37
1 REQUEST FOR PROPOSAL FOR Awarding Rate Contract for Establishing of Telemedicine nodes March 2017 Development and Educational Communication Unit Space Applications Centre Ahmedabad-380015

Awarding Rate Contract for Establishing of Telemedicine … Rate Contract for Establishing of Telemedicine nodes ... The OEM of Hub hardware & software is M/s ViaSat ... Make –ViaSat,

Embed Size (px)

Citation preview

1

REQUEST FOR PROPOSAL

FOR

Awarding Rate Contract for Establishing of

Telemedicine nodes

March 2017

Development and Educational Communication Unit

Space Applications Centre

Ahmedabad-380015

2

1.0 Introduction:

6.3m/400W Ext. C-band Telemedicine Hub located at “ISRO TELEMETRY TRACKING &

COMMAND NETWORK (ISTRAC), Bangalore. This Hub caters hub service to nationwide

ISRO telemedicine network. The network operates in Ext. C-band on GSAT-12 satellite

and is configured in star topology. The OEM of Hub hardware & software is M/s ViaSat

Inc. USA. Network is presently configured with one outbound carrier of 6Msp s (10

MHz) and 15 inbound carriers of 625 Ksps, which are accessed from remote stations

in MFTDMA access scheme. TM software is provided by M/s Televital, Bangalore.

There is requirement of establishing of around 100 TM nodes across the country.

The objective of this RFP is to conclude rate contract for establishing TM nodes. The

rate contract should be valid for one year, extendable for another one year on same

rates, terms & conditions.

2.0 ISRO TELEMEDICINE NODE CONFIGURATION:

The Tele-medicine nodes are basically integrated using VSAT based systems with TM

Hardware/software including diagnostic equipment/peripherals.

I- List of Items for VSAT system of TM node:

1.8m solid dish antenna system including antenna base, feed boom, Ext. C

- band feed,

2W BUC and PLL LNBC

RG-11 or RG-6 IFL Cables set

VSAT modem –RCST; Make –ViaSat, Model- LinkStar S/S2

Connecting cables and accessories for IDUs & ODUs

II- TM network is having two types of TM nodes as mentioned below:

a) Super Specialist TM Node (SS TM node)

b) Patient TM node

Equipment details of SS TM node and Patient TM node is given below;

a) Super Specialist TM Node (SS TM node)

Computer with graphics card, keyboard, mouse, speakers set and

operating system

24” LED/LCD PC Monitor

SS TM node TM software- (will be provided by ISRO)

USB based HD web camera

Black and white multi-functional laser printer

1 KVA UPS with 2 Hrs. backup

Miscellaneous items (LAN switch, power board, etc .)

3

b) Patient TM node

Computer with graphics card, keyboard, mouse, speakers set and operating

system

24” LED/LCD PC Monitor

Patient TM node TM software- (will be provided by ISRO)

USB based HD web camera

Vital track Multi-parameter device- Wi-Fi interface- with all the accessories

Wi-Fi Router

12 lead ECG Machine with balloons and clamps

Digital camera for radiology

X-ray view box

Stethoscope with Digital Adapter

Auto Scope for ear diagnosis

Derma Scope for skin diseases

Black and white multi-functional laser printer

2 KVA UPS with 2 Hrs. backup

Miscellaneous items (8Port LAN switch, power board, etc)

3.0 Scope of work

To supply, integrate, install and commission around 100 TM nodes (Super Specialist and Patient

TM node) located countrywide PO on Turnkey basis. The following activities are to be carried.

Sr. No. Scope of work description Complied/Not

complied

Remarks

1 Ext. C-band 1.8M Antenna system with feed and

mount, Ext. C-band 2W BUC, Ext. C-band PLL LNBC

and VSAT modem (RCST), will be provided by

DECU/ISRO. However, vendor is required to quote

for these items.

2 Vendor may have to supply these items, In case of

non-availability at DECU/ISRO, Ahmedabad.

3 Items provided by DECU-ISRO need to be tested

for their functionality at DECU Ahmedabad before

dispatch to respective site.

4 Vendor shall supply the items other than provided

by DECU-ISRO, for completing the set of

equipment required to commission the TM node.

5 For few sites vendor may have to carry out only

I&C incase all the items shall be provided by the

user/DECU-ISRO.

4

6 Vendor shall be required to confirm the site

readiness from nodal/site coordinator, prior to

dispatch of items to the respective sites.

7 After testing, these items are to be adequately

packed for transportation to respective locations.

(Transportation charges shall be paid at actuals).

8 Vendor shall supply the items of Patient /SS TM

nodes as per Annexure-I

9 The Patient TM node/SS TM node software will be

provided by DECU, ISRO. It is to be installed and

configured by Tele-medicine software provider.

Vendor to support this activity.

10 Vendor has to obtain road permit in coordination

with the user, if required.

11 Vendor to install and commission TM nodes as per

the site details provided by DECU/ISRO. It also

includes integration of diagnostic equipment and

Wi-Fi router with TM nodes. Vendor shall also

configure the TM software on mobile phone using

Wi-Fi router and android app (provided by the TM

software provider).

12 TM nodes are to be configured with the Learning

management software (LMS) provided by ISRO for

Continued Medical Education (CME) application

and TM software for TM consultation.

13 Vendor to provide Windows10 professional

operating systems for the patient TM nodes and

SS TM nodes..

14 Vendor shall make separate earthing pit by using

suitable copper wire and Charcoal, salt, etc.

15 Vendor shall be required to place adequate ballast

weight on the antenna base, to keep stability of

antenna even in high speed winds.

