19.01.2015 Views

government of chhattisgarh - health.cgeprocure... - e-procurement

government of chhattisgarh - health.cgeprocure... - e-procurement

government of chhattisgarh - health.cgeprocure... - e-procurement

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

GOVERNMENT OF CHHATTISGARH<br />

DIRECTORATE MEDICAL EDUCATION<br />

CHHATTISGARH<br />

TENDER DOCUMENT<br />

2011 -- 12<br />

SUPPLY & INSTALLATION OF M.R.I. AND CT SCAN MACHINE AT<br />

Pt. J.N.M. MEDICAL COLLEGE RAIPUR<br />

System Tender No.-125<br />

DIRECTOR MEDICAL EDUCATION<br />

CHHATTISGARH<br />

1


DIRECTORATE MEDICAL EDUCATION<br />

CHHATTISGARH<br />

TENDER DOCUMENT<br />

INDEX<br />

S. No. CONTENTS<br />

01 Invitation for BIDS<br />

02 List <strong>of</strong> the Equipment & required DD<br />

03 Bid Data Sheet<br />

04 Special Condition <strong>of</strong> Contract (SCC)<br />

05 Forms & Schedules<br />

06 General Condition <strong>of</strong> Contract (GCC)<br />

07 Technical Specification<br />

2


SECTION – I<br />

INVITATION FOR BIDS<br />

(I F B)<br />

3


NOTICE FOR SUPPLY & INSTALLATION OF EQUIPMENTS AT Pt.J.N.M. MEDICAL<br />

COLLEGE RAIPUR<br />

INVITATION OF BID<br />

Online tenders are invited on behalf <strong>of</strong> Government <strong>of</strong> Chhattisgarh from manufacturers,<br />

OR their authorized dealers for the supply installation and maintenance <strong>of</strong> equipment in three<br />

bid system containing (1) Earnest money (D.D.) & Pre qualification (2) Techno-Commercial<br />

bid (3) Price bid. Bid 1 to contain D.D. & Pre-qualification documents. D.D. has to be<br />

submitted in a closed envelop separately before opening <strong>of</strong> Pre qualification bid on line. First<br />

D.D. envelop will be opened, and if found to be <strong>of</strong> appropriate amount and <strong>of</strong> nationalized bank<br />

then Pre Qualification envelop will be opened online. Thereafter, the techno-commercial bid<br />

will be opened and evaluated only for those bids which qualify in pre qualification bid. The<br />

bidders will have to give demonstration/ presentation <strong>of</strong> equipment in the form <strong>of</strong> LCD<br />

Presentation or Slide Projection detailing the specification <strong>of</strong> their equipment before the<br />

technical committee on a given date at the cost <strong>of</strong> the bidder. Price bid <strong>of</strong> only those bidders<br />

shall be opened in their presence whose bids are technically found suitable. If the committee<br />

decides about spot inspection <strong>of</strong> the equipment, the bidders shall arrange such inspection at their<br />

cost, a site where such equipment is already in operation.<br />

TERMS & CONDITIONS<br />

1. The Manufacturing Companies or Authorized by their Dealers only will quote the item<br />

online for brand new machines. A letter <strong>of</strong> authorization in original only shall be submitted.<br />

Fax, photocopy <strong>of</strong> the authority letter would by right rejected.<br />

2. Earnest money has to be submitted for each item separately or <strong>of</strong> accumulated value in the<br />

form <strong>of</strong> D.D. in favor <strong>of</strong> Director Medical Education Chhattisgarh, Raipur from any<br />

nationalized bank and details <strong>of</strong> D.D. <strong>of</strong> each item should be mentioned online under the<br />

respective D.D. & Pre-Qualification bid. Tender received without proper earnest money will<br />

be rejected straight away and other bids will not be opened further.<br />

3. Tender documents <strong>of</strong> the items will be available online to download from the website<br />

http://<strong>health</strong>.<strong>cgeprocure</strong>ment.gov.in as per tender schedule. Bidder can submit his bid by<br />

paying Rs. 2,120 as online bid submission fees. List <strong>of</strong> modes for making online payment<br />

for the submission <strong>of</strong> the bids is available at the website. Interested bidders can view the list<br />

<strong>of</strong> payment modes from website http://<strong>cgeprocure</strong>ment.gov.in<br />

4. Tender must be submitted online as per date & time given in tender schedule. The tenderer<br />

or their representative may be present during opening <strong>of</strong> tenders if so desire.<br />

