neonates/pediatric patients
Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
26.Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


P-SPECIFICATION OF SEMI AUTO ANALYSER
1. Filter Photometric system with Filter wheel for Automatic selection with
6 filter positions complete 6 interference filters like 340, 405, 510, 546,
578 & 630 nm.
2. Flow cell of 10 mm path with peltier cell temperature at 250C - 370C.
3. End point, Kinetic, Fixed Time, Bichromatic, Absorbance mode with single
or multistandards.
4. Programme for Quality Control data storage of 30 days.
5. Built-in 40 columns Thermal printer with RS232 Interface.
6. The facility of non-linear calibration curve (upto 8 Standards) for Hormones,
Drugs and Turbidlinetric tests along with all Biochemical investigations.
7. The facility to display the continuous change in OD per second & Reaction
Curve of the test on the highly illuminated LCD.
8. 100 tests programme which can allow to choose reagent manufacturer
without changing the parameters inside.
9. Programmable Aspiration Volume from 200 - 3000 μl by peristaltic pump.
10. Data storage upto 1000 patients result.
Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
26.Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


Q-SPECIFICATIONS OF ELECTROSURGICAL UNIT
I. Double microprocessor technology with two or more generators
2. Should have facility to use gas argon coagulator
3. Should provide mono polar cut in 4 or more levels, mono polar coagulation in 3 or
more levels,bipolar cut in 2 or more levels, bipolar coagulation in 3 or more levels or
with automatic bipolar coagulation
4. Optional combined bipolar cutting and coagulation
5. Sinusoidal wave form
6. Activation by double pedal foot switch and hand switch
7. Activation of bipolar by foot switch and automatic start/stop system
8. Auto diagnosis on switching on and during working to continuously monitor all
parameters
9. Automatic stoppage of output in case of malfunction with acoustic and visual signal
with display of error code
10. Output powers adjustable automatically or manually by membrane keys or push
buttons
11. Four or more programmable memory for output settings
12. Simultaneous access to mono and bipolar by 2 or more users
13. Should be usable with laparoscopic mono polar and bipolar instruments
14. System for neutral plate safety by continuous monitoring of contact quality and
connection
15. System for monitoring and control of leakage current
16. Frequency leakage on the patient should be less than I O~LA.
17. The unit should have undergone rigorous testing before being declared passed for use
18. The design should be such that maintenance and repair are easy
19. The accessories should include trolley, mains cable, foot switches for mono and
bipolar, reusable and single use neutral electrode for adults and children, cable for neutral
electrode, fixing belt for neutral electrode (child/adult), securing buttons for fixing belt,
sterilisable and or disposable
electrode handle with and without finger switch, cable for electrode handle, set of
electrodes
(long and short), electrode container with holder, tip cleaner, bipolar forceps, cable for
bipolar
forceps, cable for connecting to mono polar and bipolar laparoscopic instruments
21. The rates for all the accessories should be quoted individually and separately
22. Terms and conditions of after sales service contract. both comprehensive and
otherwise, ten years after warranty period should be quoted
23. Facility for after sales service should be available in Delhi
24. Set should be available for demonstration if required.
25.Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
26.Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


R-TECHNICAL SPECIFICATIONS OF COMPUTED RADIOGRAPHY SYSTEM
S.N. Description of function
1.1 Radiography system to replace conventional Film/Screen based X-Ray processing
techniques with Photostimulable Phosphor Plate technology based digital technology..
S.N. Operational requirements
2.1 The system shall be able to record X-Ray images on Imaging Plates(IP)
2.2 The IP shall be housed in CR Cassettes that have a Radio Frequency Tag to store
demographic data.
2.3 Operationally and functionally equivalent to and better than the present film based
system
2.4 Convert these images from the IP into digital values and transfer these values to an
image evaluation computer with predefined Image Processing Parameters.
2.5 Should record Patient Identification data on the on the image.
2.6 Maintain and manage data bank of all patient and image data.
2.7 Retrieve and reproduce accurate , high quality high resolution images from stored data
without loss of image quality.
2.8 Present CR images on a workstation as well as on hard copies.
2.9 Show full image in the X-Ray room for preview purposes.
2.10 Read and Write in CD/DVD for data Storage and review.
2.11 Appropriate technology to provide uniform and thick slice thickness.
S.N. Technical Specifications
3.1 Image Reader will have the following :
Cassete Mechanism to Load and Unload IP .
Scanning mechanism to read, erase and process the images from the imaging plate.
(IP)
Including autorouting newly acquired images to desired preview monitor.
-IP processing rate> 50 plates/hr.
-Panel for indicating online status of the CR Reader in case of machine malfunction.
-Emergency Mode for accepting exposed cassettes without patient demographics for
casualty trauma workflow requirements.
-Capability of retrieving at least 10 scanned images and quick check of the exam data
and the image of aat least the last four cassettes scanned at the X-Ray room.
- Verification of the connectivity status of configured image destination.
-Spatial resolution of digital image 6-10 pixels/mm..
- Scanning resolution for all the IP Plates should be specified in the quote.
-Should enable 12 bit images.
- X-Ray Generator compatibility with reputed manufacturers..
- Image matrix atstandard resolution (14 x 17) - 2000 x 2500 Row x
Column
-- Image matrix atstandard resolution (14 x 17) - 3000 x 4000 Row x
Column
3.2 CR Workstation will have the following.:
--Capable of Archieving and printing selected images to a standard DICOM
destination in DICOM 3.0 format.
--Storing images in the local disk for predefined period.
-Mechanism for accepting new images when the local disc is full..
- Sorting of patient image based on name,date,exam etc.
-Advance Processing Software.
Using predefined parameters or user defined and stored image parameters.
-Correcting typographical in patient demographic module, in case RIS connection was
down and manual data entry was done.
-Capability of changing R/L,Flipping , Rotating, Zooming,Collimating, annotating the
incoming image..
-Multi image and slide formats.
- Capability of storing in CD/DVD.
-Software for Advance Image processing, applications, display and quality monitoring.
-Connectivity and compatibility to communicate to RIS/HIS and DICOM Compatible
devices such as MR/CT/DSA Work station,
-.Shouild provide for HL-7 compatible interface.
-Output grayscale resolution- 16 bits/pixel.
3.3 Remote ID and Preview station. Should have the following:
-Auto detection of cassette.
-Mechanism of writing /reading data on/from RF Tag..
-HIS/RIS/DICOM Compatibility.
-Preview scanned images on predefined preview terminal.
-Retrieving capality of last 10 patient ID on the terminal.
-Identification of overexposure on preview module.
-Mechanism for user release in case of autorouting images.to predefined DICOM
destinations
-System should be able to support minimum 5 review terminals
-Preview display time < 45 sec.
3.4 Color dry view imaging printer
(film based) with the following:
-Print Images from CR workstation. In DICOM 3 format.
-Mechanism to print images to 14x17 and 8x10 film sizes simultaneously.
-Docked in processor.
-Resolution> 600 DPI.
-Multiple Image and slide printing capability.
-Shall be able to switch between Receiver Mode and Processor mode.
S.N. System Configuration Accessories, spares and consumables
4.1 IP/Cassettes size- qty
35 cmx35 cm 03
24cm x 30 cm 03
15 cmx 30 cm 03
20 cmx 25 cm 04
25 cmx 30 cm 08
4.2 Image Reader system 01
4.3 CR Workstation 01
4.4 RIS Interface 01
4.5 Remote ID and Preview stationn. 01
4.6 Archieving System 01
4.7 Color dry view imaging printer
(film based)
4.8 Black and white thermal video printer
4.9 Black and white laserjet printer for reporting
S.N. Environmental factors
5.1 The unit shall be capable of operating continuously in ambient temperature of 300C and
relative humidity of 80%
S.N. Power supply
6.1 Power input to be 220-240VAC, 50Hz, fitted with Indian plug
6.2 Resettable overcurrent breaker shall be fitted for protection
6.3 Spike protector of appropriate rating should be provided
6.4 UPS of suitable rating conforming to IS-302 shall be supplied
S.N. Standards and safety
7.1 Should be FDA or CE approaved product
7.2 Electrical safety conforms to standards for electrical safety IEC-60601 / IS-13450
S.N. Documentation
8.1 User manual in English
8.2 Service manual in English
8.3 List of important spare parts and accessories with their part number and costing.
8.4 Certificate of calibration and inspection from factory.
8.5 Log book with instruction for daily , weekly, monthly and quarterly maintenance
checklist.
The job description of the hospital technician and company service engineer should be
clearly spelt out
8.6 Comprehensive guarantee for 5 years of complete system and all other parts for which
order will be placed with uptime warranty of 98%. Comprehensive Guarantee period
will be extended by double the downtime if it exceeds more than 2% in a year.
8.7 Rates of comprehensive AMC for complete system and all parts for which order will be
placed with an undertaking of 98% uptime and extension of AMC period by double the
downtime if it exceeds more than 2%.
9. Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
10. Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


S-Specification of 3‐Part Differential Fully Automated 18‐Parameters Haematology Analyser
1. The machine should be Fully Automated Haematology Analyzer providing 18 parameters including
3‐Part differential, with automated dilution facility.
2. The system should provide measured parameters such as WBC, RBC, HGB, HCT, PLT and other
calculative parameters such as WBC‐differential, PLT/RBC‐ indices with user definable settings for
RDW‐CV or RDW‐SD.
3. The system should use the proven and approved 'Volumetric Metering' system of cell counting for
WBC's, RBC's, and PLT's for high precision of the result , stability of the calibration. WBC differential
parameters such as Neutrophils and Lymphocytes must be given and also in absolute count.
4. The system should have large LCD display to have a review of all results along with the three
histograms of WBC, RBC & PLT on the screen with automatic floating discriminator.
5. Throughput of the instrument should be at least 55‐60 samples/hr. in whole blood mode & should
have a provision for paediatric sample analysis through pre‐dilution with a lower volume of whole
blood without using capillary tubes.
6. Instrument with electronic card sensor for reagent inventory & possessing clot filters with
periodical replacement will not be accepted.
7. The system should have double counting pathway of RBC & WBC with independent cyanide free
reagents for haemoglobin estimation through flow cell/ channel, using high intensity LED and not
lamp source.
8. The system should have world reference 'Electrical Impedance' method of cell counting for the
reliability of the results for WBC, RBC & PLT, with an integrated temperature sensor for monitoring
& compensating for shifts in room temperature. HCT measurement with Cumulative Pulse Height
or similar.
9. The system should be Valve (Sample Rotatory Valve) based for the precision sample aliquot for
dilutions and inbuilt probe wiping after every sample.
10. The system should have a low cost per test. All reagents required should be available locally from
the company or its authorized distributor within 7 days of placement of order.
11. Tri‐level control, UPS of 30 mins capacity & external Roller Mixture with capacity of at least
9 ‐12 vials to be supplied along with sufficient start‐up kit for two months with each &
every equipment.
12. The manufacturer should have CE Certification/ US‐FDA approval to prove its worldwide
reputation, quality and reliability. The distributor submitting the offer should have a substantial
installation base in Govt. Hospitals along with wide network of trained
technical, service and application.
13. Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and rectification of
faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
14. Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


T-SPECIFICATION OF ELECTROLYTE ANALYSER
1. Electrolyte Analyser should be capable for testing Na+ and K+.
Should have provision for upgradation with ionized Calcium , ionized Mg+ &
ionized Li++ in future.
2. Acceptable samples : Serum, Plasma & Whole blood.
3. Equipment must have provision for attachment of auto sampler.
4. Throughput of at least 40 samples per hour with measuring time of
30 - 40 seconds.
5. Sample volume average 100 - 150 μl, micro sample facility of 50 μl.
6. Built-in air detector to identify air bubbles while testing.
7. Built-in quality control programme like Levy-Jennings QC chart,
selectable Westgard rules.
8. User selected test parameters.
9. Suitable UPS system to be supplied with the equipment.
10. Internal sample disposal and disinfectant should be present.
11. Provision of upgradation with auto sampler.
12. Should have service centre at Kolkata & supplier must give undertaking for
after sales services for 24 hours in any day.
13. Minimum 10 numbers installation with leading Govt. Hospitals & reputed
Private Hospitals & Diagnostics centres.
14. Manufacturer should have ISO 9001 & FDA certification for the
Electrolyte analyzer.
. Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of PG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
11. Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