16 Vendor shall test each TM node by conducting

videoconference with DECU, ISRO and TM hub at

ISTRAC Bangalore. Vendor shall also test each

Patient TM node with at least one Super Specialty

(SS) node available in the ISRO TM network by

uploading the patient history, diagnostic data to

the server, referring the case to SS doctor,

videoconference with SS TM node and also

getting the SS doctor prescription.

5

17 Vendor to hand over all the items of the TM node

to site in-charge/custodian as per the format

given in Annexure-II.

18 Vendor to provide the TM node operational

training to people deputed by the user like site

coordinators/technicians which will include

operational training of diagnostic equipment.

19 Vendor to submit the duly signed installation &

commissioning certificate by site in-charge/nodal

officer as per Annexure-III to focal person at DECU

Ahmedabad, without which payment will not be

released.

20 Vendor may be required to dismantle, transport

and re-commissioning the existing TM node to

new identified location.

21 Vendor to undertake AMC for VSAT part of TM

Node for 1 year (This is applicable to items

supplied by DECU) and undertake CAMC for

complete Tele-medicine nodes from 2nd year

onwards.

22 Training to site in-charge / coordinators may be

explored

3. Terms and Conditions

Sr. No. T&C description Complied/Not

complied

Remarks

1 It is a two-part tender. Vendor to submit the technical,

commercial & financial bid separately.

2 Vendor shall execute the activities as per the scope of

work and submit the certificates as per attached format

as per annexures are IV & V)

3 Vendor should have minimum one-year experience in the

similar field. Vendor shall be required to submit the

PO/work order executed.

4 Vendor should plan the activity in coordination with ISRO

TM hub and site coordinator/nodal officer of each node,

contact details shall be provided by DECU/user agency.

5 Vendor have to deliver material at identified locations.

The exact site locations shall be provided in lots as and

when needed during currency of the rate contract.

6

6 Vendor to ensure the safely transportation of material

supplied by DECU/ISRO to respective site and shall be

required to submit 10% security deposit (of material cost).

7 All the software offered shall be perpetual licensed and

shall be provided on media like CD/dongle or any other

mode.

8 Vendor shall depute well trained engineer and technician

for I&C at sites, so that work is executed smoothly.

9 Vendor to adhere the delivery schedule as stated in point

no. 4.0

10. Vendor to quote I&C charges for four categories of sites

i.e. – a. Accessible b. In-accessible and c. high altitude

sites, d. Islands.

DECU/ISRO will be the final authority for classification of

sites as per above categories.

11. Vendor to quote additional per site visit charges for four

categories of sites i.e. – a. Accessible b. In-accessible and

c. high altitude sites, d. Islands.

11.0 Vendor to quote the charges for Dismantling, shifting and

re-commissioning of TM nodes with following categories

(optional).

11.1 Within Building/campus

11.2 Within City

11.3 Within state

11.4 Within India

12 Vendor shall quote for I&C charges incase all the items are

provided by DECU-ISRO/User agency.

13 Movement of manpower and material to be coordinated

with DECU and respective site coordinators/user agency.

14 Technical specification of equipment/items are

mentioned as per attached Annexure- III

15 While complying, vendor to submit the data sheet of each

equipment, complying to the technical specifications. Any

non-compliance to be mentioned clearly. Vendor may

quote for better configuration system at par to our

specifications. (price should be at par)

16 Vendor’s personnel should carry one laptop, instant RF

meter, required tools, spare cable and connectors, which

shall be required during installation of TM node including

optimization/re-orientation of antenna system.

7

17 User agency and DECU/ISRO shall not be responsible for

any injury or losses to vendor’s personnel deployed for

I&C at the site.

18 Vendor shall be reimbursed the transportation charges at

actuals for transporting the items from DECU/ISRO,

Ahmedabad to respective sites/nodes.

19 Warranty: Vendor shall provide minimum 1-Year onsite

warranty support for all items supplied by them or as

offered by the respective OEMs. Vendor to replace the

faulty item under warranty as per the LD clause. If original

item is not available then, vendor to do a makeshift

arrangement till the original item is received after repair.

20 Vendor to submit security deposit equal to 10% of

contract value against the assurance of work to be

executed within time as per PO immediately after

acceptance of PO.

21 Vendor to submit PBG equal to the amount of 10% of the

lot value after competition. PBG to be submitted only

after completion of each lot and it should be valid for one

year during warranty period.

22 Vendor to submit security deposit for the item collected

from DECU ISRO Ahmedabad. This security deposit shall

be required till the items are reached safely at the

respective site.

23 Vendor shall make own arrangements for

travel, lodging and boarding, etc. for them

personnel deployed at site.

24 Pre-bid: DECU/ISRO will conduct Pre-bid meeting

at SAC Ahmedabad on xx-xx-2017. The Vendors who

are interested to participate in the Pre-bid meeting

shall inform the details of participants via

E-mail to [email protected]. The vendors should attend the

Pre-bid meeting at their own expense. As a result

of this meeting DECU/ISRO reserves the right to

modify/alter/amend any part of requirement

including terms & conditions, if required. Such

changes will be notified to the vendors present in the

Pre-bid meeting and uploaded in E-procurement website.

8

4.0 Delivery Schedule:

Sr. No. Description Complied/Not

complied

Remarks

1 Vendor shall be required to supply and install TM

nodes as per the following schedule.

1. 45 days from the date receipt of request

for lot size (upto10 sites)

2. 60 days from the date receipt of request

for lot size (More than 10 sites)

2 Validity of the rate contract will be one year from

the date of acceptance of PO and may be

extended for one year on same rate, terms &

conditions.

