Final 128 slice after director office meeting corrections

advertisement
TENDER DOCUMENT
MULTIDETECTOR ROW
C.T SCANNER
BANARAS HINDU UNIVERSITY
(This Tender Document contains 23 pages)
1
Terms & Conditions for Installation and operation of Multi Row
Detector C. T. Scan System
Open Tender Notice no. - I.M.S./N-3/2013-14/02
Banaras Hindu University, Varanasi invites ‘sealed tender’ (in two Bid System) for
installation & operation of Multi Detector Row C. T. at the Trauma Centre, Institute of the
Medical Sciences, Banaras Hindu University. Interested firms / parties / institutions are
requested to submit their offers in sealed envelopes on terms and conditions given in the
prescribed Tender form:Name of the Equipment
Earnest
Money in
the form of DD in
favour
of
The
Registrar
–
BHU,
payable at Varanasi
MDR – C. T. Scanner
2.5 Lakhs
Tender
form
Fee in
of
favour
DD
of
the
in
The
– BHU,
Registrar
payable at Varanasi
-
Conditional tenders shall not be considered and shall be rejected. The Committee
nominated by the Vice-Chancellor, BHU would have the right to accept or reject any tender fully
or any part of it, without assigning any reason. No correspondence in this regard will be
entertained.
To avoid conflict of interest between any bidder’s privately owned (except PPP
model) CT Scan installation in Varanasi and their proposed CT Scan facility in
BHU, the bids of private party / Firm / Institution, having no CT Scan facility in city
of Varanasi (except PPP model), shall be preferred.
2
1. Tenders shall be submitted in TWO Separate Sealed Envelopes,
(A) Technical Bid:
a) Earnest Money 2% of estimated cost in form of demand draft drawn in favour of
Registrar – BHU, Varanasi, payable at Varanasi.
b) Technical details, relevant literature, product catalogue or any other information
about MDR CT Scanner.
c) Tender form duly signed by Authorized Signatory in all respect.
(B) Financial Bid:
a) Rate chargeable per particular CT investigation. Details about the various CT
investigations to be performed on the machine and their rates chargeable by Private
Party & sharing pattern with the University. Please refer to the rate list at
ANNEXURE VI.
(Rate so approved shall remain fixed till the entire period of the contract).
2. Tenders shall be submitted in two sealed envelopes separately marked
A) ‘technical bid’ and (B) ‘financial bid’ under a sealed cover, otherwise tenders will not
be considered and shall be rejected.
Technical terms and conditions, technical specifications of MDR CT machine, tests to be
performed on the CT machine, etc. should be included in technical bid. Financial rates
of the CT investigations/ tests to be performed and financial terms and conditions be
submitted in financial bid.
Financial bids shall be opened only of those tenders who shall qualify technically.
3
Technical specifications of the required M.D.R C.T
Scanner are enclosed as Annexure V.
3. The specifications of the MDR CT machine to be installed shall not be in anyway of
lower specification / configuration as mentioned in the tender otherwise the bid shall be
rejected. Approved firm shall install brand new MDR-CT machine within 180 days from
the date of signing of the agreement. For delayed installation a penalty of Rs.10,000/per week shall be levied. If the delay prolongs more than 30 days the order would stand
automatically cancelled & security deposit shall stand forfeited.
4.
(i) Clinical Tests to be performed on the MDR CT machine is enclosed as Annexure VI of
this Tender document.
(ii) Rates have to kept at par with the already existing PPP CT scanner in Department
of Radiodiagnosis, BHU (as mentioned in Annexure VI).
BID REFERENCE
LAST DATE AND TIME FOR RECEIPT
FPA/N-3/2014/02
10th March 2014 at 4.00 PM
OF BIDS
ADDRESS
Office of Director
FOR COMUNICATION
Institute of Medical Sciences
BHU, Varanasi-221005
4
Time schedule
Date & Time
Venue
Committee Room
Office of Director
th
10 March 2014
Last Date of Receiving Tenders
at 4.00 PM
Institute of Medical Sciences
BHU, Varanasi
Committee Room
Opening of Technical Bid
…………….
Institute of Medical Sciences
BHU, Varanasi
The University would give preference and weightage to a/an private party / firm / institution having more
than 5 years experience in the relevant field. Further, an annual turnover of at least Rs. 5 Crore (in last 3
years preceding the year of commissioning, in running a facility of similar nature) would give the vendor an
additional preference (Copy of last 3 year balance sheets, with markings to prove the turnover should be provided).
TERMS & CONDITIONS
FOR INSTALLATION AND OPERATION OF MDR C.T. SCANNER
GENERAL CONDITIONS
 The ‘Private Party facility generator & administrator’ concept for installation and operation of