U-Technical Specification for ICU ventilators
1. Microprocessor Controlled ventilator with integrated facility for
Ventilation monitoring suitable for New born to adult ventilation.
2. Imported hinged arm holder for holding the circuit
3. Colored TFT screen, 12 Inch or more
4. Facility to measure and display
a) End tidal CO2 with capnography.
b) 3 waves- Pressure and Time, Volume and Time and Flow and Time.
c) 3 loops- P-V, F-V, P-F with facility of saving of 3 Loops for reference.
d) Graphic display to have automatic scaling facility for waves
e) Status indicator for Ventilator mode, Battery life, patient data, alarm
settings, clock etc
.
5. Trending facility for 72 hours with minimum 5 minutes resolution for
recent 24 hours
6. Automatic compliance & Leakage compensation for circuit and ET tube
7. Following settings for all age groups.
a) Tidal Volume
b) Pressure (insp)
c) Pressure Ramp
d) Respiratory Rate
e) SIMV Respiratory Rate
f) CPAP/PEEP
g) Pressure support
h) FIO2
i) Pause Time
j) Pressure & Flow Trigger
8. Monitoring of the following parameters
a) Airway Pressure (Peak & Mean)
b) Tidal volume (Inspired & Expired)
c) Minute volume (Inspired and Expired)
d) Spontaneous Minute Volume
e) Total Frequency
f) FIO2 dynamic
g) Intrinsic PEEP and PEEPi Volume
h) Plateau Pressure
i) Resistance & Compliance
j) Use selector Alarms for all measured & monitored parameters
9 Modes of ventilation
a) Volume controlled
b) Pressure Controlled
c) Pressure Support
d) SIMV (Pressure Control and volume control) with pressure support
e) CPAP/PEEP
f) Inverse Ratio Ventilation
g) Advanced mode like pressure controlled volume guaranteed
h) Non Invasive ventilation
i) APRV
10. Apnea /backup ventilation
11. Expiratory block should be autoclavable and no routine calibration required.
12. Should have the ability to calculate / Procedure
a. Intrinsic Peep & Intrinsic PEEP Volume
b. Occlusion Pressure
c. Spontaneous Breathing trial
d. Facility to calculate lower and upper inflection point
13. Nebuliser with capability to deliver particle size of < 3 micron & to be used
in both Off and On line
14. Automatic Patient Detection facility preferable
15. Reusable silicone autoclavable sets of each Pediatric and adult hoses-2 sets
of each with each ventilator.
16. Medical Air Compressor (Optional)
a) Imported stand alone Medical Air compressor
b) Snap fit with the Ventilator module to provide an oil free Medical air .
c) Peak output flow should be minimum 160 LPM.
d) Air quality should comply with ISO compressed air purity class.
e) Medical Air Compressor should automatically activate in the event of
wall air supply loss.
f) Replacement of internal filters should be performed without removing
the compressor
g) Should have washable air filter.
Technical Specifications for reusable face mask & nasal mask.
Reusable face & nasal mask with textured dual flap silicone cushion flap for easy fit.
Removable forehead support and pad to match the angle of patient’s forehead
Stability Selector for easy fit and angle.
Ball & Socket headgear attachments.
Should be autoclavable.
2 sets of all sizes (Small, Medium, Large) with each machine.
19. General conditions
a) Demonstration of quoted model is a must
b) Compliance Report to be submitted in a tabulated and point wise manner clearly mentioning the page/para nu
c) Should have local service facility
d) Battery back up for minimum 30 min
e) Must submit user list & performance report within last 5 years from major hospital.
f) Back to back warranty to be taken by the supplier from the principal to supply spares for minimum 10 year
20.Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and rectificati
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
21.Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


V-Operative Gynaecological Laparoscope Set
A) Laparoscopic Telescopes: Enlarged distortion free view; Autoclavable as well
as sterilized by liquid disinfectant; Fiberoptic light transmission incorporated,
1. 10 mm diameter, 0 degree angle of vision (30-36 cm)
2. 5 mm diameter, 25 to 30 degree fore oblique (28-30cm).
B) Trocar & cannula reusable: Trocar sleeve with insufflation stop – cock:
Automatic (silicon leaflet valve or flap valve)& manual controlled valve
( Multi functional ); with pyramidal tip trocar. Working length 10.5 cm
1. 5/6 mm diameter for 4/5 mm telescope & instruments
2. 11 mm diameter for 10 mm telescope & instrument
3. High flow trocar sleeve with reducer for 10 mm and 5 mm instruments .
C) Auxiliary instruments: Monopolar, rotatable 5 mm diameter instruments with a
working lenth of at least 30-36cm, having an insulated handled, insulated shaft
&jaw inserts which can be easily and quickly assembled in to a complete instrument or
dismantled.
1. Atraumatic grasping forceps with double action long tapered jaws
2. Grasping forceps with teeth and double action jaws .
3. Grasping and dissecting forceps with double action jaws
4. Metzenbaum scissors curved, both blades opening
5. Micro scissors .
6.Punch Biopsy forceps
7. Babcock’s forceps
D) Auxiliary instruments: Rotatable 10 mm diameter instruments with a
working lenth of at least 30-36 cms, having a handled, uninsulated shaft
& jaw inserts whichcan be easily and quickly assembled
in to a complete instruments or dismantled.
1. Babcock clamp with double action jaws .
2. Grasping forceps with claws/teeth .
3. Large operating scissors with double action jaws
E) Bipolar instruments: 5 mm diameter instruments with a
working length of at least 30 -36cms having a haw insert, sliding sleeve,
outer tube and handle which canbe easily and quickly assembled
in to a complete instrument or dismantled
1. Grasping forceps Kleppinger
2. Grasping forceps long flat jaws
F) Multifunction Suction & Irrigation System
1. Multifunction Suction irrigation handle with provision for using
5mm diameter auxiliary instruments
2. Suction irrigation cannula 5mm diameter for the above
3. Suction irrigation cannula 10 mm diameter for the above
4. Suction irrigation cannula 5mm diameter for the above for aqua –
dissection
5. Reusable suction irrigation tubing set
G) Needle holder: 5 mm diameter instrument with a working length of at least 30-
36 cms with carbide insert tips for straight and curved needles
Assistant needle holder: 5 mm diameter instrument with a working length of at least 30-
36cms with carbide insert tips for straight and curved needless
H) Knot pusher: 5 mm diameter, working length of at least 30 cms. For extracorporal
knotting
I) Monopolar High frequency electrodes of 5mm diameter and working length of at
least 30-36 cms.
1. Needle electrodes
2. Spatulaelectrodes
3. Hook electrodes
4. Knife electrodes
J) Clip applicator: 10/5 diameter, working length of at least 30cms should be quoted
with adequate no of spare clips
K) Injection and puncture cannula: 5mm diameter and
working length of at least 30 cms.with leur connector
L) Myoma screw: 5 mm diameter and working length of at least 30 cms.
M) Uterine Manipulator for LAVH, for mobilization of
uterus, identification of vaginal fornices and sealingof
vagina during hysterectomy
N) Electronic Morcellator with cutting sleeve and protective sleeve along
with spare knife .
O) High frequency monopolar cables for the above auxiliary equipments
P) High frequency Bi- polar cables for the above auxiliary equipments .
Q) Endoscopic camera with T.V. monitor
R) Xenon light source
S) CO2 insufflator
T) Electrocautery
U) UPS
See specification for Q,R,S,T & U under respective head
V) Xenon light source.
300 watts bulb minimum 1000 hrs. with at least one spare bulb.
- Fully automatic with light intensity continuously adjustable from 0-100%
automatically by the cameras video output signal
- Should have display of lamp service life.
- Stand by mode
- Monitoring of lamp function.
- Built in antifog air pump.
- Universal jaw assembly to adapt cable of any make.
- Light wt. <10 kg.
- Certified for international/national safety standard norms+power supply
- Power supply 220-240 VAC 50/60 Hz.
- Should be quoted along with spare lamp
W) T.V.Monitor
- Multinorm/PAL system monitor for different color systems existing in the country.
-Compatible with endovision camera of any make
-Screen size diagonal 20” Ultra high resolution.
-Max horizontal screen resolution in lines >800 lines.
-Monitor menu displays all controls, capabilities and operations via curser keys user
defined captions, easy to use and highly dependable.
-Should have multiple video input and out puts – BNC,RGB,Y/C
-Power supply of 200-240 VAC.
-Should have facilities for recording the data on computer /digital Video
recorders/CD
-On screen menu for monitor setting , Compact and light weight ,Drip water
protected dust proof , all connecting cables to be supplied
X) VIDEO COLOUR PRINTER :-
-For endovision camera and multi colour systems existing in country
-Large colour prints of video images with outstanding quality at least 4 different
images can be stored and printed on one sheet.
-Memories at least 4 frame. Should be compatible with any monitor and should be
supplied with all connecting cables, satisfying international quality controls, safety
norms and power supply
Y) High frequency electrosurgical unit Dedicated for endoscopy
• Should have unipolar cutting and coagulation as well as bipolar cutting and
coagulation modes and have the facility of blending cutting and coagulation in different
ratios
• Arc controlled cutting with a pre selectable power of maximum of 200 watts
in both unipolar and bipolar modes.
• Arc controlled coagulation with a pre selectable power of maximum of 120
watts in both unipolar and bipolar modes.
• Auto stop function with automatic power – off on completion of coagulation
process.
• Automatic start function for bi- polar coagulation. Should be operable both in
hand and foot mode and should have hand control switch on the handle of the
electrode
• Endoscopy mode with reduced
voltage out put for use with fine endoscopic electrodes.(microfunction)
• It should have automatic read out panel to display current being used and actual
output at distal tip of electrode simple operation due to clearly arranged control
with easy to read symbols.
• Should be compatible with under water operative procedures
• It should have neural electrode monitoring through a patient contact system.
• It should have automatic high frequency power cut off by autocoagulation stop
and autostart facility
• The unit should have the facility of self testing for trouble shooting.
• Visual and acoustic signs of HF activation by different colored indicators and
different acoustic tones for cutting and coagulating.
• Unit should have safety monitoring circuit in event of malfunction for output
monitoring. Neutral electrode connection . Automatic self test and automatic
power cutoff in event of malfunction. Ground leakage current(LF/HF) HF
application time.
• The unit should be supplied with all standard accessories such
as Electrode,Foot switch, Twin earth pad , bipolar forceps with Cord, Electrode
Handle with switches , neutral plate, ball electrodes, Loop electrodes, variable
output power for all types of currents.
Z) Flexible fiberoptic light cable:
a. Fibre bundle of 4.5 mm diameter
b. Length of 230 cms
c. Compatible with A above
PLASTIC CONTAINERS FOR STERILIZING AND STORAGE:-
1. Plastic container for sterilizing and storage-
-Perforated with transparent lid, for use with 30 cm and 36 cm Hand line
Instruments. External dimensions approx 550x260x150 mm
2. Plastic container for sterilizing and storage of camera heads :-
- for use with steam gas and plasma sterilization .
3.Basket for cleaning sterilizing and storage of 2 rigid endoscopes and one light
cable and including holder for adaptors. External dimension s appox.
490x125x60 mm
MOBILE VIDEO CART :-
-5 Shelves- distance between the shelves should be sufficient to accommodate the
equipment comfortably with working space.
-4 wheels – antistatic dual wheels, 2 equipped with locking brakes .
- one drawer unit with lock, one camera mount.
DIMENISIONS ;-
-Appropriate Height.
-Appropriate standard dimensions, Power Box, socket board with 12 plugs and 12
grounding plugs.
The Mobile Video cart should be supplied by the company supplying the basic
of laparascopic unit.
Laparoscopic unit consists of :-
-Xenon light source
- Electronics Insuffulator.
- T.V.Monitor
- Camera Control Unit.
- Suction devices.
A UPS to be given with all systems for backup in case of power failure
1. The quoted equipment should confirm to CE & IEC
standards or equivalent for such category of equipment.
2. The unit should be quoted with all the accessories so that when installed the unit
should be capable of full function without need for additional accessories.
3. The firm or its representative should be based in Delhi for easy after sales repair.
4. 3years on site warranty with periodic maintaining visits ( minimum 4 visits in a
year ) over these 7years.
5. Should be willing to undertake maintenance repairs
whenever necessary after the expiry of the warranty period for a minimum period
of 7years.
Vacuum Extractor
• The equipment should have facility for suction evacuation and MTP and vacuum
extractor of fetal head.
• Electric requirement as per Indian power supply 240 watts.
• Vacuum pressure/suction pressure of the unit should be 0-800 mmHg minutely
adjustable.
• There should be 2 collection bottles small of 1.5 -2 L and Large of 3-4 L
• There should be at least 2 suction cups, preferably 3 small -25-30 mm medium
40-45 and large 50-60mm internal diameter which can be sterilized and should be
rust proof. Silastic cups also to be supplied
• There should be separate suction tube for the both suction and vacuum extractor.
• There should be float valve for each bottle.
• The power control should be by foot switch also.
• The unit should be mounted on a mobile trolley which is rust proof with a try to
keep the instrument which is made up of stainless steel and should be rust proof.
Trolley should have locking device in wheels.
• The unit should have ISO-9001/2 certificate which should be submitted with
tender.
Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
26.Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