5. Liquidated Damage (LD):

Sr. No. Description Complied/Not

complied

Remarks

1 In case of delay in execution of the work order

beyond schedule mentioned in 4.1, liquidated

damages at the rate 0.5% per calendar week of the

value of work so delayed shall be recovered from

the vendor. Maximum amount of the LD

recovered shall be limited to 10% of the value of

the delayed portion.

2 Repair/Replacement of systems under warranty:

All the systems (under warranty) will be replaced

by the vendor at site within 10 days (accessible

areas) and 20 days (for remaining areas) from date

of complaint lodged. If not done than down time

compensation clause will be applied.

3 Any faults during the warranty period shall be

satisfactorily resolved within reasonable time

failing which DECU/ISRO reserves the right to

invoke Performance Bank Guarantee.

4 Downtime compensation (CAMC period): In the

event of any TM node is not made operational

within 20 working days after the formal complaint

is registered with the vendor, DTC shall be charged

at the rate as follows:

a) Up to 05 stations –0.5 % of the material

order value /day

9

b) Up to 10 stations –1.0 % of the material

order value /day

c) More than 10 stations –2.0 % of the material

order value /day.

6. Indemnity:

Sr. No. Description Complied/Not

complied

Remarks

1 By complying to this clause, Vendor indemnifies

DECU, ISRO and against any action, claim or

proceedings relating to infringement of all or any

of the prevailing laws like Workman’s

Compensation Act 1923, Contract Labor

(Regulation and Abolition) Act 1938, Industrial

Disputes Act 1947, and Employee’s State

Insurance Act 1952 during the currency of the

order or any other act, not mentioned specifically.

7. Arbitration:

Sr. No. Description Complied/Not

complied

Remarks

1 In the event of any dispute or difference between

the parties to the contract, such disputes of

differences shall be resolved by mutual

consultation. If such resolution is not possible,

then the unresolved disputes or differences shall

be referred to Arbitration of the Sole Arbitrator to

be appointed by the Director, DECU, Department

of Space, Ahmedabad. The provisions of

Arbitration and Conciliation Act, 1996 (No. 26 of

1996) shall be applicable to the arbitration. The

venue of such arbitration shall be at Ahmedabad

or any other place in India, as may be decided by

the arbitrator. The language of arbitration

proceedings shall be English. The arbitrator shall

make a reasoned award (the “Award”), which shall

be final and finding on the parties. The cost of the

arbitration shall be shared equally by the parties

10

to the contract. However, expenses incurred by

each party in connection with the preparation,

presentation shall be borne by the party itself.

Pending the submission of and/or decision on a

dispute, difference or claim or until the arbitral

award is published, the Parties shall continue to

perform all of their obligations under this contract

without prejudice to a final adjustment in

accordance with such award.

8. Secrecy:

Sr. No. Description Complied/Not

complied

Remarks

1 All the information related to this order shall be

treated as “SECRET” by Vendor and the contents

of the specifications, drawings, process sheets or

any other documents shall not be

divulged/disclosed or shared by the Vendor to any

party without the written authorization by DECU,

ISRO.

9. Force majeure:

Sr. No. Description Complied/Not

complied

Remarks

1 Damages due to external factor/Force

majeure reasons:

All repairs/replacement charges may be

charged extra if failures are due to

external factors/force majeure reasons,

like failures due to lightning strikes,

earthquakes and floods etc.

10 Fall Clause

1 The charges for above work shall in no

event exceed the lowest charges at

which vendor services the systems/TM

11

node of identical description to any

other party during the currency of

contract. If, at any time during the said

period, vendor reduces the charges for

similar work to any other customer,

vendor shall forthwith notify the same

to DECU/ISRO and the charges payable

under the contract for the service shall

stand correspondingly reduced.

11. Termination of Contract:

1 Termination of Contract:

Director DECU/ISRO reserves the right

to terminate the purchase order if the

performance of the Contractor/vendor

is found to be unsatisfactory during its

currency of the contract by giving one-

month notice in writing without any

financial implications.

12. CAMC:

Sr. No. Description Complied/Not

complied

Remarks

1 After I&C of TM nodes of each lot, vendor to take

TM nodes under CAMC for three years CAMC on

yearly basis. Vendor to compensate the cost of

items which are under warranty and RCST, BUC &

PLL LNBC, etc. items provided by DECU-ISRO, while

calculation the CAMC cost. Scope of work of

CAMC as per attached Annexure-II

13. Compliance statement :

Sr. No. Description Complied/Not

complied

Remarks

1 Vendor shall provide compliance statement for all

the section/clause/points of RFP, including terms

and conditions. Deviations if any (better or worse)

shall be clearly explained/mentioned with effect

on the performance of the system/TM node.

12

14. Payment

Sr. No. Description Complied/Not

complied

Remarks

1 Payment shall be released on pro-rata basis

according to the work completed within 30 days

of submission of claim to Accounts Officer, SAC

with following documents:

I. Signed Commercial invoice in original (in

triplicate)

II. Certificate of completion and acceptance

issued by site in-charge (please refer

annexure-II)

III. Certificate issued by DECU/ISRO authorized

representative for releasing payment.

IV. Transportation charges shall be paid at

actuals after duly verifications of bills

submitted for transportations, by DECU, ISRO

Ahmedabad.

13

Annexure-I

Format and List of material for Bidding

Sr

No

Item Description Qty. in slabs

(1-25, 26-50,

51-75, 76-125)

Unit

Price in

(Rs.)