MDR C.T Scanner was worked out as an indigenous model by BHU, where by the above
mentioned functionary serves as an intermediary between Banaras Hindu University and the
patients (as in the already running 64-slice CT facility in Department of Radiodiagnosis and
imaging, IMS). The proposed center hereby is intended to be planned at Trauma Centre on
exactly the similar lines, with similar mandate, terms & conditions, economics etc., of course
with due considerations to the facts notified over time with our experience and to the changing
scenario of imaging technology world over and the current financial situation.
 The portal created henceforth will have to provide comprehensive range of diagnostic facility
(MDR-CT Scanning) relevant to a tertiary healthcare centre (the S. S Hospital) of excellence
and a level I trauma center, in academic alliance with Institute of Medical Sciences, BHU.
 The private party in this project shall act as ‘Second Party’ indicated as Second Party
5
hereunder. The University (BHU) shall act as the ‘First Party’ indicated as the University
hereunder. For the purpose of daily clinical working the head of the Department of
Radiodiagnosis & Imaging, IMS (hereby referred to as the head of department and the
department respectively) shall be the first point of contact, nodal officer and ultimate authority.
 The technical features and specifications of MDR C. T. System, to be installed by the Second
Party, shall NOT be anyway of lower configuration as mentioned in the Tender document,
otherwise the bid shall be rejected.
 The First Party reserves the right not to consider unviable financial bids if the rates of CT
investigations are quoted so low in conjunction to investment which may make the project
unviable in financial terms.
 Approved bidder shall install a BRAND NEW Multi – Detector Row CT System having
specifications as mentioned in the annexure V (as below) with Accessories within 180 days from
the date of signing of the agreement with the University. For delayed installation a penalty of
Rs.10,000/- per week shall be levied. If the delay prolongs more than 30 days, the order would
stand automatically cancelled and security deposit shall stand forfeited.
 The agreement shall be valid initially for a period of seven years from the date of
commissioning of the facility. It could be revoked by the first party at any time on account of
violation of rules, regulations, terms and conditions of the agreement by the second party, after
providing an opportunity of hearing to the Second Party. Periodical inspection for performance
and observance of terms & conditions including quality of CT Scan investigations, features,
facilities, etc. shall be carried out every year by a joint committee with representatives of both
parties. The rates of investigations shall be reviewed only after an initial period of three years (3
Years). The University (on recommendation of the ‘department’) shall issue an annual
‘Certificate of Performance’ to the Second Party, based on which a further extension of 2 years
may be given to the Second Party. Suitable clause may be proposed by the University at
that time, if and when such need arises, and the incumbent second party shall have the
‘right of first refusal’.
 Periodical inspection for performance and observance of terms & conditions including quality of
CT investigations shall be carried out by a committee appointed by the University.
6
 The Second Party shall arrange a 3rd party insurance policy to cover all the patients, subjected
to CT investigation, against any mishap at CT centre. Conforming to the provision of the
‘Consumer Protection Act’ 1986 shall be the sole and absolute responsibility of the Second
Party and the University will share no liability in this regard. Privacy and other ethical values of
investigated patients shall be maintained in individual case by the Second Party.
 The Second Party shall abide by all the guidelines issued by the Government of India and the
University from time to time during the lease period.
 The Second Party shall not sell or transfer any proprietary right or entrust any other person/
third party to run the CT centre. Subletting in any form shall be considered a breach of
understanding and taken seriously by the University.
 Please be informed that the facility shall be a property of Banaras Hindu University and at all
instances (where the identity of the facility is concerned), the name of the department and
First Party shall precede that of the Second Party.
INFRASTRUCTURE & MANAGEMENT

The Turn-key execution will have to include standard architectural programming and selection of
interior materials having ease of replication & maintainability.