W-TECHNICAL SPECIFICATION OF AUTOMATED ELISA WASHER
1. The plate /strip washer should be an open system with on-board soft ware and printer.
The system should be provided complete with hardware & software and ready for operation.
2. The system should be efficient in using the wash buffers with minimum wastage due to priming
or while switch over of buffer.
3. Option of 8 channel or 12 channel manifolds should be available to provide additional control
over throughput requirements.
4. High power integrated vacuum should be provided to allow superior dispense and aspirate
efficiency.
5. The machine should be freely programmable with 65 – 75 different wash programmes for
creation and on-board storage and recall. Each test will be stored under its own character name.
6. The wash programme must be flexible to allow the user to customize any type of wash
procedure.
a) Single cycle washing methods -
i) Aspirate ii) Dispense iii) Bottom wash iv) Bottom aggregate v) Shake vi) Agitation.
b) 4 two cycle washing methods –
i) Wash + Aspirate ii) Wash + Bottom aspirate iii) Bottom wash + Aspirate
iv) Bottom wash + Bottom Aspirate.
7. Soak time – 0 to 9.99 seconds in strip mode and
0 to 59 minutes in plate mode.
This will provide flexibility in wash programme.
8. Plate shaking capacity to allow removal of bubbles and liquid adherence to well walls.
9. Liquid dispense control must be provided which is very useful for sensitive cell based assays
and high viscosity buffers.
10. The needle position must be programmable for bottom wash, crosswise operation and
over flow washing, ensures proper dispensing and aspiration of buffers.
11. The residual well volume must be less than 2 μl. This eliminates problem of residual buffer in
flat bottom wells.
12. Any strip can be omitted during kit programming to provide flexibility.
13. Every method can be repeated up to 9 times to ensure flexibility.
14. Plate compatibility – should be flexible with most 96 well microplate having flat, ‘U’ & ‘V’
bottomed wells.
15. The equipment should incorporate maintenance features like autorinse, aerosol protection
cover for the operator and electronic liquid level sensors.
16. Wash bottle sensor – this will alert the user when the bottle becomes full and eliminates liquid
back up in the system.
17. Easy removal of manifold to simplify cleaning only by unplugging of tubes.
18. Accuracy- should have less than 2.5% CV across the 96 well plate.
19. Dispense volume- variable between 50 to 100 μl.
20. OEM’s need only participate.
21. CMC terms and condition to be taken into consideration during Technical evaluation.
22. Excellent after sales service must be provided by manufacturer trained Engineers stationed
in Kolkata.
23. Spare parts must be available throughout the entire Codal life of the equipment.
Desirable criteria :-
On-board access of up to three different wash buffer,
plus distilled water line for rinse for convenience.
Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