Total price

1 1.8mtr solid dish, offset focus antenna system

with mounting base, boom and ext. C-band

feed.

2 Ext. C-band 2W BUC

3 Ext. C-band PLL type LNBC

4 IFL cables set RG-11 or RG-6

5 RCST make – ViaSat, Make-Linkstar – DVB-S,

DVB-S2, DVB-S2A (Optional Item). Non-

availability will not affect the compliance

statement)

6 Computer with 24” LED/LCD Display monitor,

Mouse, Keyboard, speakers set, windows10

professional OS. It should have graphics card

(GeForce GF 6200TC/Sparkle 8400GS or latest).

6.1 8 port Ethernet switch make D-link/TP Link or

equivalent.

7 Vendor to support remote installation of TM

software by TM software service provider.

Incase Televital TM software is provided by

DECU/ISRO Ahmedabad.

7.1 Vendor shall also quote for doctor end/patient

end Televital TM software and I&C charges.

7.2 LMS software installation charges

8 HD/FHD Webcam

9 Vital Track Multi-Parameter device which should

support BP monitor, SPO2, ECG, thermometer,

glucometer. Spirometer is optional. It should

have all the accessories, leads and connectors to

interface above device.

9.1 Type – 1 having Wi-Fi connectivity with Patient

end PC

9.2 Type-2 Having USB connectivity with Patient

end PC

10 Wi-Fi Router with four port of RJ-45 built in the

router. Make- D-link/TP link or equivalent.

14

11 16MP Digital camera with minimum 10X optical

zoom. For scanning the X-ray Films

12 X-ray View box (A3 Size) or bigger

13 Stethoscope with digital adapter for monitoring

heart beats

14 Otoscope for examining ears with USB interface

with patient end PC

15 Derma scope with USB interface with patient

end PC

16 Wired Handheld microphone with 10 Mtr XLR

cable of branded company like Mipro, Ahuja or

equivalent

17 Black and white multi-functional laser printer

of branded company like HP/canon/Samsung or

equivalent.

18 Antivirus software with one year license Make

and model- McAfee/equivalent

19 12 lead ECG Machine; Make-Shiller or

equivalent with clamps and balloons, USB cable,

etc.

20 2 KVA UPS with minimum 2 Hrs. backup along

with batteries. Make: Libert/APC/equivalent for

Patient TM node.

21 1 KVA UPS with minimum 2 Hrs. backup along

with batteries. Make: Libert/APC/equivalent for

SS TM node.

22 High current charger for UPS for both type of

UPS

21 Earthing Kit- Standard copper wire, iron pipe,

plate, charcoal, salt, etc. are to be used.

22 Ballast weight for stability of antenna system

minimum 12 in numbers (Size- 39x18.5x19 cm)

and weight is around 10Kg.

23 Miscellaneous items (cables/connectors,

Extender power boards, etc.

24 Transportation Charges per node will be paid as

per actuals.

25 Installation and Commissioning charges per site

for four categories.

a) Accessible sites

b) Inaccessible site

c) High altitude sites

15

d) Islands sites

26 Additional site visit charge for four categories;

e) Accessible sites

f) Inaccessible site

g) High altitude sites

h) Islands sites

27 Charges for Dismantling, shifting and re-

commissioning of existing TM nodes with

following options.

Within Building/campus

Within City

Within state

Within India

30.0 CAMC Charges

30.1 CAMC charges for second year

30.2 CAMC charges for third year

30.3 CAMC charges for fourth year

31 Total

16

Annexure-II

1.0 SCOPE OF WORK for CAMC

Vendors should take TM nodes under Comprehensive Annual Maintenance Contract

(CAMC) as and when TM nodes are completed during currency of the rate contract.

The scope of work for annual maintenance of the complete telemedicine node

includes the following:

Sr. No. Description Complied/Not

complied

Remarks

1 Preventive maintenance for VSAT system:

Vendor to carryout preventive maintenance

at least once in a year. Some of the

preventive maintenance activities for the

VSAT system are given below:

Cleaning of Antenna, feed, mount

assembly, etc.

Optimization of antenna for maximum

signal.

Any damaged cable should be

immediately replaced.

All the screws and fasteners of the VSAT

systems must be checked.

Greasing of VSAT terminals as and

when required.

Maintenance of UPS/Battery.

Checking all functions and parameters

of antenna system, BUC, LNBC, VSAT

modem and UPS.

2 Preventive maintenance for the

Telemedicine system :

Vendor is to carryout preventive

maintenance at least twice in a year. Some

of the preventive maintenance activities for

the Telemedicine system are given below:

Check for correctness of PC hardware

and software including OS.

17

Check for videoconferencing systems

and its settings

Loading of required software patches

Maintenance of UPS/Batteries.

Testing of all diagnostic instruments

Any damage cable should be

immediately replaced

Ensuring the total system functionality.

System boot up/starting problems

when powered on.

System getting stuck/hanged

unexpectedly.

Various errors message, mal

functioning, etc.

System interface problems with VSAT

system.

Testing each node with DECU, ISRO

Ahmedabad or TM hub.

3 Corrective Maintenance: Some of the

activities are to be carried out by the

vendor during the corrective maintenance

are as follows;

a) Trouble shooting: Vendor has to initially

find the fault and then carryout

maintenance.

b) Repair/Replace/Re-work: All

repair/replace/re-work should be taken

up immediately, within 7 working days

down time for SS TM node nodes and 10

working days of downtime for all the

remote nodes. Vendor to make efforts to

do repair at site only. In case equipment

is not in condition to be repaired at site

then faulty equipment to be replace

with operational system.

c) Spares: Under comprehensive

maintenance, Vendor has to keep

sufficient spares for maintenance to

maintain the downtime mentioned in

the RFP.

