Download The technical details of the Stimuplex HNS 12 is as follows: ~

Survey
yes no Was this document useful for you?
   Thank you for your participation!

* Your assessment is very important for improving the workof artificial intelligence, which forms the content of this project

Document related concepts
no text concepts found
Transcript
ANNEXURE-III
(THE TECHNICAL SPECIFICATIONS AND WARRANTY PERIODS)
TENDER FORM FOR PROCUREMENT OF
EQUIPMENT FOR MULTI DISCIPLINARY UNIT
OSMANIA MEDICAL COLLEGE, HYDERABAD, T.S.
(UNDER CENTRAL SPONSORED SCHEME)
Reference: RC.NO. Tenders/Equipment/OMC/MDRU/2014/
, Dt : 05-08-2014
SPECIFICATIONS FOR INSTRUMENTS TO BE PURCHASED FOR MULTI DISCIPLINARY RESEARCH
UNIT
S.No
Name of the
Equipment
1
Elisa Reader
2
Elisa Washer
Specification
Quantity
The 96 well microplate reader should have wavelength range of 400-750
mm.
Photometric range 0.0 - 3.5 OD with a band width of lOnm and 0.0010D
resolutions.
It should be able to read flat, U or V bottom microplate with a facility of
motorized door for plate loading and retrieval
The machine should have variable plate shaking capability(low,
medium, high) along with single and dual wavelength detection
It should have on board software, integrated thermal / lazer printer
and USB 2 interface with P.C. At least 11 filters
(415,450,490,505,540,550,570,595,630and 750nm) should be
supplied with micro plate reader.
The microplate washer should be compatible with 96-well
microplates that have flat -,U-or V- bottom wells and strips
The washer should have programmable needle positions(horizontal
and vertical) to an accuracy of 0.1mm for bottom washing, cross
wide aspiration and overflow washing along with dispenser speed
control and plate shaking option
Residual well volume should be less than 2 pi with 8 and 12 way manifolds
All these instruments should be supplied with proper voltage stabilizers
1
1
15
3
Auto Analyser
(Clinical
Chemistry)
A discrete patient prioritized automated random access clinical chemistry
analyzer for chemistries, drug assay, immunoglobulin’s etc in blood /urine
/fluid with ISE electrolyte analyzer(Na,K and Cl)
FEATURES:
• User oriented software
• Full size Query keyboard
• Full size display
• Ease of operation
• Reagent volume 30% less than most competing systems
• Built in printer
• No add-on parts saves labs space
• High reliability
• Low maintainence cost
• No warm-up time: always ready to measure
• On board parameters: not less than 30
• Sample system: separate rack / disk for routine /stats /
standard /controls /samples with bar-coding
• Samples: 200-300 per hour
• Sample volume: 2-30pl
• Reagent volume: 50-300pl / test
• Wavelength:340-800nm
• Light source :halogen or equivalent lamp with life of 2000hrs
All accessories and instruments to facilitate
convenient operation should be provided with the
unit.
1
16
4
Haematology
Analyser - 5
Part
1.Proposals must be able to demonstrate (from current users) a high level of
satisfaction regarding the automation, products, technical support and
customer care.
2.The supplier and their automated users must have a proven track
record in the supply of Haematology analysers and must be able to show
satisgfaction by other reputable clinical laboratory users.
3.The requirements of this Tender specification must be available at the
time of installation.
4.Proposals must specify the equipment, hardware, software and the Uninterruptible Power supply (UPS). It is desirable that the UPS will shut
down the analysers when the main power supply is cut.
5.All instruments must be capable of automatic recovery in the
event of a power failure.The recovery must be complete and
without loss of data, except any analysis being carried at the time
of power failure.
6.A frilly automated backup system must be provided within 24 hous
when the current equipment is deemed unrepairable. The Tender must
provide details of how this will be achived.
7.Start up,shut down, calibration, QC and local maintenance and general
cleaning procedures must be stated and the length of time involeved and
required frequency of these procedures.
8.Fully detailed operator manuals must be provided. Such manuals must
be renewed as and when the instrument software or hardware os ipdated
and must be supplied in English. An onboard trobleshooting guide
should be provided.
9.There must be a a fully recoverable back up system for the storage of
analyser software as well as testing profiles and result data. The data
manager must have the ability ato store patient records to a minimum of
20,000 or 3 months whichever is greater. The format in which the data is
stored must be stated.
10.There must be a reagent inventory system. This should utilise bar
coded entry of lot number and expiry date. Proposed reagent bottles
should carry this information. Data must be retrievable with method of
archiving stated.
11.The analyser must be capable of accepting a variety of primary
sample tubes in the same carrier with the ability to function with all
current commercially available evacuated tubes. Small volume paediatric
samples must be accommodated. The minimum volume requirements for
all sample tube sizes must be stated. The tender must state the dead
volume of each specimen being sampled.
12. The equipment must have level detection and be able to calculate if
there are any shortfalls in either reagents or consumables to complete a
batch of work and alert the operator immediately. The alert must be both
audible and visual. It should also have a countdown system for each
reagent and consumables.
13.Suppliers must state how sample and reagent deterioration is minimised
while on board.The maximum viability of reagents on board must be indicated
i.e. installation ,registration and removal.
14.There must be fully auditable systems in place for reagent use, sample
testing systems, Qualiti control [QC] and quality Assurance [QA] including
runtimes, back up times and user logons and editing
1
17
Haematology
Analyser - 5
Part
15.There must be access to test and QC/QA results and all other data without
interruption to the analyser runtime.
16.The daily, weekly and monthly maintenance procedures must be
described.
17.The supplier must provide details of a comprehensive training
program for laboratory staff stating the number of places offered and
how the training will be achieved. The suppliers must also state what
support is provided to cascade training to junior staff. The training
package must be available for the lifetime of the contract.
18. The proposed equipment must comply with relevant regulations for
electrical, mechanical and biological safety and copies of the
appropriate certification provided.
19.The Tender must state the capital cost. The costing must include all
items required for full and complete installation and operation of the
system in compliance with the preceding specification.
20.The tender must state clearly those items of the specification that
are not available or cannot be supported.
21.The Tender must state the warranty period and the extent to which
such a warrany will apply.
22.The Tender must have state the foil annual cost of the reagents and
consumables based on the figures supplied in appendix 1. This includes
an estimated wastage cost in reagents, cells and consumables over the
same period.
23.The Tender must state the foil annual cost of the Maintenance and
service agreement for the duration of the contract.
24.The Tender must state the foil annual cost of a Managed service
contract if available.
25.All equipment (including any instrument associated PC workstations)
must be protected from spikes and breaks in power supply by the
provision of dedicated UPS systems, which must sufficient power to
allow any assays in progress to be completed and allow controlled
shutdown of the instrument.
26.Full Blood count [FBC] including 5 part differential as a minimum:
Hb
Neutrophils
RBC
Lymphocytes
HCT
Monocytes
MCV
Eosinophils
MCHC
Basophils
PLT
Reticulocyte counts [Reties].
WBC
Nucleated Red Blood cells [NRBC].
Erythrocyte sedimentation Rate [ESR].
27.Each analyser must generate visual flags to alert operators to the
presence of abnormal leucocyte, red blood cell and platelet
populations. The format of flagging (e.g.asterisk, back-lighting, etc)
should be stated and how this information will be conveyed to our
host computer.
28.Each analyser must be capable handling osmotically resistant red
blood cells e.g. neonates and liver disease and produce a valid
leucocyte count on such samples.
29.The supplier must state linearity values for leucocyte, red blood cell and
platelet counts.
30.The supplier must state the highest acceptable background
values for leucocyte, red blood cells, platelets and haemoglobin.
31.Supplier must state minimum performance characteristics for accuracy
and precision.
32. Must aspirate no more than 53nl of whole blood from either closed or
open tube. Must have an optional through put of 60 samples per hour
33.Manufactures must be able to provide 24 Hrs “Live” Telephone
18
troubleshooting.
34.Must Use Impedance technology for measuring RBC, WBC, PLTs.
19