X-Technical specification of Centralized manifold room and Medical Gas Pipeline system
The system should comprise of
A. Source Equipments
• Liquid oxygen supply system(Optional)
• Fully Automatic Oxygen manifold & control panel
• Fully Automatic N2O manifold & control panel
• Vacuum (suction) supply system
• Medical Compressed Air System
• Anesthesia Gas scavenging system (in O.T)- optional
B Distribution pipes.
C Outlets including Pendants for OT, ICU and bed head panel for wards
with accessories(optional)
D Complete Alarm system.
E Accessories.
• Oxygen flow meter with humidifier
• Ward vacuum units
• Theatre Suction units.
1. Oxygen System:-
Oxygen System Shall consists of the followings:-
• Liquid Oxygen System (optional)-
• Oxygen Manifold System with Automatic Control Panel
• Oxygen Emergency supply system
1a Liquid Oxygen supply system
Liquid oxygen will be the primary (main) supply source and the oxygen manifold will work as stand
by. In case of failure in liquid oxygen, manifold will work as supply source. In case of failure in liquid
oxygen supply, it should automatically switch over to oxygen manifold.
The unit shall consist of a double walled vertical vessel(made of stainless steel and carbon steel)for
out door installation capacity as per consumption of the institute.
It should be fitted with standard accessories as minimum and should have undergone standard
inspection requirement. A certificate to that respect to be submitted
1b Oxygen Manifold
a) Manifold shall consist of two high-pressure header bar assemblies to facilitate connection of primary
and secondary cylinder supplies. Each header bar shall be provided with ------ numbers( as per
hospital requirement) of cylinder pigtail connections to suit cylinder valves as per IS 3224
incorporating a check valve at the header connection. The high-pressure header bar shall be
designed in such a manner that it can be extended to facilitate additional cylinder connections. Each
header bar assembly shall be provided with a high-pressure shut-off valve.
b) The manifold should be so designed that it shall suit easy cylinder changing and positioning.
c) The cylinder should be placed with the help of cylinder brackets and fixing chains which should be
zinc plated.
1c Fully Automatic Oxygen Control Panel
a) The Oxygen Control Panel shall be of microprocessor based Digital Display Type. Pressure
reduction shall be in two stages. Panel shall be integrated with pressure gauges inside panel on
down stream of pressure regulator. Panel shall be fitted with standby line regulator. Line regulators
shall have pressure relief mechanism for testing and servicing purpose.
b) Panel shall be Fully Automatic and shall switch over from “Bank in Use” to
‘Reserve Bank’ without fluctuation in delivery line pressure and without the need of
external electrical power. After the switch–over, the “Reserve Bank” shall become the
“Bank in Use” and the “Bank in Use” shall become the “Reserve Bank”. The Control
Panel will be powered by a microprocessor. The unit shall be compact and enclosed in
NEMA 1 enclosure.
c) A Microprocessor circuit board assembly shall provide a relay output to give indication when or just
before the manifold switches from one bank of cylinders to another. The switch over shall be
mechanically controlled, not electrically.
d) To avoid excess pressure being supplied to the distribution system, a pneumatically relief valve for
the line regulator shall be incorporated. An intermediate pressure relief valve shall be installed
between the high-pressure regulators and the line delivery regulators.
e) The control panel incorporates six coloured LED’s, three for the Left Bank and three for the Right
Bank: Green for Bank in use, Amber for Bank ready and Red for Bank empty. Both the Left and
Right bank pressures and the main line pressure should be displayed on the front door of the cabinet
by means of LED's. All pressure transducers, micro switches, and display LED’s shall be pre-wired
to an internal microprocessor circuit board.
f) All components inside the Control Panel like Pressure Regulators, piping and control switching
equipment shall be cleaned for Oxygen Service and installed inside the cabinet to minimize
tampering with the regulators or switch settings.
g) The Control Panel should be made to provide Heavy Duty with a Flow Capacity of over _____(as
per requirement of the hospital) LPM.
h) Panel shall be compatible for interfacing with the Information Management System.(optional)
1d Emergency Oxygen System: It will have emergency arrangement of one set of two-cylinder
configuration with Copper tail pipes, Non Return Valves & high flow regulator with pressure gauges
for Cylinder & line pressure and safety valve. Pressure regulator shall be detachable from the
manifold.
2 Nitrous- oxide system
Nitrous Oxide system shall consist of the followings: -
• Nitrous Oxide main manifolds supply system
• Fully automatic control panel
• Emergency supply system
2a Nitrous Oxide Manifold
Same as that of Oxygen Manifold but of -----------Nos (as per requirement of the hospital) cylinder
capacity.
2b Fully Automatic Nitrous Oxide Control Panel
Same as 1c i.e. Fully automatic oxygen panel and
The Control Panel will be made to provide Heavy Duty and have a Flow Capacity of over -----------
LPM. (as per hospital requirement)
2c Emergency Nitrous Oxide System:
Emergency system shall have arrangement of one set of Two-cylinder configuration with Copper
tail pipes, Non Return Valves & high flow regulator with pressure gauges for Cylinder & line
pressure and safety valve. Pressure regulator shall be detachable from the manifold.
3 Vacuum (suction) system
a) Vacuum system shall be stack mounted ---------------- cfm capacity. (as per requirement of the
hospital)
b) The package shall include lubricated rotary vane vacuum pumps and associated equipment, one
vertical ASME tank and one control panel. The only field connections required would be system
intake, exhaust and power connection at the control panel. All components shall be completely prepiped
and pre-wired to single-point service connections. All interconnecting piping and wiring shall
be completed and operationally tested prior to shipment. Provide liquid tight conduit, fittings and
junction boxes for all control and power wiring.
c) The medical vacuum pumps shall be of the rotary vane air-cooled design with integral, fully re
circulating oil supply with sight gauge to indicate oil level. The oil separation system shall be
integral and shall consist of no less than four stages of internally installed oil and smoke
eliminators. This system shall be capable of removing 99.9% of oil and smoke particles from the
exhaust. Each pump shall include a built-in anti-suck-back valve mounted at the pump inlet; and
each pump shall be equipped with three non-asbestos vanes, each having a minimum life of 30,000
to 40,000 hours.
d) Each vacuum pump shall be driven by a ---------- HP motor(as per requirement of the
hospital). Each pump shall have a capacity of ---------------at 19 “HG(as per requirement of the
hospital).
e) The system shall include the following accessories for each pump: inlet check valve, inlet isolation
valve, vacuum control switch, oil temperature gauge, thermal malfunction switch and vacuum
control switch. Provide flexible connectors on inlet and exhaust of each pump, exhaust tee with
union, drip-leg with cock valve as well as copper tubing with shut-off cock for gauge and vacuum
switches. The system shall include a --------- gallon(as per requirement of the hospital) vacuum
storage tank of ASME construction. The tank shall be rated for full vacuum service and shall be
equipped with a valved by-pass, vacuum gauge and manual tank drain. The inside of the tank shall
be coated for rust protection with a two component coating which provides a hard, durable lining.
f) Provide vibration mounting per NFPA 99.
g) The system shall include a UL listed control panel in a NEMA 12 enclosure with the following
accessories for each pump:
h) Externally operable fusible disconnect with door interlock, control circuit transformer with fused
primary and secondary coils, H-O-A switch, magnetic starter with 3 leg overload protection, hour
meter, motor running light and minimum run timer to prevent short cycle operation.
i) Provide the panel with a plug-in type programmable controller with removable terminals to allow
quick and easy replacement in the field. The system should be designed to function even if the
programmable controller fails. If one of the pumps is out of service the system control shall omit the
pump from the alternating cycle, automatically alternating between the remaining pumps only. The
system shall revert to normal alternation automatically when the condition is corrected. In addition
to standard automatic alternation, the system shall be equipped with forced time alternation in the
event that the pump is unable to satisfy the demand in 30 minutes. The system shall be equipped
with a flashing light pump failure alarm/shutdown at any of the following conditions: motor overload
tripped, main disconnect is off, blown fuse, control transformer failure, starter coil failure, H-O-A is
off.
j) Provide audible and visual local alarm (complete with indicating lights and individual sets of
auxiliary contacts wired to the terminal strip for remote alarm indication) for the following: vacuum
pump thermal malfunction and reserve vacuum pump in use. Provide manual reset for thermal
malfunction shut-down. All control and alarm functions shall remain energized while any vacuum
pump in the system remains electrically on-line. The lag vacuum pump shall be able to start
automatically if the lead vacuum pump fails to operate.
k) an additional Vacuum reservoir with by pass arrangement (optional)
4 Air Compressors
a) The package shall include ---------------(as per requirement of the hospital) oil-less air
compressors and associated equipment, one vertical ASME tank and one control panel. The entire
system including the receiver shall be mounted on a common structural steel stack base. The only
field connections required would be system intake, exhaust and power connection at the control
panel. All components shall be completely pre-piped and pre-wired to single-point service
connections. All interconnecting piping and wiring shall be completed and operationally tested prior
to shipment.
b) The medical air compressors shall be of the totally oil-less reciprocating air-cooled design.
Connecting rod and bearings shall be packed with lifetime lubrication and sealed.
c) Each compressor shall be belt driven by a ------------ HP (as per requirement of the hospital), 3
phase, 50 cycle, 415volt, ODP NEMA construction motor. Slide bases for convenient belt tension
adjustment and totally enclosed OSHA approved belt guards shall be provided.
d) Each air compressor shall have a capacity of ----------(as per requirement of the hospital) at 100
PSIG.
e) The system shall include individual compressor inline intake filters, discharge check valves of
bronze construction, safety relief valves, bronze intake and discharge flexible connectors, solenoid
unloaders, isolation valves, air cooled after coolers for each compressor, high discharge
temperature shut down switches on each cylinder, pressure control switches, as well as copper
tubing with shut-off cock for gauge and switches. The system shall include a ------------gallon (as
per requirement of the hospital) pressure storage tank of ASME construction rated for 200-PSI
MWP service. The tank shall be equipped with a pressure gauge, safety relief valve, 3-way bypass;
gauge glass and automatic electronic tank drain with manual override. The inside of the
tank shall be coated for rust protection with a two component coating which provides a hard,
durable lining. Provide spring vibration isolators for each compressor.
f) The system shall include a UL listed control panel in a NEMA 12 enclosure with the following
accessories for each pump:
g) Externally operable fusible disconnect with door interlock, control circuit transformer with fused
primary and secondary coils, H-O-A switch, magnetic starter with 3 leg overload protection, hour
meter and motor running light. Provide the panel with a multiple position selector switch for
selection of normal operation (automatic alternation) or manual selection of lead and lag pumps if
one of the pumps is taken out of service due to scheduled maintenance. Provide audible and visual
local alarm (complete with indicating lights and individual sets of auxiliary contacts wired to the
terminal strip for remote alarm indication) for the following: compressor temperature
malfunction and reserve compressor in use. Provide manual reset for thermal malfunction
shutdown. All control and alarm functions shall remain energized while any compressor in the
system remains electrically on-line. The lag compressor shall be able to start automatically if the
lead compressor fails to operate.
h) Dual desiccant air dryers, dual 0.5 micron pre-filters, dual 0.5 micron after-filters, line
pressure regulating valves, dew point monitor, CO monitor and other accessories required to
meet and exceed the current code requirements shall be mounted on the compressor system base.
All components shall be completely pre-piped and pre-wired to single-point service connections as
per latest international standards.
i) There shall be two identical banks of air treatment equipment, piped in parallel and provided with
valves to by-pass either filter set for element replacement, maintenance and repair work on one of
the sets while still treating medical compressed air through the other set without any sacrifice in air
quality. Each bank should consist of three stages of treatment.
j) The first stage is a prime efficiency coalescer with particle removal down to 0.5 micron with
99.9999% retention. This filter removes aerosols and solid particles. The filter is equipped with
electronic drain and element change indicator.
k) The second stage is a desiccant heatless air dryer, equipped with purge control. Built-in purge
saver control will automatically minimize and adjust the amount of purge air to match the variable
airflow. The dry compressed air is discharged from the "on line" tower into the third stage.
l) The third stage is a prime efficiency particulate after filter with particle removal down to 0.5 micron.
The after filter element is provides high particle retention, low pressure drop and long element life.
m) Downstream pressure regulators will maintain constant discharge pressure of 55 PSIG (field
adjustable).
n) Digital dew point and CO monitors with alarm set points at +390F and 10 PPM are provided with
dry contacts for connection to remote alarm panels. A "demand check" for maintenance should as
per current code requirements of latest international standards.
5 Distribution piping (indigenous)
1. Copper pipes shall be solid drawn, tempered, seamless, phosphorous
deoxidized, non-arsenic and degreased for oxygen service conforming to
BS EN 1057:1996. The chemical composition shall be as per BS-6017:
1981 Table 2, Cu-DHP grade.
2. The supply of pipes shall accompany with manufacturers test certificates
for physical properties and chemical composition. The supply of pipes
shall be further substantiated with inspection certificates from third party
inspectors like LLOYDS.
3. Each pipe shall be capped at both ends before supply.
4. The contractor shall use the following sizes:
1. Outer Dia. Thickness
2. 12mm 0.7mm
3. 15mm 0.9mm
4. 22mm 0.9mm
5. 28mm 0.9mm
6. 42mm 1.2mm
7. 54mm 1.2mm
8. 76mm 1.5mm
5. Fittings used for connecting copper tubing shall be made of Copper and
brazed type connection as per BS:864:Part 2:1983.
f) Installation and testing
i. Installation of piping shall be carried out with utmost cleanliness. Only pipes, fittings and valves
that have been degreased and fittings brought in polythene sealed bags will be used at site. Pipes
fixing clamps shall be of non- ferrous and non- deteriorating plastic suitable for the diameter of the
pipe.
ii. All pipe joints shall be made using inert gas using flux less silver brazing method (silver brazing).
Continuous purging with oil-free nitrogen to be carried out while brazing is done.
iii. Adequate supports shall be provided while laying pipelines to ensure that the pipes do not sag.
Suitable sleeves shall be provided wherever pipes cross through walls/slabs. All pipe clamps shall
be non-reactive to copper.
iv. After erection, the pipes will be flushed with dry nitrogen gas and then pressure tested with dry
nitrogen at a pressure equal to twice the working pressure or 150 psig, whichever is higher for
period of not less than 24 hours.
v. All the piping system shall be tested in the presence of the site-engineer or his authorized
representative.
vi. Painting
All exposed pipes should be painted with two coats of synthetic enamel paint and color codification
should be as per IS:2379 of 1963.
6 Alarm System
The master and area alarms as per required locations
Alarm shall be microprocessor based with individual microprocessors on each area display and
sensor board. The sensors shall be capable of local or remote mounting. Eacharea display
module/sensor unit shall be gas specific. With an error message display for an incorrect
connection.
The alarms shall be field expandable with the addition of extra modules. Upto six services
can be accommodated per standard box
Each specific service shall be provided with an LED digital read out comprising of 0-250 psi for positive
pressure and 0-30 inch Hg for vaccume. The digital readout shall provide a constant indication of each
service being measured. A bar graph trend indicator shall be provided for each service indicating a green
“NORMAL”, yellow “CAUTION” and a red “HIGH” or “LOW” alarm condition. Under normal operation the
bar graph display shall move up and down in the green range depending on service usage. If an alarm
occurs, the “RED” alarm light will flash and the audible alarm will sound. Pushing the “ALARM
SILENCE” button will cancel the audible alarm but the unit will remain in the alarm condition until the
problem is rectified.
The default set points shall be +/- 20% variation from normal condition.
In the calibration mode the following parameters shall be field adjustable:
• High/Low set points
• Imperical/Metric Units
• Repeat alarm enable/disable
Set points shall be adjustable by two on board push buttons.
In addition “PUSH TO TEST” & “ALARM SILENCE” buttons shall be easily accessible to
operate and test the unit.
Combination master/area alarms shall have no moving parts and shall require no
maintenance after initial installation.
7 Pendants ( Imported ) with Provision for connection to Net working of all facilities
7.1 Anesthetist Pendant ( Retractable type)
Anesthetist pendants shall be retractable with vertical adjustment of 500mm. Pendant shall
be Vacuum operated with following details:-
a Pendant shall be fitted with Gas outlets :- 7nos.
( i. e. Oxygen 2, N2O – 1, MA ( CA 4) - 1, Vac 2 & AGSS1)
b 6/15 Amp. Electrical Sockets without switches :- 8 Nos.
c Infusion Management System :- 1set
d Heavy duty ceiling fixture :- 1Set
e Provision to fix Data Point :- 2Nos.
7.2 Surgeon Pendant
Surgeon pendant shall be Single arm with Horizontal movement with shelves etc as per
following details:-
a Horizontal arm system 1
b Weight carrying capacity 155kg
c Head 1000mm 1
d Electrical sockets without switches 6 Nos.
e Shelfs with side rails, One with drawer 2 Nos.
f Provision to fix Gas outlets ( i.e. O2-1, N2O-1, MA-1, SA-1& Vac-
2) 6 Nos.
g Gas interface set for interface plate 1
h Ceiling mounting system for interim ceiling up to 1000 --- 1
I Interface plate with electrical fittings 1
J Ceiling cover for interim ceiling 1
7.3 ICU Pendant
Each ICU pendant shall be Single arm with Horizontal movement with shelves etc as per
following details:-
A Horizontal arm system 1
B Weight carrying capacity 155kg
C Head 1100mm 1
D Electrical sockets without switches 8
E Shelf with side rails 2 Nos.
F Shelf with Drawer system 1 Nos.
G Provision to fix Gas outlets 5 Nos.
H Notes rack 1
I One Basket for suction catheter 2
& one basket for monitor cables 1
J Examination Lamp 1
K Quadruple Infusion Management System ---1set
L Gas interface set for interface plate 1
M Ceiling mounting system for intrim ceiling---1
N Interface plate with electrical fittings 1
O Ceiling cover for interim ceiling 1
8 Horizontal Bed Head Panels(HBHP)
.
A Efficient, safe &. Robust design in extruded aluminum section
B Smooth curved surfaces, and choice of base colour and fascia plates.
C Unit should have integerated rail system to mount accessories& UL Listed.
D The headwall system should be constructed of aluminium extrusions joined together to form
a carcass to suit the particular application. Unit shall be factory assembled for electrical and
mechanical components.
E Segregation of services i.e. Low voltage supplies, High Voltage supply and Medical gases
shall be maintained throughout.
F Front fascia plate should be removable individually to access for respective service.
G Bed space management system with optional equipment rail.
H With all Equipment Rail mount Accessories.
I. All Down drops shall be installed at one end preferably & Vertical drop installed at
one end should be covered with Aluminium boxing with matching color.
2. Entire pipe line shall run in continuous horizontal panels with no break for
each unit & length as per area where it has to be installed
3. Medical gas pipe line outlets as per table
4. Facility per unit as under;
5. 6/15 Amp Modular Electrical Sockets with switches = 2 sets
6. IV Pole = 2nos
7. Vacuum slide = 1no.
8. Sliding blocks = 2nos.
9. Nurse call system module = 1No.
9. Gas Outlets ( No as per table annexed)
a) Outlets shall be manufactured with a 165 mm long Copper inlet pipe stub which is silver brazed to
the outlet body. The inlet pipe should be capable of swiveling by 360 degrees for enabling the same
to be connected to the pipeline system.
b) Outlet shall be equipped with a primary and secondary check valve and the secondary check valve
shall be rated at minimum pressure of 200 p s i. In the event the primary check valve is removed for
maintenance there should not be any leakage (on-line maintenance should be possible w/o
disrupting the functioning of other outlets). Outlet bodies shall be gas specific by indexing each gas
service to a gas specific dual pin indexing arrangement on the respective identification module.
c) There should be a push button release mechanism for disconnecting apparatus accessible from
top, bottom and side of outlets.
d) A large color-coded front plate shall be used for ease of gas identification and aesthetic appeal.
e) With the back rough in mounted the outlet shall adjust up to 25 mm variation in wall thickness.
f) The latch valve assembly should accept only corresponding gas specific adaptors.
g) All outlets shall be cleaned and degreased for medical gas service, factory assembled and tested.
10 Valve Boxes
A Each recessed zone valve box shall consist of the following components: A steel valve box
which can house single or multiple shut-off ball valves with tube extensions, Athree piece
design Valve , an aluminium frame, and a pull-out removable window.
B The valve box shall be constructed of 18 gauge steel complete with a baked enamel finish.
The doorframe assembly shall be constructed of anodised aluminium and shall be mounted to
the back box assembly by screws as provided. The removable front shall consist of a clear
window with a pullout ring pre-mounted to the centre of the window.
C Access to the zone shut-off valves shall be by merely pulling the ring assembly to remove the
window from the doorframe. The window can be reinstalled without the use of tools only after the
valve handles have been returned to the open position.
D The window shall be marked with the following :-
"CAUTION: MEDICAL GAS CONTROL VALVE
CLOSE ONLY IN EMERGENCY"
E Valves shall be a 4-bolt design, bronze body, double seal, union ball-type, with Teflon (TFE)
seats and Viton seals, "O" ring packing, and ball which seals in both directions, blow-out proof
stem, with a pressure rating of 2760 kPa (400 psig). Valves shall be operated by a lever-type
handle requiring only a quarter turn from a fully open position to a fully closed position. All valves
shall be equipped with type "K" washed and degreased copper pipe stub extensions of sufficient
length to protrude beyond the sides of the box.
F The entire valve body and pipe stubs shall be plated to a minimum of 25 mm (1") beyond the
sides of the back box, but in no instance shall the plating be extended to the ends of the pipe
stubs. All pipe stub extensions shall be supplied with suitable plugs or caps to prevent
contamination of the assembly prior to installation.
G Each valve shall be supplied with an identification bracket bolted directly onto the valve body for
the purpose of applying an approved medical gas identification label. A package of labels shall
be supplied with each valve box assembly for application by the installer.
H Valves shall be available with line pressure gauges, as required. Gauges shall be 51 mm (2”)
diameter, with metal case and ring.
I Pressure gauges shall read 0-700 kPa (0-100 psig) for all gases except nitrogen, which shall
read 0-2000 kPa (0-300 psig), and vacuum, which shall read -100-0 kPa (0-30" Hg).
12 Hospital Information System:-
a) Hospital Information system should be microprocessor based medical device polling network. It
shall continuously scan all connected medical devices in the hospital and display the topology and
clone images of end devices on a central PC.
b) Should support Master Alarm, Area Alarm, Manifolds, Medical Compressed Air system, Medical
Vacuum System. Any alarm condition shall be displayed on PC as they occur.
c) Basic system should consist of the following:-
i. One network interface card in each device
ii. One computer of reputed make
iii. One computer card and HIS Software.
iv. Computer should be accessible to Hospital LAN network. System should be able to
accommodate max of 256 devices. Each device should be connected in series.
d) User should have ability to input information in to PC in order to customize display for particular
application.
13 Nurse call System:-
1)Should consist of the following:-
• Bed Side Unit with wired remote of negligible voltage,
housed one in each bed
• Central station
2)Bed side Unit(BSU):-
• The main electronics unit present at every bed side. covered by the
Network
• Should send the information of Call and audiovisual Alarms to the Nurses
station
• Call/ alarm reset facility at BSU.
• Safe for patient use as per recommended standards
14 Electrical Panel :-
Panel shall be wall mounted and fabricated from16/14 SWG CRCA Sheet duly powder coated.
Panel shall incorporate isolators for the following equipments.
1 Isolator for Medical Compressed air system.
2 Isolator for Medical Vacuum System
3 Isolator for AGSS System.
Panel shall have following instrumentations for easy monitoring purpose.:-
1 Incoming power supply indications of each Phase
2 Mains indication for mains supply on for each Phase.
3 Mains shall have digital metering.
4 Each circuit shall have digital meter.
5 Mains and each circuit shall be with MCCB only.
15 Accessories:
15.1 Flow meter with Humidifier - Imported
Back Pressure Compensated flow meter will be of accurate gas flow measurement with
following features:
A Control within a range of 0 – 15 Lpm.
B It will meet strict precision and durability standard.
C The flow meter body should be made of brass chrome plated materials.
D The flow tube and shroud components should be made of clear, impact resistant
polycarbonate.
E Flow Tube should have large and expanded 0 – 5 lpm range for improved
readability at low flows.
F Inlet filter of stainless steel wire mesh to prevent entry of foreign particles.
G The humidifier bottle is made of unbreakable & Reusable of polycarbonate material
and autoclavable at 134 degree centigrade.
15.2 Ward Vacuum Units ( Imported )
Ward vacuum Unit shall be wall mounted and shall consists of followings with same make :-
• Suction Controller/ Regulator ( Digital Type)
• Collection bottle 1000ml with mounting arrangement.
The vacuum regulator will be step-less adjustable and have large vacuum gauge providing
digital indication of the suction supplied by the regulator.
Safety trap shall be provided inside the jar to safeguard the regulator from overflowing.
Different color options should be available.
The unit will be consisting of reusable 1000 ml shatter resistant bottle, each made up of
poly carbonate material and fully auto clavable at 134 degree centigrade.
15.3 Theatre Vacuum Units:
The vacuum regulator will be step-less adjustable and have large vacuum gauge providing
digital indication of the suction supplied by the regulator. Safety trap will be provided inside
the jar to safeguard the regulator from overflowing. Different color options should be
available.
The unit will be consisting of two reusable 2000 ml shatter resistant bottle, each made up of
poly carbonate material and fully auto clavable at 134 degree centigrade.
All the above items should be mounted on a Trolley having free moving castor wheels.
16. General Conditions
1. Supply, installation, Testing, commissioning and maintenance of manifold and medical
gas pipeline system.
2. The vendor should collect the copy of building layout plan and visit the site, for complete
evaluation of the project and feasibility of his material before submitting the bid with due
permission documents from Medical superintendent, Dr Ram Manohar Lohia
Hospital, New Delhi.
3. Manifold room will be in the existing project office in between trauma block and ward
block.
4. The entire project has to be done on turnkey basis including internal civil and electrical
works at the time of execution.
5. Power point presentation of the total system offered is must, in the prebid conference .
6. Must enclose compliance statement.
7. Should have service facility in Delhi.
8. One complete set to be quoted with no alternative options
9. The design & selection of all equipments except copper pipes should be as per EN737
or NFPA standards, latest version
10. Copper pipes to be certified by a recognized certifying agency for its compliance to
specific standard.
11. Principal company should certify its equipments after installation
12. All equipment should be from same manufacturer/ principal.
13. Back to back warranty to be taken by the supplier from the principal, to supply spares for
minimum 20 years.
14. Any misinformation regarding the specification of the equipment offered would mean
outright technical rejection.
15. Must submit Printed catalogue and technical data sheet to substantiate offer.
16. Must submit User list and Performance report of similar type of work, within last 5 years
from major hospital.
17. Comprehensive warranty for 2 yrs.
18. 100% uptime warranty during warranty period of the complete system with extension of
warranty period by double the down time period
19.Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
20.Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises.