18

d) Re-commissioning: Once all the repair

work is over, vendor should make sure

that all the elements of the TM node are

working by re-commissioning the TM

node.

e) Vendor should take care of the

maintenance of minor work (if any) like

cable harnessing, Channeling, etc. for

antenna system during repair/re-

commissioning.

f) Vendor has to give schedule of 2

preventive maintenance visits in a year

for each node.

g) Vendor has to send a monthly

maintenance report to DECU/SAC with a

copy to user agency as to what

maintenance has been done on the

systems and the current status of each

system at various nodes. The report is to

be prepared by the vendor and

approved by the concerned

Hospital/Doctor or any other agency

decided by DECU/SAC.

h) Vendor has to maintain a

logbook/service report depicting all the

maintenance activities at nodes. The

vendor has to send the printouts of

logbook and a monthly report showing

the maintenance activities and the

current status/condition of the system.

Vendor has to maintain logbook for each

equipment.

19

Annexure - III

Technical Specifications of VSAT systems & TM Peripherals:

A. RF Systems:

A.1 1.8m Antenna system:

PARAMETER SPECIFICATIONS Complied/

Not Complied

Remarks

RF Performance:

Size and type of antenna

system

1.8m offset focus, Solid dish

with Transmit/receive feed,

feed boom, and antenna base

assembly.

Frequency band Ext. C – band

Transmit frequency 6.725 to 7.025 GHz

Receive frequency 4.5 to 4.8 GHz

Antenna size 1.8m

Transmit gain 40.6 dBi @ 7.025

Receive gain 37.3 dBi @ 4.8 GHz

EIRP 43.6 dBw (with 2W BUC)

G/T Min 18 dB/ 0K @ 500 Elevation

Side lobe envelope As per ITU-R 580-5

Side lobe level - 14 dB

VSWR 1.3:1

Polarization Linear

Cross polarization

discrimination

Better than 25 dB

20

Mechanical

Reflector material GFRP

Antenna optics One-piece offset Feed

Mount type Elevation over azimuth

Elevation adjust. Range 7 to 84 degree continuous fine

adjust.

Azimuth adjust. Range 360 deg continuous +/- 10deg

fine adjust

Wind loading Operational-80 Kmph

Survival- 180 Kmph

Temperature -20 to 55 Deg. Centigrade or

better

A.2 PLL LNBC in Ext C-Band

Description Parameter Complied/ Not

complied

Remarks

Input Interface CPR 229 (with Groove)

Output Interface F type

Noise Temperature (at +25

C)

15o K typical ( 30oK max)

L band frequency 950 to 1550 MHz

Local Frequency 5.76 GHz

Conversion Gain (at +25 C) 59 dB min 66 dB max

Input voltage + 24 VDC (+12 to 24 VDC)

Input VSWR 3.0:1 max

Output VSWR 2.5:1 max

Temperature Range

(ambient)

-20 to +55 Deg. Centigrade or

better

21

A.3 Block up Converter (BUC)

The high power block up converter operating in Ext. C-band shall be capable for providing the

required output power @ P1dB minimum 2W, designed for high reliability and ease of

maintenance. It shall have harmonic reject filter and a filter for rejecting receive frequency. The

rejection ratio shall be minimum 60dBc.

Description Parameter Complied/ Not

complied

Remarks

Output power: 2W

Input frequency: 950-1550 MHz

Output frequency 6.725-7.025 GHz

Input interface Waveguide – CPR-137 G

Output interface N type, Female (50 Ohms)

Input Level range: -5 to –55dbm

Max. Input power without

damage:

10 dBm

Gain Flatness: +/- 1dB max. over 600 MHz at

room temp.

Gain variation over temp: +/- 1.5dB over full operating

range

Gain slope: 0.5dB/40MHz

AC input range: 220V +/- 15% (47-63Hz)

Temperature: -20 to +55deg Centigrade or

better

A.4. VSAT Modem - Indoor Unit (IDU)

Description Parameter Complied/ Not

complied

Remarks

VSAT Modem Return

Channel Satellite Terminal

(RCST)

Model- LinkStar/DVB-S/S2 or

DVB-S2A

Make- ViaSat

Note: While deciding L1, the above item may not be accounted.

22

A.5 Computer for Super Specialist TM node & Patient TM node (with appropriate interfaces

(Modules/Cards /Ports/Boxes/wireless etc) for interfacing with diagnostic equipment.)

Technical Specifications (Equivalent or better):

Sr.

No.

Specifications Detail Complied/ Not

complied

Remarks

1 Processor Intel Core I3 or above

2 Graphics Intel® HD Graphics 4600

3 Board/Chipset Compatible to the

processor

4 HDDs 1 TB of SATA, 7200 RPM

5 RAM 4 GB DDR3 -1600

6 Audio on-board

7 LAN (on board) 100/1000 Mbps

8 Graphics Card 512 MB PCI Graphics with

PAL-B video output

9 Expansion Slots 1 PCI Express and 1 PCI

slots

10 I/O ports and connectors Preferably as following:

Headphone, Microphone,

2 USB (2.0), 2 USB (3.0),

Keyboard & Mouse

11 DVD player & Writer Dual Layer DVD Writer

(16X or better)

12 Keyboard & Mouse Keyboard & Optical Scroll

Mouse

13 Operating System Windows10 Professional

14 Monitor 24" or above LED/LCD

15 Speakers Desktop Multimedia

Amplispeakers

16 Microphone Stereo Headphone with

built-in Microphone

combo with volume

control

17 Power 230 V ± 10%,

50Hz +/- 5% AC

2.0 LAN Switch : 8 port 100/1000 Mbps Ethernet switch

23

3.0 Multi-functions black and white Laser Printer:

Sr.