A suitable space for installation of MDR CT System shall be provided by the First Party in the
premises of Trauma Centre. The Second Party shall erect the building as per specifications laid
down by AERB. All the civil, electrical, Air-conditioning provisions shall be the responsibility of
the Second Party. The First Party will not be responsible for any loss / damage to machine or
property due to natural calamity or otherwise. The building constructed by the Second Party
shall remain the property of the University, and Second Party has only right to use.

All expenses on account of electricity, water, maintenance of premises and the equipments or
any other expenses incurred in day to day running of CT system shall be borne by the Second
Party. The security arrangement and cleanliness of the equipments & building will be sole
responsibility of the Second Party.
7

The Second Party will have to have stand-by source of power (Generator Set), capable of
catering the power requirement of CT System, Accessories and the Building, so that CT facility
remains available un-interrupted.
HUMAN RESOURCE

The technicians, deployed by the Second Party, should have the qualification as specified in
Annexure IV and the bidder will have to submit an undertaking in this regard
(as per Annexure III).

The Second Party shall arrange for the services on their own emergency medical officer for
observation of the patients during scanning. The said officer would have the ‘right to refusal’ to
be recorded in writing with supporting reason, for accepting a patient for scan if he/she feels that
a patient is too critical for him to monitor and there is no attending clinician accompanying the
patient. The staff of Second Party would ensure good medical practice and high ethical values
towards patients under overall control of the department.

The staff of Second Party would ensure good medical practice and high ethical values towards
patients under overall control of Department of Radiodignosis & Imaging, IMS, Banaras Hindu
University.