Y-MAJOR OPERATION TABLE HYDRAULIC
Operation table having the following features:
1. Four section table top with divided foot section with mattress
2. Table top should be constructed from a high-pressure laminate to permit x-ray
penetration and fluoroscopy
3. All table positioning, i.e., height, back section, lateral tilt, trendlenburg, and antitrendlenburg,
except foot and head section should be operated hydraulically
4. Should have a manual position selector, whose location should be interchangeable
between foot and head end
5. The casings on the frame and centre supporting column should be made of hygienic
stainless steel
6. Mattress should be radio lucent and suitable for fluoroscopy
7. Accessories should include a. Padded arm rest with straps - pair with damps
b. Anesthesia screen with clamps
c. Side supports: pair with clamps
d. Shoulder supports: pair with clamps
e. Knee crutches: pair with damps
f. X-ray cassette tray
g. Kidney bridge
h. SS bowl with clamps
i. Infusion rod with clamp
8. Measurements:
a. Height: 730-1040 mm
b. Side tilt: + 15 degrees
c. Back section adjustment: - 15 degrees to 70 degrees
d. Foot section adjustment: - 90 to 0 degree, detachable
e. Trendlenburg: 25 degree
f. Anti trendlenburg: 25 degree
g. Head section adjustment: -40 to -30 degree, detachable
h. Minimum width: 555 mm
i. Length: minimum1950 mm
9. Service & maintenance:Should have service centre in Kolkata or nearby
Offers for models that are more advanced and have advantages over the
model having the above features will also be considered. All the features must
be mentioned/illustrated in the manufacture's catalogue/literature. The
measurements given above are approximate and minor variations without
alterations of function are acceptable. List of installations in Govt /Railway hospitals
must be quoted.
10.Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
11. Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


Z-TECHNICAL SPECIFICATIONS FOR ELECTRO SURGICAL DIATHERMY UNIT
SPECIAL ESSENTIAL FEATURES
1. The Micro‐processor based isolated electro surgical unit should be
compatible with Argon Coagulator system
2. Highest power efficiency rating( PER) – must be above 95%
3. Real time tissue impedance monitoring technology to deliver the selected power
perfectly into a wide range of tissue impedances & types, reducing thermal spread
4. Return Electrode Contact Quality Monitoring (REM) System with Adaptive REM facility
5. Should provide loud REM alarm in case of REM failure
6. Should have REM pads as per the body weight of the patient (Adult, Paediatric &
Neonatal).
7. Should allow simultaneous activation in mono‐polar coagulation mode.
8. Numeric Error system should be inbuilt.
9. Should have single recall button for reviving the previous power setting in all three
modes.
10. Type CF Equipment (IEC 601 –1 & IEC 601‐2‐2) Defibrillator Proof
11. FDA and CE certified
12. Facilitating Under water cutting with coagulation
13. Spray mode with Highest *Crest Factor (7 ‐9) – (* Crest Factor as an indicator of a
waveform’s ability to coagulate bleeders without cutting effect.)
14. Three Cut modes and Four Coagulation modes should be present
15. Must be compatible with Smoke Evacuator system
16. Should have RF activation port which allows the user to connect external equipment
such as EKG monitor to detect when the generator is being activated
OTHER ESSENTIAL FEATURES
17. Should provide mono polar cut in 4 or more levels, mono polar coagulation in 3
or more levels, bipolar cut in 2 or more levels, bipolar coagulation in 3 or more
levels or with automatic bipolar coagulation
18. Sinusoidal wave form
19. Activation by double pedal foot switch and hand switch
20. Activation of bipolar by foot switch
21. Auto diagnosis on switching on and during working to continuously monitor all
parameters
22. Automatic stoppage of output in case of malfunction with acoustic and visual
signal with display of error code
23. Output powers adjustable automatically or manually by membrane keys or push
button
24. Simultaneous access to mono and bipolar by 2 or more users
25. Should be usable with laparoscopic mono polar and bipolar instruments
26. The accessories should include trolley with castors, mains cable, foot switches
for mono and bipolar, reusable and single use neutral electrode for adults and
children, cable for neutral electrode, sterilisable and or disposable electrode
handle with and without finger switch, cable for electrode handle, set of
electrodes (long and short), electrode container with holder, tip cleaner, bipolar
forceps, cable for bipolar forceps, cable for connecting to mono polar and
bipolar laparoscopic instruments
27. The rates for all the important spare parts and accessories should be quoted
individually and separately
28. Facility for after sales service should be available in Kolkata or nearby
29. Manufacturer's undertaking to provide after sales service for ten years
period after warranty either directly or through the authorized agent based in
Kolkata or nearby should be submitted
30. Set should be available for demonstration if required.
31. Suitable Servo controlled Stabilizer/CVT
32. Input Power Source : Operating Range: 170‐260 VAC
Line Frequency: 50‐ 60 Hz
33. Minimum High Frequency Leakage : Bipolar: Less than 60mA
Monopolar : Less than 150 mA
34.Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
35. Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