No.

Specifications Detail Complied/ Not

complied

Remarks

1 Functions Print, copy, scan

2 Print quality 600 x 600 dpi or better

3 Connectivity Standard 1 Hi-Speed USB 2.0

4 Media sizes supported

A4, B5, A6, DL envelope,

custom

5 Minimum system

requirements:

Should be compatible with

Windows 10

4.0 Webcam Specification

Sr.

No.

Specifications Detail Complied/ Not

complied

Remarks

1 Resolution FHD/HD

2 Frame Speed 25 fps or above

3 Focus Type Auto

4 Still Image Quality 2 MP or higher

5 Low Light Correction Automatic

6 Audio Noise Reduction Automatic

7 Microphone Type Inbuilt

8 OS compatibility Must be compatible to PC

supplied

9 Mounting Options Should be available

10 Software Features

Pan & tilt controls

(Desirable)

11 Accessories All required accessories like

mounting option, software

with lifetime license, cables,

etc. to be provided.

5.0 Wi-Fi Router:

1 Device Interfaces

Four 10/100 LAN Ports One 10/100 WAN Port

2 Wireless Frequency Range 2.4 GHz to 2.497 GHz

3 Antennas Two fixed external Omni-directional antennas

24

4 Standards IEEE 802.11b / IEEE 802.11g / IEEE 802.11n

5 Speed 300 Mbps

Functionality

6 Security WEP 64/128-bit data encryption WPS Wi-Fi Protected Access (WPA/WPA2)

7 Advanced Web setup wizard

8 Firewall Features Network Address Translation (NAT) Stateful Packet Inspection (SPI) MAC address filtering

9 Status LEDs Power Internet status WLAN, LAN

6.0 Handheld Condenser Microphone with Phantom Power supply unit

Sr. No. Specification Desired specifications Compliance

(Yes/No)

Remarks,

if any

1 Transducer type

Condenser

2 Polar pattern Cardioid

3 Frequency response 50Hz to 15 KHz

4 Sensitivity

≥3mV/pa or

≥ -50dBV/pa

5 Output impedance 100 to 300 Ohms

6 Connector 3Pin XLR

7 Power supply 48v phantom power

8 S/N Ratio ≥64dB

9 Should be provide following cables:

a. balanced XLR Male to XLR Female 10

meter

b. XLR Female to 1/8”(3.5mm) mini plug -

E.P connector - 2 meter (for connecting

to PC Input).

6.1 Phantom power supply for Microphone

1 Input power 12v/18v DC power

supply

2 Output Phantom

Power

48V

3 No Of Channel 1

25

4 Input/output

connector

XLR

5 Output level (both)

Line and Mic available

Osprey – Line i/p

Comp. - Mic i/p

6 AC Adaptor should be included.

7 ON/OFF Switch should be there

7.0 2 KVA UPS with 2 Hrs. Backup or Patient TM node and 1KVA with 2Hrs backup for SS TM node

Sr.

No

.

Specification Detail

Complied/ Not

complied

Remarks

1. Technology Digital signal processor,

Online Type,

2. Harmonic Distortion

<3% (non-linear load)

< 2% (linear load)

3. Total DC bus voltage 36 VDC

4. Power Factor 0.9 or better

5. Output Wave Form Pure Sine wave

INPUT

7. Input Single phase 3 wire

8. Input Voltage Range Single phase 230V AC ±

10%

9 Input Frequency

Range

50Hz ± 5%

10 Operating

Temperature

0-50 degree centigrade

11 Humidity 10 to 95%

non-condensing

OUTPUT

12 Output Voltage 220/230/240 VAC

13 Output Frequency 50hz +/- 0.1%(Free

running)

14

STATIC SWITCH (Bi-

directional) for all

ratings

Should take care of

100% load transfer

without break

15 UPS SHUT DOWN

16

UPS shut down with

alarm and Indication

in case of

Output over voltage

Output under voltage

Battery Low

26

Inverter over load

Over temperature

Technical Specifications of Diagnostic equipment:

1. 12 lead ECG Machine: Make Model: Schiller, SAMVID or equivalent

Sr.

No

.

Specification Detail

Complied/

Not

complied

Remarks

1 PC ECG

Should direct interface with

windows10 professional OS or

higher

2 TM software Should be compatible with the

existing Televital software

3

12 Lead ECG module 12 lead remote streaming –

online

10 patient cables with RFI

filters, defibrillator protection

4

Patient isolation (both

sequential and

simultaneous type)

Freq. Response: 0.05 Hz to

125 Hz +/-3 dB

Leakage Current: < 10 micro

amps

Input Impedance: >= 10 M

ohms

Filters: HPF, LPF & Notch (50

Hz reject) or digitally.

5

Should be

Programmable

A/D conversion: 12 bit (2.44

micro Volt resolution)

Sampling rate: 500

samples/sec

Sensitivity: 5,10,20 mm/mV

Dynamic Range: +/- 6 mV

Speed: 25/50 mm/sec

PC Interface: Serial and/or

USB with cables

Software: OEM s/w with CD

Operation manual: English (In

printed form)

27

Power requirement: 230 V,

50Hz AC (direct or with AC

adaptor)

6 Interface with PC USB & serial port

7 12 lead cable bunch With clamps and balloons

8 Other required Cables and connectors

2. VITALTRACK MULTIPARAMETER

This single box should have following facilities along with the leads, connectors and cables to interface medical instruments.