Please be informed further that the trauma center is likely to have patients with medico-legal
registration as well, hence privacy and protection of data would be of prime importance. The
‘department’ would be obliged to offer reasonable co-operation, to the best of it’s ability (within
the framework of available resources) as far as clinical-radiological evaluation and subsequent
documentation of results of the CT scans is concerned. It would however be the final
responsibility of the second party to assist the first party, in managing the reporting of all CT
scans within a reasonable duration (as decided by the patient triage protocol fixed in the trauma
center). Please be informed that the ‘department’ may at times or for a period of time be unable
to provide any technical support due to existing workload at SSH, in such circumstances the
second party would have to manage the reporting and other technical issues on it’s own.
8
STATEMENT OF PURPOSE
1. The proposed facility shall observe role model in single minded focus on patient service
quality in University Hospital and propagation of education at Institute of Medical Sciences,
Banaras Hindu University. In the best interest of patient management, as far as prompt
reporting of CT scans is concerned, the Second Party would be free to share all CT scans
done after the routine working hours (9 AM to 5 PM) of the first party and certain other
pending cases, with a third party (defined hereby as a person with such reasonable level of
experience and expertise so as to report CT scans, either directly or through mass
communication modalities). In this case it would be the responsibility of the second party to
ensure patient privacy and protection of academic data by electronic coding and encryption
methods. If in any case contrary is proven later, the same shall be cognized as a breech of
contract.
2. The department will have full right over the data generated by proposed CT system, and this
would not be transmitted to any other agency without prior written permission of head of the
department.
3. The Second Party shall ensure best quality of CT Investigations and protocols as set by the
IMS - BHU or other recognized professional body, to integrate all facets of diagnostic
delivery in a seamless manner.
4. The CT scans which are comment upon as sub-optimal by any other person shall be
reviewed by the head of the department, who shall be the sole authority to recommend a
repeat examination at no extra cost.
5. The proposed CT centre shall allow members of all the faculties (Modern Medicine,
Ayurveda, Nursing Sciences and Dental Sciences) of IMS to have access to view CT Scans
of their respective patients for clinical management, and in no way the teaching / training /
research process and other academic activity (eg. workshops etc.) of IMS will be obstructed
at the facility by the second party
6. The Second Party may be permitted to use the premises of the facility for activities
pertaining to medical education (with or without the participation of the department).
However for all such activities a written permission would have to be taken from the head of
9
the department at least 7 days in advance. In case of any conflict of interest over such an
issue the University shall always have a priority.
7. If and when the University starts HIS and PACS, the patients’ data available on MDR C.T.
would have to be made accessible to these systems.
8. The Second Party will have to do 20 (twenty) numbers of FREE cases (non cumulative) per
month for indigent class of persons. The Director/Incharge, Trauma Centre/Head of
department will have a reserved absolute right in this regard to recommend such cases for
particular CT Investigation.
9. The CT Scans of bonafide BHU staff and their dependents, as well as bonafide Students
shall be done free of cost initially. There would be arrangement made by the First Party to
reimburse the collective charges borne daily in this category by the Second Party within
reasonable period of time without delay.
ACCOUNTING PROCEDURE / REVENUE COMPUTATION
•
The CT centre, will have to offer professional ambience, uncompromising clinical quality at
an acceptable cost and superior service in minimal waiting time. The CT investigation facility
will have to function for patient care round the clock (i.e 24x7x365 days a year) with an
uptime of 95%.
•
The CT investigation charges both from patients referred by Trauma Center/SSH and from
outside patients would be collected by the University on AR-1 Receipts of Banaras Hindu
University / Bank Receipt. Service Tax or GST/similar taxes at applicable rates will be
charged additionally, if applicable, in future, as per any government guidelines.
•
The approved rates of various CT investigations to be conducted by the Second Party on
MDR-CT machine would include: (i) Cost of Imaging Films and (ii) Cost of disposables of
standard & safe brand, and (iii) Eco-friendly carry-bag for keeping CT films & report
•
The Second Party would be free to use the CT machine for outside patients, if any, at the
same rates, charges of which will be collected by the First Party on AR-1. However, priority
shall always remain for patients referred from Trauma Centre and S. S. Hospital, BHU.
10
•
The share of revenue of the First Party shall not be less than 20% of the scan charges. The
respective share of generated revenue would be bifurcated through a ESCROW ACCOUNT
in a scheduled bank situated within the Trauma Center and the share of Second Party will
be paid on daily basis.
•
The division of collected revenue shall be applicable to the basic C.T. investigation charges
only (as in the existing CT Scan Center at Department of Radiodiagnosis & Imaging,IMS),
not over the charge obtained for Contrast Media used for particular CT investigation.
•
The pattern to fix the charges of Non-Ionic Contrast Media individually for various C.T.
Investigations shall be as per a policy formed after discussion with all bidders. However the
rates of contrast media may be revised, in case of international currency fluctuations.The
right to fix / revise the rates of CT tests shall lie with the University, of course protecting the
due interest of the Second Party.
•
Approved Second Party shall have to provide a Bank Guarantee of Rs.30 Lakh as security
money in favour of Registrar, BHU for the entire period of the lease. (Annexure 2). Security
deposit / bank guarantee to be returned on the inauguration of the centre. However in case
of any breach of contract and subsequent breakage of MOU thereby the second party shall
have to return back the sum with calculated interest of intervening time.
•
The University intends to establish a ‘Joint Monitoring Committee’ consisting of members
from both parties for day-to-day monitoring of the working of center. The committee shall be
chaired by the head of the department.
•
Credibility and eligibility of second party would have to be proved along with necessary
documents like –
1) Self Attested copy of certificate of incorporation, issued by Registrar of Companies/
registration certificate of partenership firm/limited liability partenership(LLP).
2)
Self attested copy of the PAN allotment.
3) Self Attested copy of TIN/service tax registration.
4) Self attested copies of any quality certification held. Eg. ISO.
5) Status: whether Proprietary / Partnership firm / Pvt. Ltd. etc.
6) List & addresses along with contact land line and mobile phone no. of Partners /
11
Directors/proprieters.
7) Name, address and contact no. of the auditors of company/firm/LLP.
8) Solvency certificate issued by the banker of the firm/company/LLP.
9) Copy of resolution of Board of Directors / Partners expressing interest to bid in present
project.
10) Details of existing other business / PPP of the firm on the letter head.
11) Memorandum and Articles of Association / Partnership agreement related to the party.
12) Name, address / phone no. of Authorized Signatory with written approval of the board /
partner of bidding firm.
13) Attested copy of audited balance sheet and profit and loss account in support of
annual turn over.
14) Certification of experience of running such/or similar facility for 5 years or more. Give
details of experience as below :
a) Date of establishing CT Scan centre, with total no. years of operation,
configuration, model and make of the machine run. The name & address of the
institution where this model is running. Name, address and contact nos. of the
management head of that institution.
b) Financial Turnover of this centre: FY 2010-11, FY 2011-12, FY2012-13
c) No. of CT scans conducted in last 3 years at this centre:
2010-11…………scans, 2011-12………..scans,
2012-13…………scans
DISPUTE RESOLUTION CLAUSE

In the event of any question, dispute or difference whatsoever arising between the
parties to this Agreement out of or relating to the construction, meaning, scope,
operation or effect of this Agreement or the validity of the breach thereof shall be
referred to an Arbitrator to be appointed by mutual consent of both the parties herein.
The provisions of the Arbitration and Conciliation Act, 1996 will be applicable and the
award made there under shall be final and binding upon the parties hereto, subject to
legal remedies available under the Law.

Further any matter of dispute shall be put on trial in the local court at Varanasi.
12
ANNEXURE I
Form No. ……….
BANARAS HINDU UNIVERSITY
OFFICE OF THE REGISTRAR
Reference No. BHU/…………/………./
Dated: ……………..
TENDER FORM
FOR MDR CT Scan
1- Name and full address of Tenderer
……………………………………………………………...
…………………………………………………………………………………………………...
…………………………………………………………………………………………………...
2- Address to: The Registrar, Banaras Hindu University, Varanasi – 221005
3- Reference: Tender Notice No. …….. / BHU / 20013-014 dated ……………………
4- Tender fee Rs. __________ deposited vide demand draft no. ………...……………
dated …………. of ……………………………………………………………… (Name and
address of Banker)
5- We ………..………………….. (Name of Firm) agree to abide by all the terms &
conditions as mentioned in (i) Tender Notice No. ………………… dated ……………..
6- All tender documents are complete in all respect and have been duly signed.
7- We have enclosed Earnest Money Rs. __________ (Rupees __________) in form of
demand
draft no. ……………….. dated …………………. of ………………........………… (Name of
Banker) in favour of The Registrar, BHU, Varanasi.
Signature of tenderer with rubber stamp
***********************************************************
Page 13 of 25
ANNEXURE II
FORMAT OF BANK GUARANTEE FORM
1. This guarantee should be furnished by a Nationalized Bank / Scheduled Bank,
authorized by RBI to issue a Bank Guarantee.
2. The bank guarantee should be furnished on stamp paper of Rs. __________
3. The stamp paper should have been purchased in the Name of the Bank executing the
Guarantee.
4. In the case of foreign bidder the B.G. may be furnished by an international reputed
bank acceptable to the PURCHASE countersigned by any National / Scheduled Bank in
India authorized by Reserved Bank of India.
-------------------------------------------------------------------------------------------------DATE
BANK GUARANTEE NO.:
Ref.: ……………………..
To
Banaras Hindu University
Varanasi
Dear Sirs,
In accordance with your ‘Invitation to Bid’ under your Tender No. …………………………
M/s: …………………………………………………….. herein after called the second party,
with the following Directions on their Board of Directors / partners of the firm.
1. ………………………………………. 2. ………………………………………
3. ………………………………………. 4. ………………………………………
agree for the contract.
As an irrevocable Bank Guarantee for an amount of Rs. ……………….. (in words and
figures) valid for ………………………. days from ……………………. is required to
submitted by the Contractor/Supplier which amount is liable to be forfeited by the
purchaser in the event of
1) the withdrawal or revision of the offer by the Bidder as a condition within the validity
period.
Page 14 of 25
2) non-acceptance of the Letter of Intent / Purchase order by the bidder when issued
within the validity period.
3) failure to furnish the valid contract performance guarantee by the bidder within one
month from the receipt of the purchase order and
4) on the happening of any contingencies mentioned in the bid document.
We, the ……………………………………….. Bank at ……………………………….. having
our Head office at ……………………. (Local address) Guarantee and undertake to pay
immediately on first demand by Banaras Hindu University at the amount of
……………………(in figure and words) without any reservation, protest, demur and
recourse. Any such demand made by the Purchaser shall be conclusive and binding on
the Bank irrespective of any dispute or difference raised by the purchaser.
The guarantee shall be irrevocable and shall remain valid up to
…………………………………
(This date should be 6 months after execution of the order). If any further extension of this
guarantee is required the same shall be extended to such required period (not exceeding
one year) on receiving instruction from M/s. …………………………………………………….
On whose behalf this guarantee is issued. In witness whereof the Bank, through its
authorized officer has set its hand and stamp on this …………………………. day of
……………………………… at ……………………………. witness …………………………
(Signature)
WITNESS
(Signature) ……………………
Name in (Block letters)
Designation …………………..
(Staff Code No.) ………………..
(Bank’s common seal)
Official address:
Attorney as per power of Attorney No.
Date:
Page 15 of 25
ANNEXURE III
UNDERTAKING
We
solemnly
affirm
that
the
technicians
deployed
by
our
firm
____________________________________________________________________
__________ do possess the requisite qualification of B.Sc. (CT technology) and are
competent to run the MDR CT Scan system system and its accessories. Any
consequent loss / damage to the machine or the patient due to improper handling of
the equipments will be solely our responsibility and the Banaras Hindu University
shall in no way held responsible for it.
Sd.
(Authorized Signatory of the firm)
With rubber stamp
********************************
Page 16 of 25
ANNEXURE IV
QUALIFICATION FOR THE POST OF CT SCAN TECHNICIAN
Qualifications & Experience : 1. B.Sc. (Radiography/Radiology) – 3 Years Course with certified
exposure in cross sectional imaging (CT Scan); an additional
certified work experience especially in an institution/ hospital/
center having MRI would be preferred
OR
2. Diploma (Radiography/Radiology) – 2 Years Course with
certified experience in cross sectional imaging (CT Scan):
Additional certified exposure in MRI of 3 Years is a must for this
qualification
OR
3. Diploma (CT Scan) – 2 Years Course
With certified experience of 3 years in CT Scan if the candidate
holds a Diploma (CT Scan)
or
With certified experience of 5 years in CT Scan if the
candidate holds a Diploma (CT Scan Technology)
The above qualifications would be treated to be “in order of preference” (as above).
Candidates with higher work experience would have added advantage.
Open interview shall be conducted by the second party in conjunction with the
department for the recruitment of technicians. All candidates shall be assessed by a preinterview written module (Multiple Choice Questions) of 15 minutes, to assess their
knowledge about C.T Technology & Technique. This module would not however be for
any kind of short listing and the marks obtained (by this module) would be presented for
discretion of the selection committee (comprising of the head, head’s nominee, second
party owner).
Age of the candidate shall not be a bar for recruitment, as the university would like to
have candidates with maximum work experience.
***********************************
Page 17 of 25
ANNEXURE V
Technical Specifications for the Proposed MDR-CT
Scanner at
Department of Radiodiagnosis & Imaging,
Trauma center, BHU
SPECIFICATIONS FOR A PREMIUM M.D.R CT SCANNER
1. Scanner :
La t e s t t o p - o f - t h e l i n e , State of the Art, Multidetector Row C.T. Scanner. The scanner should
have at least 64 i n d e p e n d e n t rows of detectors and should be capable of generation of not
less than 128 slices after a High Resolution Volume Scanning. The system hardware should be
capable of performing all radiological applications (with standard and optional software packages
mentioned as under and from time to time). Further the equipment should have continuous Rotation
of Tube – Detector - assembly with slip ring technology (for fast imaging speed and Multi-Slice
acquisition). The scanner should be capable of acquiring true 64 Slices of anatomic data per rotation
(and generate 128 slices of anatomical data after a volume scan) in the minimum possible scan
time, generating micro-voxel imaging with ‘isotropic’ resolution (in case of both 64 and 128 slices).
2. X-ray Generator :
The equipment should have a high frequency on board type generator with specifications as under:
 Minimum 55 KW output.
 Supporting a Tube Current of not less than 500 mA.
 High Voltage (kV) settings & multiple steps (mention the range & possible selections).
3. X-Ray Tube :
Page 18 of 25
The X-ray tube in the scanner should have a high load ability and minimum tube cooling cycle.
Specify the following parameters and provide tube rating charts on single helical for mA/time etc.:
a) Anode Heat storage capacity - MHU (not less than 6 MHU in any case).
b) Anode Heat dissipation rate (peak)- KHU / min
c) Focal Spots: Specify the Tube Focal Spot. – Size and nominal value (for standard & small)
d) Mention the details of the cooling system of the tube.
e) Radiation leakage compliance; Tube inset shaft & anode grounding
f) Beam collimation to fan angle (degree)
4. Detector System :
Sixty four (64) physically independent detector rows should be present along the z-axis. The
scanner should be capable of generating upto 128 anatomical slices / rotation.
 Specify the detector type and material / compound
 Specify the process of calibration & how frequently it is required.
 Specify the total no. of elements, row arrangement, slice thickness, no. of channels and Z-axis
coverage
 Specify whether the equipment has a Cone beam (distortion) correction scope.
5. Gantry Aperture and Tilt :
 Aperture of 70 cm or more
 Minimum of +/- 30 deg tilt with facility for remote tilting from operator’s console
 Mention about positioning lights provided
6. Patient Table
Page 19 of 25
 Enumerate vertical range; vertical scannable range & elevation speed (mm/sec)
 Mention Horizontal range; horizontal scannable range (cms) for metal free (Axial)
and
(helical & scout)
 Horizontal speed (mm/sec.) and table load capacity (kg.)
 Specify positional accuracy (+ / - mm), and table extender for ‘feet’ first
7. Data Acquisition System
 Available input channels (No.)
 Maximum sample rate (Hz)
 Effective analog to digital conversion rate
8. Scan Time :
 Mention minimum scan time for 360 deg.
 It should have multiple 360 deg facility with no inter scan delay.
9. Scan Cycle :
 Total scan time including scan time, image recon, display image storage, archiving, table feed.
 Mention minimum ‘Standard scan cycle’ for standard scanning mode.
10.
Slice Thickness :
 The Slice thickness range should be from sub mm to 10mm in multiple slice mode.
 Slice thickness in sequential mode
 Slice thickness in Spiral mode
11. Scanogram / Topogram :
 Multiple orientations, both anterior – posterior and lateral, should be possible.
 Specify the table speed (mm/sec.) for the topogram.
 Mention scans technique (kvp; mA, kW) during scout scan.
Page 20 of 25
12. Effective Field of View :
Mention the Scan FOV (it should be 50 cm or more)
13. Direct Scanning :
Direct Scanning of the cranium should be possible in axial and coronal plane with separate
customized head holders (provided a s a s t a n d a r d ) .
14. Main CPU (Host Computer) :
 Enumerate Raw Data Memory (in GB)
 Standard memory capacity for how many images?
 State of the art CPU (mention the bit) of reputed make. Specify the Random Access Memory
 of main CPU and System software storage + Image storage capacity.
 21” High Resolution Color Monitor / L.C.D. (size) - Specify no. of colors & no. of Gray levels.
 Scan control keyboard (ENGLISH)
- Specify display matrix configuration
15. Digital Image Processor :
a) It should be able to give fast reformatting of 3D objects.
b) It should have multiple of processing techniques (Cine display, MPR, CPR, MIP, Min IP,
SSD, VRT, TTP, Auto bone removal, CT Angio, virtual Endoscopy, Color Coding etc.)
c) Image Reconstruction matrix (Please specify reconstruction process)
d) Image display matrix configuration
e) CT Number Scale (H.U.)
f) Quantum Noise level
16. Image Storage and Archive :
Page 21 of 25
a) Should have optimum GB Hard Disk to support system software and for image Storage –
large data of the 64 Slice volume – CT Scanner. Mention Exam, transfer (frames/sec.) on
dedicated connection.
b) Specify maximum extendable hard disk storage
c) Archiving or a read / write MOD with at least 2 GB storage & CD (Erasible)
d) Specify maximum storage capacity
e) Provide 10 MOD with CT Scan System & 100 CDs
17. High Contrast Spatial Resolution :
Please specify the high contrast resolution of the system in lp/cm at cut off:
a) Scan time
b) Dose in mAS and MGY
c) Mention above in (i) Ultra high mode (ii) High mode (iii) Standard mode
18. Low Contrast Resolution :
 Specify the low contract resolution on 20 cm CATPHAN phantom specify :
 Algorithm (standard and Hi – Res)
 Also mention the Noise Parameter (% + / - % at mGy)
19.
CTDI Dose per 100 mAs (express in mGy) for few of the standard common investigations. Is
dose computation and display available on operator console .
Specify the slice thickness for dose calculation
20. Spiral / Helical Scanning :
a) Mention gapless volume coverage with time taken for single / multiple runs.
b) Total single gapless spiral should be mentioned
c) Table feed should be selected from sub mm to 10 mm with possibility of multiple feed.
21. Helical Scan Pitch :
Specify the pitch available: should be simplified with automated pitch selection possibility.
Page 22 of 25
22. Softwares :
a) Routine software for image evaluation and display:
Should have minimum three ROI, angle and distance measurements, Histogram display,
profiles, symmetry comparison, variable multiple image display with independent window gating.
Annotations & labeling, image addition and subtraction. Mention artifact reduction capability.
Reversal of gray scale image filter, references scales, cross grid, scan save, Dynamic
scan, cine display, topogram evaluation etc.
b) Additional Software :
 The system should have Multi tasking capabilities with respect to image reconstruction,
display, archive and filming
 Real time MRP (Saggital / Coronal / Paraxial / Oblique and irregular)
 Image pan - zooming should be possible
 Dynamic scanning facility evolution feature
 Colored CT Angiography with 3D rotation capacity
 Software for Virtual Endoscopy, Bronchoscopy, Colonscopy, Angioscopy
 Software for advanced Volume Rendering
23. Additional “independent” advanced Workstation

It should have its own memory, processors and data base.

Specify the transfer rate of images / sec. from operator console to work station

Mention the capability of veiwing special studies in respect to Advanced Volume Rendering

Processor speed in GHz; Hard disc memory (GB), and recording facilities

Work station should be DICOM 3.0 compliant

Image recording devices (MOD – CD – DVD – DICOM Printing)

Display Monitor (type, size, matrix configuration)
25. Essential items to be included with the unit :
Page 23 of 25

Laser camera for 14” x 17” film size. Specify the option on the film format. It should be DICOM 3.0 compatible and of
reputed make

Lead Glass for operator visibility window – specify the size and dimension provided

Lead Aprons light weight and 0.5 mm lead thickness 8 numbers (AERB approved)

Voltage stabilizer – essential for entire system – rating as compatible

UPS for CT system in toto and an extended back up for Console only (mention individual times)

Automatic Pressure Injector (double head) - Operative from console of CT

Anaesthesia Equipment, Synchronized Patient ECG monitor, Defibrillator system
Please be informed that :
1.
Each bidder/vendor has to submit a compliance report in hard copy as well an excel sheet in soft copy with
point wise response to each of the above mentioned criteria. The technical committee shall compare and
recommend a scanner which appears to fulfill most of the above cited criteria and, has the best response for
most of the parameters.
2.
Kindly refrain from mentioning ‘yes/no/complied’ etc only as your response. The response should be in form of
clear cut numerical values or technical facts, substantiated by page number/ line number of the data sheet
submitted (hard copy as well as PDF on a CD).
3.
The specifications mentioned above may be considered as the minimum cut-off. The technical committee shall
appreciate and may prefer a vendor/bidder offering an addition/recent technology/advance (if meaningful &
justifiable for the proposed set-up).
4.
Keeping pace with the trend, vis-à-vis comparison of few of the common investigations as far as the radiation
dose to patient is concerned, may also be a consideration while choosing equipment. The bidders/vendors are
requested to clearly provide a separate data sheet to this effect.
5.
Please provide certifications by relevant bodies (like IEC, AERB etc.) of the equipment and it’s individual
components, where ever required & provided as a standard.
Page 24 of 25
ANNEXURE VI
RATE LIST OF EXISTING CT SCAN CENTER AT SSH BHU
Page 25 of 25
Download