AA-TECHNICAL SPECIFICATIONS FOR COLOR DOPPLER
ECHOCARDIOGRAPHY SYSTEM
S.N. Description of function
1.1 Color Doppler Echocardiography System is required to study the anatomical abnormalities
and blood flow in the heart and associated vessels.
S.N. Operational requirements
2.1 Latest generation Electronic Phased array Color Doppler system with Minimum 512
Electronic independent channels.
System should be DICOM ready and capable of being interfaced with HIS/RIS/PACS..
2.2 Should be field up gradable to next generation system on site.
2.3 Frequency compounding orbetter technology for better resolution and penetration.
S.N. Technical Specifications
3.1 Latest generation Electronic Phased array Color Doppler system with Minimum 512
Electronic independent channels.
3.2 256 gray shades for sharp contrast resolutions
3.3 Multi dimensional Beam former for generating two images simultaneously-one at low end
of bandwidth and one at high end-then selectively retrieves and mixes the components
together for finely textured 2-D or B mode image with superior contrast resolution
3.4 Adult Cardiac and Vascular Probes to be supplied which should be latest generation wide
band transducers without frequency selection for higher sensitivity of response over a
broader frequency range of operation. All probes to be phased array OPTIONALProbes
for paediatricapplication and Trans esophageal Echo for future requirement.
3.1 Harmonic Imaging- System should have following modes in harmonic with separate
setting for:
a. Tissue Harmonic.
b. Contrast Harmonic - both triggered and real time
c. Harmonic Angio .
d. Quantification of harmonics imaging*
3.2 Harmonic imaging capability in Adult Cardiac, Pediatric Cardiac and linear Probe
3.3 Gain control in two dimensions for additional level of flexibility to image quality control.
3.4 Real time high frequency 2D for higher resolution and low frequency Doppler for higher
sensitivity in all probes
3.5 Frame rate should be 300 FPS or more
3.6 Steerable PW/CW in all Phased Array probes.
3.7 High definition acoustic zoom for enlarging sections of 2D and Color flow images with
more acoustic information for greater clarity and detail while maintaining an optimal
frame rate.
3.8 Modes - 2D, M-Mode,Steerable PW/CW Doppler, Color Doppler, and High Definition
Color flow with capability of automatically picking up color flow as a function of focal
depth
3.9 Monitor should be 15" or more, high resolution color Monitor.
Tilt and Swivel monitor should be able to view in all angles and all light conditions.
3.10 Color Flow Imaging for
a) Increased lateral & spatial resolution.
b) Detection of even subtle areas of turbulence, displaying a more physiological blood
flow appearance without loss of frame rate.
c) Color flow with capability of automatically picking up color flow as a function of
focal depth
3.11 Tissue Colorization (B-Color) for improved contrast resolution
3.12 Application software for Adult, Pediatric, Fetal and Peripheral Vascular
andTransesophagealapplications. (All application package should be built into the system)
3.13 Cine loop memory- more than 120MB of memory.
a. High Frame rate review for better clarity of playback images study in slow motion.
b. Quad loop with memory for pre and post image comparison of any procedure.
c. Memory- 256 frames or more in quad loop. M Mode & Doppler ScrollMemory-40
seconds or more.
d. Frame grabber facility for post analysis.
3.14 Various maps for pre and post processing.
3.15 ECG trigger facility.
3.16 User defined system and application presets for multi-user department.
3.17 Minimum 4.8 GB optical disc drive for image storage and retrieval. (standard with system)
3.18 Dedicated integrated dynamic stress echo package for flexible user defined protocols with
stacked sub loops facility and contrast stress protocol.
3.19 Tissue movement colorization with quantification possibility for IHD/CAD patients.
3.20 Three transducer ports will be preferred.
3.21 Color Map resolution up to 128 levels.
3.22 Study Manager (> 1.5 GB) for on-cart digital acquisition, review and editing of complete
patient studies.
3.23 Facility of Real time perfusion studies
3.24 SYSTEM PERIPHERALS should include
a. CD Writer with calculation facility on playback.
b. Color Video Printer.
c. B/W Thermal Printer.
3.25 Colour M-Mode
* Acoustic densitometry is unique nomenclature of Philips Medical System and hence is not
being used.
S.N. System Configuration Accessories, spares and consumables
4.1 Color Doppler System with all application packages
Quad loop for serial studies with High frame rate review.
Harmonic imaging capability in all modes. (Tissue, Contrast, Anglo) Integrated Stress
Echo Package
Digital Storage and Retrieval
- 01
4.2 1.0-3.0 MHz Adult Cardiac probe Electronics Phased Array probe.- 01 ea
4.3 3.0-11.0 MHz Electronics Phased Array Probe for Vascular applications- 01 ea
4.4 Multiplane TEE Probe- (Optional)
4-8 MHz for Adult as well asPaediatric echocardiography.
4.5 5.0-10 MHz Electronic phased array probe forPaediatric cardiology.(OPTIONAL
4.6 DVD/CD Recorder with 100 CDs and 100 DVDs
4.7 Color Printer. -01
4.8 B/W Video Thermal Printer -01
4.9 Colour Print Paper- 500 sheets
4.10 B/W Thermal Paper - 10 rolls
4.11 ECG Cable - 02
4.12 MO Disc - 10
The system should contains all the above accessories in Integrated or as separate accessories..
S.N. Environmental factors
5.1 The unit shall be capable of operating continuously in ambient temperature of 300C and
relative humidity of 80%
5.2 Pre Requsites should be clearly spelt out in termsof room requirements..
S.N. Power supply
6.1 Power input to be 220-240VAC, 50Hz fitted with Indian plug
6.2 Resettable overcurrentbreaker shall be fitted for protection
6.3 Suitable Servo controlled Stabilizer/CVT
6.4 UPS of suitable rating conforming to IS-302 shall be supplied . Servo stabilizer is not
required if the UPS has voltage correction facility.
S.N. Standards and safety
7.1 Should be FDA or CE approved product
7.2 Electrical safety conforms to standards for electrical safety IEC-60601 / IS-13450
7.3 The product shall comply to IEC 60601-2-37 ed1: Medical Electrical Equipment -
Part 2-37: Particular Requirements for the Safety of Ultrasonic Medical Diagnostic
and Monitoring Equipment
7.4 Type of protection against electric shocks -- Class I
Degree of protection against electric shocks for ultrasound probes Type "BF"
For ECG electrodes Type 'CF"
7.5 The manufacturer should have ISO certification for quality standards.
S.N. Documentation
8.1 User manual in English
8.2 Service manual in English
8.3 List of important spare parts and accessories with their part number and costing.
8.4 Certificate of calibration and inspection from factory.
8.5 Log book with instruction for daily , weekly, monthly and quarterly maintenance checklist.
The job description of the hospital technician and company service engineer should be
clearly spelt out
8.6 List of equipments available for calibration and preventive maintenance as laid down in
the Technical/Service Manual.
Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of PG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
11. Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