Sr.

No

.

Specification Detail

Complied/ Not

complied

Remarks

2.1 ECG

Measurement range:

±0.5mVp ~ ±5mVp

Heart Rate range:

20~300bpm

Heart Rate accuracy:

greater of ±2% or ±2bpm

Alarm delay time: <=12s

Input noise level for ECG

amplifier: <= 30uVp-p

Input impedance: >= 5M

ohm (single ended)

CMRR (common mode

rejection ratio): >= 89dB

ECG bandwidth: 0.5~40Hz

(monitoring mode),

0.05~75Hz (diagnostic

mode)

2.2 SpO2

Measurement range: 35% ~

99%

Measurement accuracy:

Arms <= 3% for SpO2 range

from

70% ~ 100%

Pulse Rate measurement:

30~240bpm ±2% or ±2bpm

Update rate: 8 pulse beats

28

Low perfusion performance:

Accuracy of SpO2 & PR

remains within specified

range while pulse amplitude

modulation ratio is as low as

0.4%

2.3

Noninvasive Blood

Pressure

Pneumatic pressure

measurement: 0~300mmHg

with ±3mmHg accuracy

Air leakage:

<2mmHg/minute @

300mmHg with 500cc cuff

volume

Systolic pressure range:

40~270mmHg for adult,

40~200mmHg for pediatric

Diastolic pressure range:

10~210mmHg for adult,

10~150mmHg for pediatric

MAP range: 20~230mmHg

for adult, 20~165mmHg for

pediatric

BP accuracy: mean error <=

±5mmHg with standard

deviation <= 8mmHg.

Pulse Rate measurement:

40~240bpm with 2% or

±2bpm accuracy

Blood pressure measuring

time: < 30sec for typical

adult (80/120mmHg,

75bpm) at manual or auto

mode

Time interval selection at

auto mode: 1, 2, 3, 4, 5, 10,

15, 30, 60, 90 minutes.

Over-pressure protection

with limit of 320±10mmHg

by dual transducers.

2.4 Respiration

Measurement range:

0~120rpm

29

Measurement accuracy:

±10%

2.5

Temperature

Measurement range:

25.0~45.0 °C

Measurement accuracy:

±0.2 °C

Response time: <= 30sec

2.6

Blood Sugar

Measurement range:

20~600 ml/dl

Blood sample requirement:

0.7μL

Used strip detection

Response time < 10sec

2.7

Body Weight

Measurement range:

5~180kg

BMI calculations

Measurement in Lbs and

Kgs

Bluetooth enabled

2.8

Communication

Support

3G/GPRS packet data

Wi-Fi (802.11 a/b/g)

4.0 Digital Camera:

Sr.

No. Specification Detail

Complied/ Not

complied

Remarks

1 Image Resolution 16 Megapixels above

2 Optical Zoom 10x above

3 Display size 2.5 inch display screen

or bigger

Focus Manual and auto focus

Interface with PC USB and HDMI

External memory

support

Minimum 32GB or more

30

Flash Should have built-in

Flash

Battery type Lithium Battery

Battery charger Should have external

battery charger

4.0 X-ray View Box: Should have the following features;

Sr.

No. Specification Detail

Complied/ Not

complied

Remarks

1 Light source LEDs

2 Emissions should not have UV

Emissions

3 Heat Generation Should generate less

heat

4

Light Intensity/

brightness

Should have digital

dimmer technology with

minimum 12 steps to get

the perfect brightness

5 Weight and shape should be light weight

and slim

6 Light uniformity on

the screen

Over 95% uniformity in

light across the screen

7 Clamps Reliable magnetic nipper

8 Film activated switch

/ film sensor

automatic shutdown if no

film inside for 2 sec

9

Light color Should have 9300k white and

light-blue color temperature

which is ideally suitable for

viewing X Ray.

5.0 Stethoscope with digital adapter interface

Sr.

No. Specification Detail

Complied/ Not

complied

Remarks

1 Frequency range 20Hz~16kHz

2 Amplification Range 1-20X

3 Power 5V/500ma

4 PC Port 3.5mm 4-PIN

31

5 Headphone Port 3.5mm 4-PIN

6.0 Otoscope

Sr.

No. Specification Detail

Complied/ Not

complied

Remarks

1 Resolution TRUE 1.3 Megapixel

resolution

2 Image magnification 150x digital magnification

3 Optical Magnification 50x optical magnification

4 Screen resolution 720x480

5 Formats YUY2, AVI

7.0 Derma-scope

Sr.

No. Specification Detail

Complied/ Not

complied

Remarks

1 Sensor Resolution 2.0M pixels. Still Image

Resolution:

2 Video Resolution 1600x1200 pixels

(Format: BMP

3 Formats MJPG, YUY2, Frame

Rate: 30FPS

Magnification 15x - 50x (Native

Optical), 15x - 150x

(Digital).

Lens Assembly Dual Lenses, 3-Layer

Glass, 650nm cutoff

Polarizer setting Integrated Polarizer with

12 settings

Lighting 8 Ultra-Bright LEDs with

fully adjustable

brightness.