5. The competent authority reserves all rights to accept or reject any tender without assigning<br />

any reason therein.<br />

6. All tender documents and <strong>of</strong>fers should be submitted online in a scanned form in the given<br />

templates.<br />

7. Only EMD must be submitted manually. All other desired documents in original should be<br />

presented for verification as an when required.<br />

4


SHOULD CONTAIN THE FOLLOWING<br />

BID-1<br />

The tenderer should submit the D.D. details & below mentioned Pre-Qualification<br />

documents / Certificates online in the form <strong>of</strong> a scanned copy-<br />

1. Earnest money to be in the form <strong>of</strong> D.D. in favor <strong>of</strong> the Director, Medical Education<br />

Chhattisgarh, Raipur for the items quoted online with list <strong>of</strong> standard accessories valid for<br />

six month from the date <strong>of</strong> tender opening. Envelope containing D.D. will be opened online<br />

as well as manual and if found correct, pre-qualification bid will be opened online.<br />

2. List <strong>of</strong> past supplies with performance certificates from end users in Government/ Semi-<br />

Government departments and orders in hand if any.<br />

3. Valid Sales tax, Vat tax clearance certificate for selling Medical equipment <strong>of</strong> last year.<br />

4. Valid Import Licence.<br />

5. In case the Bidder is an authorized dealer, should submit the scanned copy <strong>of</strong> original letter<br />

<strong>of</strong> authorization and agency's agreement copy at least valid till the warranty period <strong>of</strong> the<br />

machine quoted. Original letter should be needs available for verification as manual<br />

submission.<br />

5. Total turnover <strong>of</strong> participant for the last three years i.e. 2007-2008, 2008-2009 and 2009-<br />

2010 should not be less than Rupees 5 crores. Certified by the Sales Tax Authority or bank.<br />

Certificate <strong>of</strong> Chartered Accountant will be accepted if it is given in the affidavit in<br />

prescribed format-2 duly notarized. Turnover certificate <strong>of</strong> other than bidder and below the<br />

range <strong>of</strong> required turn over will not be accepted.<br />

6. List <strong>of</strong> quoted items with the name <strong>of</strong> manufacturer and amount <strong>of</strong> D.D.<br />

7. Quality assurance Certification (CE/FDA) for the equipment.<br />

8. Acceptance <strong>of</strong> all terms & conditions contained in bid document.<br />

Technical & Commercial Bid:-<br />

BID- 2<br />

1. Tenderers have to give technical compliance statement to each clause <strong>of</strong> tender<br />

specification in the form <strong>of</strong> Yes or No. Any deviation should also be included. (It should be<br />

in tabular form)<br />

2. Technical catalogues & literature should be mandatory submitted manually for verification<br />

<strong>of</strong> above.<br />

3. Clear scope <strong>of</strong> supply with standard & essential accessories for completeness <strong>of</strong> equipment<br />

in terms <strong>of</strong> specification.<br />

4. Documents required for Radiological machines are given in the technical specification <strong>of</strong><br />

such machines.<br />

Bid - 3<br />

Price bid for items quoted clearly indicating the quoted prices online in words and figures. There<br />

should be full & final Indian rupee price, which is quoted (for the item), and it should not be in<br />

breaks. Only VAT and C.S.T. should be mentioned separately wherever necessary.<br />

5


List <strong>of</strong> Equipments<br />

S.No. Equipment Quantity Earnest Money<br />

1 3.0 Tesla MRI machine 01 2850000.00<br />

2 128 slice CT Scan machine 01 2100000.00<br />

6


BID DATA SHEET<br />

1 Name <strong>of</strong> the Purchaser : Govt. <strong>of</strong> Chhattisgarh.<br />

2. Consignees : Dean, Pt. J.N.M. Medical College Raipur<br />

3. Language <strong>of</strong> Bid : English<br />

4. The price quoted should be firm and final on FOR destination. No other charges over and<br />

above final price shall be paid.<br />

5 The prices shall be on firm & final basis and not be subjected to variation on any account till<br />

the end <strong>of</strong> bid validity period.<br />

6 Bid is to be accompanied with authorization from the respective manufacturers. Bids without<br />

authorization and agency agreement will be rejected as non-responsive. Copy <strong>of</strong> original<br />

Authorization and agency agreements with each manufacturer to be submitted in bid-1 „Prequalification‟<br />

7 Bid validity period would be one year from the date <strong>of</strong> approval <strong>of</strong> items. Short validity <strong>of</strong>fer<br />

will be rejected outright.<br />

8. Place and time <strong>of</strong> opening <strong>of</strong> bids will be DIRECTORATE OF MEDICAL EDUCATION,<br />

OLD NURSES HOSTEL, D.K.S. BHAWAN PARISAR RAIPUR CHHATTISGARH on the<br />

dated as per tender schedule.<br />

7


SPECIAL CONDITIONS OF CONTRACT<br />

BID PRICE<br />

1. The Bidder shall indicate the appropriate price only online in prescribed format. Under columns<br />

duly marked as “unit price” (where applicable) and “total bid price” <strong>of</strong> the equipments proposed<br />

to be supplied under the contract.<br />

2. Prices indicated on the price schedule shall be entered separately on firm & final basis.<br />

VAT/CST should be mentioned separately.<br />

3. The price bid for each item/ group to commensurate with scope <strong>of</strong> supply indicates all inclusive<br />

price in FOR destination.<br />

4. The bidders should provide at least two last selling prices for the quoted item along with<br />

addresses and purchase order copy with specifications issues by the purchaser to the firm.<br />

5. The rates quoted in ambiguous terms such as „freight‟ or „packing forwarding extra‟ will render<br />

the bid liable for rejection. Sales tax will be either local sales tax, vat tax or central sales tax<br />

(CST) (for inter state sales) on applicable rates. Custom duty exemption certificate and octroi<br />

exemption certificate will be issued by the purchaser on demand. However specific demand<br />

should be clearly indicated by the bidder on their <strong>of</strong>fer. If this model <strong>of</strong> equipment has not been<br />

supplied so for to any institution – an affidavit to that <strong>of</strong>fer should be provided.<br />

BID SECURITY<br />

1. The Bidder shall furnish, as part <strong>of</strong> its bid, a bid security for the amount indicated against the<br />

item.<br />

2. The bid security is required to protect the Purchaser against the risk <strong>of</strong> Bidder‟s Conduct to<br />

amend and modify the <strong>of</strong>fer within bid validity which would warrant the security‟s forfeiture<br />

and rejection <strong>of</strong> the bid.<br />

The bid security shall be denominated in INR and shall be in the form <strong>of</strong> Demand Draft/ receipt<br />

from any nationalized bank duly pledged in favor <strong>of</strong> the DIRECTOR MEDICAL EDUCATION,<br />

RAIPUR CHHATTISGARH for a period <strong>of</strong> validity <strong>of</strong> <strong>of</strong>fer i.e. one year.<br />

3. For unsuccessful bidders bid security will be discharged or returned as promptly as possible but<br />

not later than (15) days after the finalization <strong>of</strong> the tender.<br />

4. For the successful bidders bid security will be discharged after the supply, installation and<br />

acceptance <strong>of</strong> equipment by consigner.<br />

5. The bid security may be forfeited, if a bidder withdraws its bid during the period <strong>of</strong> bid validity<br />

specified by the bidder<br />

PERIOD OF VALIDITY OF BIDS<br />

1. Bids shall remain valid for 12 month from the date <strong>of</strong> order for items. A bid valid for a shorter<br />

period shall be rejected by the purchaser as non responsive.<br />

2. In exceptional circumstances, the Purchaser may solicit the Bidder‟s consent to an extension <strong>of</strong><br />

the period <strong>of</strong> validity. The request and the responses there to shall be made in writing (or by<br />

cable). The bid security provided shall also be suitably extended. A bidder may refuse the<br />

request without forfeiting its bid security. A Bidder granting the request will not be required<br />

nor permitted to modify its bid.<br />

8


FORMAT AND SIGNING OF BID<br />

1. The Bidder shall prepare and submit his bid online along with PQ/Technical Documents on<br />

online portal and the bid indicated in the Bid Data Sheet. The bid shall be filled online and<br />

digitally signed using digital certificate by the Bidder or a person duly authorized to bid to the<br />

contract. The letter <strong>of</strong> authorization shall be indicated by written power-<strong>of</strong>-attorney<br />

accompanying the Bid. The Bid shall be signed and submitted online after generating the hash<br />

<strong>of</strong> each bid.<br />

DEADLINE FOR SUBMISSION OF BIDS<br />

1. The bids must be submitted online on the e-Procurement Portal at<br />

http://<strong>health</strong>.cg<strong>procurement</strong>.gov.in, not later than the time and date specified in Bid Data Sheet.<br />