BB-TECHNICAL SPECIFICATIONS OF MULTI SLICE SPIRAL CT SCANNER
Description of function
1.1 CT (computed tomography), sometimes called CAT scan, uses special x-ray
equipment to obtain image data from different angles around the body and then uses
computer processing of the information to show a cross-section of body tissues and
organs.
CT imaging is particularly useful because it can show several types of tissue—lung,
bone, soft tissue and blood vessels—with great clarity. Using specialized equipment and
expertise to create and interpret CT scans of the body, radiologists can more easily
diagnose problems such as cancers, cardiovascular disease, infectious disease, trauma and
musculoskeletal disorders.
Operational requirements
2.1 Multi-Slice (32-40 Slices) Spiral CT Scanner for High Resolution Whole Body
Scanning including Cardiac, Vascular applications. The model should be latest ( mention
year of manufacturing), state of art technology. The equipment should be capable of
acquiring 32 or more slices per 360 rotation.
2.2 DICOM Ready
2.3 Integration with PACS
2.4 Upgradability to higher level of slices possible.
Technical Specifications
3.1 Gantry
i)Aperture of 70 cm or more
ii)Control Panel should have control panel on either side.
iii)Positioning Lights should have light for positioning.
iv)FOV should have FOV of at least 50 cms or more.
v)Tilt Remote tilt of +/- 30 Degrees or more from console.
3.2 Detectors
Data acquisition system capable of acquiring 32 slices or more per 360 rotation. System
should have 32 or more rows of detectors.
3.3 Scan Time
Complete 360 scan should be performed at 0.40 Sec. or less.
3.4 4.X-ray Generator
i)The Generator should be of high frequency type and having adequate output to facilitate
spirals of at least 100 sec duration.
ii)The system X-ray power should be 60 KW and above.
iii)The mA range available should be between 10 to 500 mA with increments in steps of
not more than 10 mA.
3.5 X-Ray Tube
1 Tube current : 20-500mA
2 Real Time Ma modulation for dose regulation..
3 Tube Voltage:80-140 Kv or more.
4. Anode Heat Storage Capacity- should be minimal.
5. Anode Temp Monitoring System.
6. Heat Dissipation: >/= 5MHU/minute
7. Filter and beam limiting devices:
8. Focal Spot size and number specify.
9. Warranty of tube: Comprehensive warranty for all parts including x-ray tubes for
5 years irrespective of number of scans.
3.6 Area of Coverage
High Resolution (0.4 mm or better) coverage along Z axis should be 16 mm or more per
rotation.
3.7 Resolution
high Contrast : 15 LP/cm. or better for complete FOV. (specify the phantom used, scan
time, mA, scan field, dose, slice and MTF).
low contrast: for CATPHAN : Clearly specify the low contrast resolution. Also specify
the phantom used scan time, mA, filter for image reconstruction, scan field, dose, slice.
Please specify the temporal and visual high resolution also.
3.8 PATIENT TABLE
1. Maximum Load>/= 200Kg with 1 mm positioning accuracy.
2. Table speed Horizontal=>100 mm/sec.
3 Vertical Table travel:-50 cm
4 Longitudinal Scan Range: 100-1600 mm or better
5 Facility of positioning aid for horizontal Iso centric positioning of the patient..
6. Carbon Fibre Table Top.
7. Minimum table top height should not be more than 55 cms from the floor level for
easy transportation
3.9 Main Console:
a) It should have processor with configuration of 2 GB RAM. The System have all
functions menu driven. All applications like scanning, image reconstruction,
filming, MPR, CT Angiography, maximum intensity projection MIP, 3D Volume
rendering Technique, Virtual Endoscopy should be possible from the console.
The image reconstruction time should be 15 images/second or more in 512 x 512
matrix.
b) MONITOR 18” or more high resolution LCD monitor with a display on
1024x1024 matrix or more.
c) There should be facility to read and write CD on main console.
.
3.10 Helical Application:
i) Scan length of at least 100 cm. in a single gapless Spiral/Helical Scan with a free
pitch selection. Types of helicals should be mentioned.
ii) Facility to monitor contrast enhancement & automatically initiate scanning.
iii) Acquisition of Cardiac images with ECG Gating (Prospective & Retrospective
Gating) Specify the temporal resolution achieved using 1, 2 or 4 sections of
consecutive cardiac cycle to reconstruct each axial image.
iv) Real time X-ray dose reduction which combines both Z axis and angular tube
current modulation to adjust the dose to the size and shape of individual. It
should be possible to modulate the mA with ECG signals.
3.11 Post Processing Workstation (SATELLITE CONSOLE)
Workstation with CPU, 18” or more LCD Monitor. Satellite console should have
all the features as of main console (swappable). Image Evaluation Software and
following post Processing facility.
i) Calcium scoring, cardiac LV, RV analysis, cardiac scoring & reporting, CT
coronary analysis software, cardiac comprehensive report.
Ii) Software for brain perfusion and abdominal tumour perfusion studies.
iii) Complete virtual endoscopy package.
iv) Software for stenosis analysis.
v) Software for Dental Planning.
vi) Facility for direct 3D image formatting in any plane during acquisition as planned
on scout images.
vii) Osteo software.
3.12 MONITORS:( for both consoles)
1 Resolution: 1280x1240
2. Pixel Size<0.3 mm.
3. Flat screen LCD Typeof at least 18” with fast image refresh rate should be fast
and preferably instantaneous and flicker free .
4. Should be non interlaced and progressive display type & sturdy.
5. Specify the number of total monitors being supplied.
3.13 Consoles Common Feature:
1 The two sets of workstation should be interconnected by ISDN Lines (to be
provided by the vendor) for two way transfer of images and reports.
2. Spatial alignment and visualization of two different data sets of one patient
generated on different modalities or with different acquisition time..
3 Post Processing Software: Perfusion CT, VRT, MIP, SSD, Image Fusion, Vessel
segmentation, Virtual Endoscopy software to be provided on both the
workstation.
4. Cine display should be available ,both interactive and automatic,and should have
a minimum image refresh rates of 8-10/ sec.
5. Window width and centre should be freely selectable.
6. Patient online Registration , pre registration facility and transfer of information
from HIS/RIS via DICOM should be possible.
3.14 Image Evaluation Tools:
1 Parallel evaluation of multiple ROI in circle, irregular and polygonal forms.
2. Statistical Evaluation for area/ volume,S.D, Mean/Max and Histograms.
3 Advanced cardiac packages with ECG gating for cardiac and vascular evaluation
in trauma patients..
4 Profile cuts: horizontal, vertical and oblique views.
5 Distance & angle measurement, freely selectable positioning of co-ordinate
system,grid and image annotation.
6 Dynamic evaluation of contrast enhancement in organs and tissues, calculation of
time density curves, peak enhancement images and time-to-peak images.
3.15 Post processing tools
1. 2-D, including image zoom and pan, image manipulations, including averaging,
reversal of grey-scale values, and mirroring; image filter functions, including
advanced smoothing algorithm and advanced bone correction.
2 Real-time multi-planar reconstruction (MPR) of secondary views, with viewing
perspectives in all planes including curved & orthogonal MPR.
3. CT angiography, MIP, MinlP, SSD, VRT and other advanced 3D applications and
colour coding for different tissues..
4 Spatial alignment and visualisation of two different data sets of one patient
generated on .different modalities or with different acquisition times. -
5. Perfusion CT for study of brain. Liver , kidney, pancreas etc.
6. Volume measurements.
7 Fusion of morphological data obtained on CT, MR or DSA.
3.16 Patient communication system:
An integrated intercom and Automated Patient Instruction System (API) should be
provided
3.17 Image documentation
A. Two Dry View Imaging Camera with the following specifications:
1. Dry Laser Technology
2. Resolution :16 bits/ 600 dpi
3 Supports 5 Multiple Film Sizes: one of which must be 17”x14”
4. Must have 3 or more online film sizes.
5. Throughput of 180 films or more per hour.
6 DICOM Compatible Attach conformance statement.
Two Nos. of are required , one integrated with main console and another with the
satellite console. Camera should print on a multi-format mode and should be
DICOM 3.0 compatible.
B. State of the art Laser color printer:
1 Color Dry Printer for printing Film Quality Images on plain paper.
2. DICOM Compliant
3. Laser/Thermal Dye Sublimation Technology for B/W or Color Printing
4. Resolution- 1200x1200 dpi.
5. More than 20 ppm.
3.18 CONNECTIVITY AND ARCHIVAL
1 DlCOM cormc Activity should be optimized for networking with other imaging
systems.
2. DICOM converters for linking the camera with other imaging systems of the
department should be provided, if required separately. It should have sufficient
memory to store images from the CT as well as other system connected to it.
3. Filming parallel to other activities, including independent scanning,
documentation and post-processing and configurable image text..
4 Archiving: DVD/CD writer should be provided for archival. Specify minimum
number of uncompressed and compressed images that it can store per disc. Option
of viewing these discs on any PC without DICOM viewer should be available.
3.19 Non Invasive Monitor
1 Portable and Light weight preferably <10kg
2 Modular with 12 inch multi Colour TFT display
3. Monitoring parameters;- ECG, respiration,NIBP,SaO2 and temperature
4. Digital and 6 waves / traces display
5. Trends up to 24 hours
6.. 60 minutes or more battery back up
7 Convenient handle for carrying the same
8 Able to fix with bed/trolley.
3.20 Monitor cum Defibrillator with recorder
1. Biphasic, Latest model, with auto and manual mode. Manual selection upto 360 J.
2. Should be mains and battery operated, with charging indicator.
3. Should be able to deliver 30 shocks with fully charged battery.
4. Should have true 1-2-3 Color-coded operations.
5. Should have inbuilt Internal Thermal Recorder.
6. Should have Automatic lead switching to see patient ECG through paddles or
leads. Should measure chest impedance and should be able to compensate.
7. Should be provided with Adult and Pediatric external paddles.
8. Should have both Synchronous and Asynchronous mode.
9 The charging time to highest energy level should be less than 5 seconds.
10. Disposable defibrillator pads – 10 nos with each machine
11. Should have external pacemaker facility.
3.21 State of the art general anaesthesia induction system with the following::
a) Anaesthesia gas delivery system. for delivery of oxygen, nitrous oxide and
medical air with pressure gauges
b) Circle absorber system.
c) Precision maintenance free vaporiser for halothane, isoflurane/ Sevoflurane
d) Anaesthesia ventilator.: Should be able to set tidal volume, respiratory rate and
I:E ratio Ventilator should have audible alarms for ventilator failure, low oxygen
supply pressure, inadequate volume delivery, disconnection alarm, and power
supply failure.
e) Monitoring system tomonitor Anaesthetic gases,ECG,EtCO2, Pulse Oximeter and
airway pressure,NIBP, IBP (No as required) , rectal/&skin temperature.
3.22 Image Transfer, archieving & Networking(OPTION)
Option 1. Vendor should provide image and report distribution sofiware with all the
necessary hardware to connect I() terminals for image vicwing. This system should be
able to provide on-line accessibility of processed image data in six
OT's, ICU, CCU, and radiology conference room at trauma centre etc. The server
hardware should consist of Dual CPU 2.4 GHz or more processor, 512 MB RAM, 80 GB
HDD, DVD, CD RlW, 17" or more fiat monitor. Each viewing terminal should have a PC
with 2.4 Gllz processor, 256 MB RAM, 80 GB HDD, CD/DVD, combo drive, 15”or
more flat monitor.
Option 2. Image archi\ing server with facilily for long term storage of data base must be
provided. Archival Solulion of processed images & reports on line & ofOT line should be
clearly stated. It should be possible to handle & access ONE MONTH image data on line
wilhout accessing the accessory storage, presuming 50 cases per day. The archive server
should consist of Dual CPU 2.4 GHz processor or more, 1 GB RAM, 100 GB HOD,
DVD, CD R/W, I T' or more flat monitor. The archive server should be connected to
RAID/Jukebox/ Extended storage device of required capacity.
3.23 Pressure Injector with the following:
Flow rate -0.1-10 ml/sec, Volume- 1 ml to syringe capacity, programmable pressure limit
of 325 psi with 200 ml syringe, syringes 200 ml disposable sterile syringes, with
minimum of 30 protocols.Syringe heater range 35 deg C+/- 5 deg C. Should be provided
with head mounting device and integral IV pole.
Unit will be provided with display monitor to provide Pressure Monitor graph, Flow
Profile, Stop Watch Feature, Scan Display , multiphase capability and protocol locking
capabilities.
System Configuration Accessories, spares and consumables
4.1 Spiral CT Mainframe with Gantry, X-Ray Tube and Generator , Topogram, Image
Reconstruction,Image evaluation Tools,post processing tools, as specified -01
4.2 Main Console with monitor-01
4.3 Additional Console with monitors -01
4.4 DVD/CD Archiving -02 (1 each on all the consoles)
4.5 Patient Table -01
4.6 Non Invasive Monitor with the following accessories: 01
1. ECG /Resp: 5 lead ECG cable with Clip – 2 set per monitor. and 10 lead ECG
cable with clip – 1set per monitor.
2. NBP: Adult cuff -2nos per monitor and two sizes of Pediatric Cuffs –one per
monitor. (Complete sets)
3. SpO2: Adult SpO2 sensor with cable – two nos per monitor and Pediatric SpO2
Sensors – one no per monitor.
4. IBP: Include four nos per monitor of reusable pressure transducer with bracket,
holder and 100nos disposable domes per monitor.
5. Temperature: Central temperature Probe – two per monitor and Skin temperature
probe – one no per monitor
4.7 Defibrillator Monitor/ Recorder
With the following accessories- 01
Adult and Paediatric paddle-1 each
Disposable pads - 100
ECG Cable- 5 lead - 1each
ECG Electrodes - 1000
4.8 Dry view Laser Camera - 02
4.9 Laser Color Printer - 01
4.10 Anaesthesia Induction System with all accessories -01 set
4.11 Pressure Injector -01 (with -2000 syringes)
4.12 Collapsible wheel chair with rubberized swivel wheels. -02
4.13 Standard Patient positioning acc and restraining devices. -02 sets
4.14 Good quality Lead Aprons-10
4.15 Laryngoscopes adult and Paed. Sizes 01 SET
4.16 Endotracheal tubes of adult and Paed. Sizes 100 EACH
4.17 View Boxes – slim, four in one with fluorescent tubes with shutters and variable
luminescence 02 .
Environmental factors
5.1 The unit shall be capable of operating continuously in ambient temperature of 300
C and relative humidity of 80%
5.2 Pre Requsites should be clearly spelt out in terms of room requirements.An
optional quote for Room Preparation with appropriate shielding to avoid radiation
leakage should be there.
5.3 Turn key
(a) A complcte site preparation plan will be required to be submitted along with its
financial components in separate cover as a turnkey project. The vendor will be e!igible
to inspect the proposed sile after obtaining permission. Care must be taken to address
placement of the equipment, sitting, viewing and reporting area, patient preparation
space, storage area etc.
(b) Requirements of power and air conditioning must be clearly specified in a separate
section of the offer. The temperature of the gantry room to be maintained at 20 deg C
(c) All turnkey work proposed by the selected firm will require approval of competent
authorities of the institute before implementation
Power supply
6.1 Power input to be 220-240VAC, 50Hz,/440 V 3 Phase as appropriate fitted with
Indian plug
6.2 Resettable overcurrent breaker shall be fitted for protection
6.3 Suitable Servo controlled Stabilizer/CVT as applicable
6.4 UPS of suitable rating shall be supplied for the complete system including
computer system. , anaesthesia delivery system ,monitor and defibrillators
Standards and safety
7.1 System should be DICOM 3.0 READY.
7.2 Should be FDA or CE approaved product
7.3 Electrical safety conforms to standards for electrical safety IEC-60601 / IS-13450
7.4 Lead Glass window as per room requirement
7.5 Safety aspects of Radiation dosage leakage should be spelt out
7.6 Should comply with AERB Guidelines for radiation leakage.
7.7 User Training Abroad for two radiologist and one technician.. Radiologists to be
trained for clinicals whereas the technician to be trained for operation and day to day
maintenance of the unit.
7.8 Specify the year of launch of the particular model. Models launched 2-3 years
back will be preferred.
7.9 Fire fighting and Security System with inbuilt alarm, smoke detector system, to be
connected to main hospital control system.
7.10 Upgradability- A free comprehensive software upgrading guarantee for the entire
scanner should be provided.
7.11 One application specialist and service engineer at site for a period necessary to
familiarize the medical and technical staffs to the scanner protocols and enable them to
achieve fast and efficient service.
7.12 Attach original manufacturer’s product catalogue and specification sheet.
Photocopy/ computer print will not be accepted. All technical data to be supported with
original product data sheet. Please quote page number on compliance sheet as well as on
technical bid corresponding to technical specifications.
Documentation
8.1 User manual in English incorporating the newer applications.
8.2 Service manual in English
8.3 List of important spare parts and accessories with their part number and costing.
8.4 Certificate of calibration and inspection from factory.
8.5 Log book with instruction for daily , weekly, monthly and quarterly maintenance
checklist.
The job description of the hospital technician and company service engineer should be
clearly spelt out
8.6 Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
8.7.Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


CC-SPECIFICATIONS DIGITAL FUNDUS CAMERA
1. Field angles 30-60 DEGREES
2. Image capture (Color,Fluorescein Angiography,green,blue and
red)
3. Capture 1 chip sensor color
1 chip sensor black & white
4. Monitor 15 inches LCD for direct display
5. Fixation Light Internal and External fixation light both
6. Exposure interval 0.5-1 sec
7. Facility for Data storage, data transfer, image archiving, image
analysis
8. Instrument table Asymmetrical motorized suitable for patients
in wheel chair
9. Supporting latest computer hardware & software
Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises


DD-TECHNICAL SPECIFICATIONS OF HOLTER SYSTEM
S.N. Description of function
1.1 Holter system provides for 24/48 hours of continuous ECG recording and analyzing for
detecting heart rate abnormalities which may otherwise go undetected.
S.N. Operational requirements
2.1 Should be able to record 24/48 hours of ECG waveforms on small Holter Recorders
2.2 Should automatically detect and quantify different ventricular and
supraventricular events , including atrial events (atrial fibrillation , isolated premature ,
pairs ,bigeminy , trigeminy , runs, shorts pauses, long pauses, Bradycardia and
tachycardia) and ventricular events (isolated ectopics, premature ectopics, interpolated
ectopics late ectopics, R on T, bigeminy, trigeminy, couplets, triplets, and runs).
S.N. Technical Specifications
3.1 The system should be PC based with PC Specifications (HP/Compaq / Dell) ( 1 No
Desk top ; 1 No Lap top PC) as following:
Computer Processor: Pentium IV; 733 MHz or higher.
Memory: 51 2 MB RAM or Higher.
Hard Disk: 80 GB or higher with at least 5 GB free space.
Floppy disk drive: 3.5” floppy drive.
CD-ROM / WRITER: 52x-speed drive or faster.
USB: Universal Serial Bus port.
Monitor: Color Super VGA 17” flat monitor capable of displaying 1280 x
1024resolution.
Printer: HP LaserJet 2300 or higher.
Slot: Minimum one free PCI expansion for card reading.
Software: Windows 2000 Operating System or Higher.
Should be supplied with a desktop (1 No) and a lap top computer (1No).
3.2 Should provide continuous 12 Lead ECG capability that allows viewing and printing of
a 12 Lead ECG from three channel ECG recording at any time during the 24\48 hour
recording.
3.3 Should employ multiple analysis modes, including prospective, paging and
superimposition, retrospective and a combination of retrospective and prospective
modes that analyses normal ECG and isolated abnormalsautomatically but stops on
complex arrhythmia;
3.4 Should analyse three leads of ST segments with ST episode reporting and Heart rate
variability on time and frequency domain
3.5 Should provide unlimited normal, abnormal, and artifact templates with automatic
classification, template matching and ability to merge \ unmerge on any template.
3.6 Should automatically detect and quantify different ventricular and
supraventricular events , including atrial events (atrial fibrillation , isolated premature ,
pairs , bigeminy, trigeminy , runs, shorts pauses, long pauses, Bradycardia and
tachycardia) and ventricular events (isolated ectopics, premature ectopics, interpolated
ectopics late ectopics, R on T, bigeminy, trigeminy, couplets, triplets, and runs).
3.7 Should automatically stop on and display arrhythmia patterns , patient diary entries , and
ST episodes.
3.8 Should provide a histogram to view all R to R intervals, all normal to normal intervals ,
all normal to ventricular intervals, all ventricular to normal intervals, and all ventricular
to ventricular intervals.
3.9 Should provide QT and Pacemaker analysis
3.10 Should create custom reports templates with institution’s logo
3.11 Trend Graphs -HR, RR interval, RR variance, 12-lead ST, SVPB, VPB
3.12 (III) Recorder specifications :
1. Should weigh no more than 100 grams with battery and flash memory installed.
2. Should acquire simultaneous three channel ECG with software to convert three
channels to 12 lead ECGs in the scanning device.
3. Should come with pacemaker software that automatically removes pacing artifacts
and annotates the recording with pacing pulses.
4. Should Store 24 or 48 hours of ECGS with no data compression.
5. Use AA alkaline battery to provide up to 48 hours of three channel recording.
6. Should have a LCD display of the patient’s ECG during hook up to verify proper
electrode application.
7. Should use only 5 / 7 electrodes to record a three channel ECG.
8. Should be water resistant.
Should synchronize the recording start and end time with the recorder time clock
S.N. System Configuration Accessories, spares and consumables
4.1 PC with Pentium IV with specified configuration - 01
(original operating system software on CD)
4.2 Printer (HP LaserJet 2300 or higher/ equivalent -01
4.3 Holter Analyzer software -01
4.4 Holter Recorders -02
4.5 Patient cables -02
The system should contain all the above accessories in Integrated or as separate accessories.
S.N. Environmental factors
5.1 The unit shall be capable of operating continuously in ambient temperature of 10 -400 C
and relative humidity of 15-90%
5.2 The unit shall be capable of being stored continuously in ambient temperature of 0 -
500 C and relative humidity of 15-90%
5.3 Shall meet IEC-60601-1-2 :2001(Or Equivalent BIS) General Requirements of Safety
for Electromagnetic Compatibility.
S.N. Power supply
6.1 Power input to be 220-240VAC, 50Hz,/440 V 3 Phase as appropriate fitted with Indian
plug
6.2 Resettable over current breaker shall be fitted for protection
6.3 UPS of suitable rating conforming to IS-302 shall be supplied for computer system
S.N. Standards and safety
7.1 Should be FDA or CE approved product
7.2 Electrical safety conforms to standards for electrical safety IEC-60601-1 General
Requirements and IEC-60601-2-25 Safety of Electrocardiograms.
(OR EQUIVALENT BIS Standard)
S.N. Documentation
8.1 User manual in English
8.2 Service manual in English
8.3 List of important spare parts and accessories with their part number and costing.
8.4 Certificate of calibration and inspection from factory.
8.5 Log book with instruction for daily , weekly, monthly and quarterly maintenance
checklist.
The job description of the hospital technician and company service engineer should be
clearly spelt out
8.6 List of calibration and Preventive maintenance equipments as specified in the
Service/Technical Manual. Preventive maintenance has to be provided as per the
manufacturer guidelines.
8.7 Warranty:
a) Warranty period for M&P will be 24 (Twenty four) months from the date
of commissioning. A Maximum period (Two) weeks will be allowed for attending and
rectification of faults during the warranty period.
(b) Maximum down time during the warranty period will be 2% (Two
percent) of the warranty period for on line M&P and 10% (Ten percent)
for off line M&P calculated on quarterly basis.
(c) A penalty of 0.5% (Zero point five percent) per week of the contract value
will be levied for delay in response time for attending and rectification of
faults beyond specified time during the warranty period as detailed above.
(d) Maximum penalty to be levied on account of warranty failure will be 5%
(Five percent) of the contract value calculated during whole of warranty
period and after that if there is any delay on the part of supplier, purchaser
shall be entitled for encashment of WG Bonds.
(e) The PG Bond can also be encashed at any time if any of the warranty
obligations are not complied with satisfactorily.
(f) PG Bond for 10% of contract value should be submitted in the prescribed
format for the period of warranty plus 6 months.
8.8.Comprehensive Annual Maintenance Contract:
(a) Tenderers are required to quote for post warranty Comprehensive Annual
Maintenance for a period of five years after expiry of the warranty
period of the M&P along with their offers.
(b) Tenderers must quote charges for comprehensive annual maintenance
contract (CAMC) for 5 (Five) years. The rate quoted should be on per year
basis. Payment will be made after successful, completion of each
maintenance year. CAMC will start after free warranty period of 24
months.
(c) The charges of Comprehensive Annual maintenance schedule for five
years along with the cost of items to be used in repairs and
maintenance during these five years payable to supplier and sum
total of these charges would be included in the FOR destination price
quoted for M&P for the purpose of comparative evaluation of offer.
(d) The CAMC will include all costs of repairs and maintenance including cost of
spare parts, if any required. Consumables shall be excluded from the scope of
CAMC.
(e) The total CAMC charges for 5 years will be taken into consideration
along with the cost of equipment for evaluation of relative ranking of the
various tenderers.
TERMS AND CONDITIONS OF COMPREHENSIVE ANNUAL MAINTENANCE
CONTRACT (CAMC)
1. General: To provide service for regular maintenance and functioning of the
Equipment. The comprehensive maintenance contract will include all costs of repairs
and maintenance including cost of spare parts if any required. CAMC will start after free
warranty period.
2. Scheduled Visits: The inspection of the equipment will be carried out once in 3
months. The machine will be attended by trained and experienced technical staff.
The equipment should be thoroughly checked and necessary repairs should be carried out
and wear and tear will have to be rectified so as to maintain the accuracy of the
Equipment.
3. Attending Breakdowns: Breakdowns shall be intimated through Fax/Telephone.
The date of such intimation shall be taken as the date of Breakdown. The contractor/Firm
shall be bound to repair/set right the Equipment within a period of maximum 7 days from
the date of intimation of the Breakdown. A penalty of 0.5% (Zero point five percent) of
the value of annual maintenance charge shall be charged for every week exceeding period
of seven days.
4. Payment: Payment of CAMC charges shall be made after the successful completion
of each maintenance year.
5. Working time: The work on the equipment should be carried out during normal
working hours on working days, however in emergency at any time of the day.
6. Working Place: The machine or its parts will not be taken outside from Railway
premises. All work should be carried out at the site only. In case need arises to take any
part outside Railway premises then necessary permission should be obtained from
competent authority.
7. Dispute Redressal: In the event of any dispute or any difference arising between the
parties relating to this contract, the same shall be cleared by arbitration as per IRS
conditions of contract.
8. Accident: Railway administration will not be responsible for any accident to the staff
of the firm while attending the equipment within Railway premises