Interface USB2.0 (USB Cable

Length: 180cm). Built-in

Snap Shot Dedicated button should

be there

Construction Should be rugged

industrialized

construction

32

Software: a) Scalable Window,

Zoom, Freeze,

Resolution, Rotate,

b) Flip, Region of Interest

(ROI), Real time

measurements,

c) Automatic/Manual

white balance

33

Annexure - IV

TM Node Items handing/Taking over Certificate

Sr. No. Item Description Information to be filled

1 ISRO PO Reference

2 Name of state

3 Location & address of the TM node

4

Name of the TM site-in-

charge/local custodian

(a) Telephone (O) (b) Fax (O)

(c) Mobile (d) E-mail ID

5 Site Visit Date

Antenna and IDU / RCST

Sr. No. Description Make/Model

No./Sr. No. (If

available)

Status Remarks

1 1.8 m Ext C Band Antenna with feed

and mount

Working / Not Working

2 Ext-C band PLL LNBC Working / Not Working

3 2W Ext-C Band BUC Working / Not Working

4 IFL Cables set of 2 cables Working / Not Working

5 IDU / RCST ViaSat, Linkstar Working / Not Working

6 RCST Power Adaptor for RCST Working / Not Working

2 KVA UPS with high current charger for Patient TM node and 1 KVA with 2 Hrs backup for SS TM

node:

Sr. No. Description Make / Model /

Sr. No (If

available)

Status Remarks

34

1 Batteries Working / Not Working

2 2 or 1 KVA UPS with 2 Hrs backup Working / Not Working

3 Additional charger (Built in with

Battery Cabinet)

Working / Not Working

TM Node Peripherals and Diagnostic Equipment’s

Sr. No. Description Make / Model

No. / Sr. No. (If

available)

Status Remarks

1 Computer with Windows 10

professional operating system,

graphics card, keyboard, mouse

and speakers set.

Working / Not Working

2 24” LED/LCD PC Monitor Working / Not Working

3 Patient TM node TM software-

(will be provided by ISRO)

Working / Not Working

4 USB based PTZ web camera Working / Not Working

5 Vital track Multi-parameter device-

Wi-Fi interface- with all the

accessories

Working / Not Working

5.1 Wi-Fi Router Working / Not Working

6 Digital camera for radiology Working / Not Working

7 A3 Size X-ray view box Working / Not Working

8 Stethoscope with Digital Adapter Working / Not Working

9 Auto-scope for ear diagnosis Working / Not Working

10 Derma-scope for skin diseases Working / Not Working

11 Multi-function B/W Laser

Printer

Working / Not Working

12 12 lead ECG machine Working / Not Working

13 Miscellaneous items (LAN

switch, power board, etc.

Working / Not Working

Remarks/Any additional information if any:

35

HANDED OVER BY:

Signature of the Vendor's Engineer

RECEIVED BY:

Signature of the site in-charge/Local custodian

Name: Name:

Designation: Designation:

Contact details: Contact details

Date: Date:

36

Annexure-V

Certificate of Installation and commissioning of Telemedicine Node:

Site Details

1 Location & address of the Telemedicine node (In details)

2 Type of node

(Doctor with server/Doctor/Patient)

3 Name of the TM site-in-charge/local custodian with Contact details

4 IDU IP address

MAC address

Subnet Mask

Antenna and IDU / RCST

Sr. No. Description Make/Model No.

/Sr. No. (If available)

Status Remarks

1 1.8 m Ext C Band Antenna with feed and mount

Working / Not Working

2 Ext-C band 2W BUC Working / Not Working

3 Ext-C band PLL LNBC Working / Not Working

4 IFL Cables set of 2 cables Working / Not Working

5 IDU / RCST ViaSat, LinkStar Working / Not Working

6 RCST Power Adaptor for RCST Working / Not Working

Doctor end /patient end TM node Peripherals

Sr. No. Description Make/Model No. /Sr.

No. (If available)

Status Remarks

1 Computer with Windows 10 professional operating system, graphics card, keyboard, mouse and speakers set.

Working / Not Working

2 24” LED/LCD PC Monitor Working / Not Working

37

3 Patient TM node TM software- (will be provided by ISRO)

Working / Not Working

4 USB based PTZ web camera Working / Not Working

5 Vital track Multi-parameter device- Wi-Fi interface- with all the accessories

Working / Not Working

5.1 Wi-Fi Router Working / Not Working

6 Digital camera for radiology Working / Not Working

7 A3 Size X-ray view box Working / Not Working

8 Stethoscope with Digital

Adapter

Working / Not Working

9 Auto-scope for ear diagnosis Working / Not Working

10 Derma-scope for skin diseases Working / Not Working

11 Multifunctional black and

white laser printer

Working / Not Working

12 12 lead ECG machine Working / Not Working

13 2 or 1 KVA UPS with 2 Hrs.

backup

Working / Not Working

14 Miscellaneous items (LAN

switch, power board, etc.

Working / Not Working

Sr. No Parameter Specification Measured value/Remarks

1 BER for inbound carrier ≤ 0.00020

2 Ping test Ok / Not OK

3 Image/data transfer performance

Ok / Not OK

4 Video performance Ok / Not OK

5 Audio performance Ok / Not OK

6 UPS (mains <–> battery switching)

Ok / Not OK

7 Line to Neutral Voltage 230 V ± 10%

8 Neutral to Earth Voltage ≤ 5V

Any Other Information/Remarks:

Above mentioned items are supplied and successfully installed and commissioned at the site. Site is

operational.

Signature of Vendor/Engineer Signature (With Stamp) of TM site-in-charge/

local Custodian

Name & Designation: Name & Designation:

Date: Date: