Department of Pathology

Size: px
Start display at page:

Download "Department of Pathology"

Transcription

1 KASTURBA HEALTH SOCIETY'S MAHATMA GANDHI INSTITUTE OF MEDICAL SCIENCES, P.O. SEVAGRAM, WARDHA (DISTT.) MAHARASHTRA STATE Specifications for Equipment Department of Pathology 1) 3 Part Hematology Analyzer 1 Unit The instrument must meet the following specifications: 3 Part Hematology Analyzer, 18 parameters with Histogram for WBC, RBC and Platelets Minimum sample throughout to be 60 test/hr Principle: volumetric impedance Data entry to be with Bar code reader or touch screen Warning signal for reagent -Level, Plt/RBC, High blank interface Qc Programs : Statistics, Levey-Jennings charts, normal sample X-B Calculation Interface : RS232 Sample volume should be < 110µl for open tube sample, 20µl for predilution sample Dual Aperture probe Aperture Size : 80 micron Modifiable Threshold : Yes Counts/Dilution : 1:40,000 RBC And Plt:, 1:400 WBC Calibration: Automatic and manual Visual Output: Graphics Printer Histogram Display : Printer, Graphics display on touch screen Should have Co incidence Correction Storage Capacity : > 1000 samples with histograms Test Basic: RBC, WBC, Hgb, Hct, MCV, MCH, MCHC, Plt WBC Differentials: L, L%, G, G% Other: LPCR, MID, MID%, MPV, PCT, PDW, RDW, RDW% OTHER - Blood Sensor, automatic probe rinsing; Black and White touch screen; Turning Valve; Windows-like operating systems; automatic cleaning and standby position; Walkaway possibility; external bar-code reader included. Meets requirement of ISO FDA Clearance: Yes CE Mark: Yes 1

2 2) 5 Part Hematology Analyzer 1 Unit The instrument must meet the following specifications: Should be a fully automated haematology analyser capable of analyzing the following parameters: WBC, RBC, HgB, Hct, MCV, MCH, MCHC, RDW, PLT, MPV, PDW, NEUTROPHIL % & #, EOSINOPHIL % & #, BASOPHIL % & #, MONOCYTE % & #, LYMPHOCYTE % & # with direct measurement of each leukocyte population Must use Three Dimensional technology for differential analysis to maximize resolution, specificity and efficiency. Should be able to provide a differential on WBC count equal or greater than 100 cells/µl Should have extended analysis time for cytopenic samples Should perform Reticulocyte analysis and enumerate immature reticulocyte fraction as well as mean reticulocyte volume Should automatically enumerate nrbc in the CBC/Diff mode without additional reagents and automatically correct WBC count. Should offer automated body fluid analysis for: CSF, Serous fluids and Synovial fluids Should have Walk Away Automation System with Autoloader and be able to perform analysis in different modes such as CBC, CBC/Diff, CBC/Diff/Retic, CBC/Retic or Retic Only. Autoloader should have ability to load at least 140 tubes at a time with automatic mixing and cap-piercing Should be able to integrate with optional automated slide maker and stainer Should have a positive tube identification with bar code being read at time of aspiration Should have the following minimum linearity range: WBC x 10 3 CELLS/µL RBC x 10 6 CELLS/µL HGB g/dl PLT x 10 3 CELLS/µl RET % Should have a throughput of not less than 105 samples per hour in the CBC/Diff mode and should require not more than 200µl in manual mode and 300µl in automatic mode Should have dual aspiration verifiers to avoid short sampling. Should have Zero-Routine maintenance with automatic Electronic Aperture Cleaning after every cycle Must have bi-directional communication capability with laboratory information system. Should have storage of at least numeric patient results, 5000 including graphics, unlimited number of user-definable and patient control files. Should have Auto-stop in the event of unacceptable control data CE Mrak 2

3 Check List (to be submitted with Technical Bid) The Vendor should submit following documents (duly attested) with Technical Bid (Please give Annexure No. for submitted Documents as mentioned below) Name of Company: Sr. No. Name of the Document Documents Submitted (Yes / No) Annexure No. Reason (for non submitted documents) 1. FDA / BIS Approval I 2. CE Certification II 3. ISO Certification (ISO 9001 & ISO 13485) III 4. VAT Registration & CST Registration IV 5. Manufacturing Certificate of Manufacturer Company V 6. Authorized Distributor Certificate (Current Year's) 7. Last 3 years Tax Assessment & Turn Over Certificates 8. User List (wherever Equipments / Instruments supplied & installed) VI VII VIII 9. PAN Card IX 10. Contact Person Name with Mobile No. X Signature with Company Seal 3

4 Kasturba Health Society's Mahatma Gandhi Institute of Medical Sciences Sevagram, Wardha (Dist), Maharashtra Terms and Conditions for the tenders Any non compliance of the following will amount to disqualification of the tender 1. Sealed tender should be addressed to the DEAN, Mahatma Gandhi Institute of Medical Sciences, Sevagram, (P.O.) Wardha (Dist), Maharashtra Tender should be submitted on or before 15/07/2016 up to 1.00 P.M. Tender received after the last date will not be accepted. 3. Separate tenders are to be submitted for each instrument. Mention on the envelope "Tender for...(instrument name) of the Dept...(Dept name)". 4. Tender should be in two separate envelopes one for Technical Bid and other for Price Bid 5. The technical bid must contain the following (duly attested) along with Check List: a) Detailed technical specifications of equipment quoted (Catalogue / illustrated literature) and options / other model. b) A soft copy (CD) in Microsoft Word / Excel Format showing compliance with our given Technical Specifications (i.e. Compliance chart). c) Authorized dealer certificate (Current year's) from the Principal of manufacturing company for supply and service d) List of users / institutional installations / Govt. supply orders / Reputed private hospitals and copy of Manufacturing License from the manufacturer. e) Income Tax and annual returns of Last three years f) FDA Approval Certificate for the equipment / item & FDA Registration of the manufacturer. g) VAT & CST Registration Certificate h) PAN Card copy i) Country of Origin of the equipment 6. The price bid must contain the cost of the equipment and the prices of reagents and consumables. The prices of the reagents & consumables must also be mentioned in terms of cost per reportable test (CPRT). 7. For equipment to be imported the prices should to be quoted in both a) Foreign Currency - CIF Mumbai and also b) INR Delivery at Sevagram including all taxes and levies 4

5 Note: a) FOR CIF prices, the duty, transportation from Mumbai port to Sevagram, insurance will be borne by the buyer. b) FOR INR prices-- no excise duty, sales tax, VAT, transportation, insurance will be paid by the buyer. c) MGIMS is holding a central Govt. Certificate for import duty concession and nil rate of excise duty applicability. d) For ease of computation you may furnish the import duty structure of your equipment and classification HSN code no of custom tariff. Import License and IEC code should also be submitted. e) Kindly quote the prices strictly as per the scope of the supply written in the tender without offering your special features and accessories prices. f) Performance Bank Guarantee and penalty clause for delay in supplying will be as per the negotiations. 8. Payment terms: a) For CIF: L/C will be opened by the buyer on the condition of payment on successful installation of the equipment. b) For INR quote: Payment will be against successful installation of the equipment c) No advances are given with Purchase Order (PO). 9. Delivery period from date of Purchase Order (PO) to be written clearly in days. Penalty clause can be levied on case to case basis. Installation of the equipment should be free and to the satisfaction of the buyer. 10. Service and Guarantee conditions: a) Equipment will be under guarantee of two years from the date of installation. On case to case basis Performance Bank Guarantee may be sought. b) Mention the charges and terms of AMC & CMC (labour + Part) applicable from 3rd year onwards. c) Mention about the nearest facility/office where service personnel are available. d) Mention about the facility for training of personnel safety and quality standards. 11. Dean M.G.I.M.S. reserves the right to reject all or any tender without assigning any reason. 5