2. The Purchaser may, at its discretion, extend the deadline for the submission <strong>of</strong> Bid Hashes (i.e.<br />

Bid Preparation and Hash Submission) and Online Bid Submission by amending the bidding<br />

documents in which case all rights and obligations <strong>of</strong> the Purchaser and bidders previously<br />

subject to the deadline will thereafter be subject to the deadline as extended.<br />

LATE BIDS<br />

Online e-Procurement System wouldn‟t allow any bids after the deadline for submission <strong>of</strong><br />

Hashes.<br />

REPLACEMENT AND WITHDRAWAL OF BIDS<br />

1. No bid may be modified or withdrawn after the deadline for submission <strong>of</strong> bids.<br />

OPENING OF BIDS BY THE PURCHASER<br />

1. The purchaser will open the D.D. envelopes online as well as manually, in the presence <strong>of</strong><br />

bidder‟s representatives who choose to attend tender opening at the time, on the date and at a<br />

place specified in the Bid Data Sheet. The Bidders representative who will present shall sign a<br />

register evidencing their attendance. The bidder‟s representative shall furnish letter <strong>of</strong> Original<br />

Authority from their principles to attend the bid opening, without which they shall not been<br />

permitted to allowed the meeting.<br />

2. The bidders names, bid prices, discounts, or absence <strong>of</strong> requisite bid security and such other<br />

details as the Purchaser, at its discretion, may consider appropriate, will be announced at the time<br />

<strong>of</strong> opening <strong>of</strong> bid.<br />

3. Price Bid <strong>of</strong> only those bidders whose <strong>of</strong>fer (Techno commercial bid) are found technically and<br />

commercially substantially responsive to the Bid Documents, will be opened on a date to be<br />

intimated later to the bidders.<br />

4. Bids that are not opened and read out at bid opening shall not be considered further for<br />

evaluation, irrespective <strong>of</strong> the circumstances. Withdrawn bids will be considered as “Not<br />

Submitted” & will not be available for opening on System during Tender Opening.<br />

CLARIFICATION OF BIDS<br />

During evaluation <strong>of</strong> the bids, the Purchaser may, at its discretion, ask the Bidder for a<br />

clarification <strong>of</strong> its bid. The request for clarification and response shall be in writing and no<br />

change in the prices or substance <strong>of</strong> the bid shall be sought, <strong>of</strong>fered or permitted.<br />

PRELIMINARY EXAMINATION<br />

1. The Purchaser will examine the bids to determine whether they are complete, whether any<br />

computational errors have been made by bidder, whether required sureties have been furnished,<br />

9


whether the documents have been properly signed, stappled and whether the Bids are generally<br />

in order.<br />

2. Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the<br />

unit price and the total price that is obtained by multiplying the unit price and quantity, the unit<br />

price shall prevail and the total price shall be corrected.<br />

If the Supplier does not accept the correction <strong>of</strong> the errors, its bid will be rejected, and its bid<br />

security may be forfeited. If there is a discrepancy between words and figures, the amount in<br />

words will prevail.<br />

3. The Purchaser may waive any minor informality, nonconformity, or irregularity in a bid which<br />

does not constitute a material deviation, provided such waiver does not prejudice or affect the<br />

relative ranking <strong>of</strong> any Bidder.<br />

4. Prior to the detailed evaluation, the Purchaser will determine the substantial responsiveness <strong>of</strong><br />

each bid to the bidding documents. For purposes <strong>of</strong> these clause, a substantially responsive bid is<br />

one which confirms to all the terms and conditions <strong>of</strong> the bidding document without material<br />

deviations. Deviations from, or objections or reservations to critical provisions such as those<br />

concerning Bid Security, applicable law and Taxes and Duties will be deemed to be a material<br />

deviation. The Purchaser‟s determination <strong>of</strong> a bid‟s responsiveness is to be based on the contents<br />

<strong>of</strong> the bid itself without recourse to extrinsic evidence.<br />

5. If a bid is not substantially responsive, it will be rejected by the Purchaser and may not<br />

subsequently be made responsive by the bidder by correction <strong>of</strong> the nonconformity.<br />

EVALUATION AND COMPARISON OF BIDS<br />

Evaluation <strong>of</strong> Bids will be done on Indian Rupees only on equitable basis. The Prize quoted in<br />

other currency will not be considered. The prices should be <strong>of</strong>fered on F.O.R. destination along<br />

with installation / demonstration and training to user. No other charges will be paid over and<br />

above the quoted price.<br />

COST OF SPARE PARTS<br />

1. The supplier should draw up a list <strong>of</strong> high usage and high value item / components and spare<br />

parts along with estimated quantities <strong>of</strong> usage in the initial period <strong>of</strong> the operation. The spare<br />

parts, unit price and quantities shall be submitted by the bidder and indicated separately.<br />

2. Spare parts and after sales service facilities in Purchaser‟s country/ State has to be provided by<br />

the bidder.<br />

3. Operating and maintenance costs: Since the operating and maintenance cost <strong>of</strong> the equipment<br />

under <strong>procurement</strong> form a major part <strong>of</strong> the life cycle <strong>of</strong> the equipment this cost will be evaluated<br />

in accordance with the criteria specified in the bid data sheet or in the technical specifications and<br />

the rate quoted for Annual Maintenance in the tender.<br />

PERFORMANCE AND PRODUCTIVITY OF THE EQUIPMENT<br />

Bidder shall state guaranteed performance or efficiency in response to the technical<br />

specification.<br />

CONTACTING THE PURCHASER<br />

1. No Bidder shall contact the purchaser on any matter relating to its bid, from the time <strong>of</strong> the bid<br />

opening to the time contract is awarded.<br />

2. Any effort by a Bidder to influence the Purchaser in its decisions on bid evaluation, bid<br />

comparison, or contract award may result in the rejection <strong>of</strong> the Bidder‟s bid.<br />

3. Bidders will be required to demonstrate / detail the specification & performance <strong>of</strong> equipment<br />

with help <strong>of</strong> LCD / Slide Projection presentation turn wise before the technical evaluation<br />

committee on notified date at the bidders cost.<br />

10


AWARD CRITERIA<br />

The Purchaser will award the contract to the successful bidder whose bid has been determined<br />

to be substantially responsive and has been determined to be the lowest evaluated bid, provided<br />

further that the Bidder is determined to be qualified to perform the contract satisfactorily.<br />

PURCHASER RESERVES RIGHT TO VARY QUANTITIES AT THE TIME OF AWARD<br />

AND DURING CURRENCY OF THE CONTRACT.<br />

The Purchaser reserves the right at the time <strong>of</strong> award <strong>of</strong> contract or during the currency <strong>of</strong> the<br />

contract to increase or decrease the quantity <strong>of</strong> all goods and services, originally specified in the<br />

schedule <strong>of</strong> requirements without any change in unit price or other terms and conditions.<br />

PURCHASER RESERVES THE RIGHT TO ACCEPT ANY BID AND TO REJECT ANY<br />

OR ALL BIDS<br />

1. The purchaser reserves the right to accept or reject any bid and to annul the bidding process and<br />

reject all bids at any time prior to contract award, without thereby incurring any liability to the<br />

affected Bidder or bidders or any obligation to inform the affected Bidder or bidders <strong>of</strong> the<br />

grounds for the Purchaser‟s action.<br />

2. Rejection <strong>of</strong> all bids is also permitted when bids are not substantially responsive or if there is<br />

lack <strong>of</strong> effective competition. However the rejection <strong>of</strong> all bids shall not happen solely for the<br />

purpose <strong>of</strong> obtaining lower prices, except when the lowest evaluated bid substantially exceed the<br />

previously budgeted amount. Purchaser may as an alternative to re-bidding, negotiate with the<br />

lowest evaluated bidder.<br />

NOTIFICATION OF AWARD<br />

1. Prior to the expiration <strong>of</strong> the period <strong>of</strong> bid validity, the purchaser will notify the successful<br />

bidder in writing by registered post that its bid has been accepted.<br />

2. The notification <strong>of</strong> award will constitute the formation <strong>of</strong> the contract and date <strong>of</strong> the contracts<br />

shall be the date <strong>of</strong> notifications.<br />

SIGNING OF CONTRACT<br />

At the same time as the Purchaser notifies the successful Bidder that its bid has been accepted,<br />

the Bidder shall sign the contract form provided in the bidding documents, incorporating all<br />

agreements between the parties within thirty (30) days <strong>of</strong> notification <strong>of</strong> award.<br />

11


SECTION – II<br />

FORMS AND SCHEDULES<br />

12


FORMAT - 1<br />

AGREEMENT FORM<br />

THIS AGREEMENT is made this day <strong>of</strong> _______________________ 2011________________<br />

(between______________________ (hereinafter “the purchaser”) <strong>of</strong> the one part and<br />

__________________________________ (Name <strong>of</strong> Supplier) <strong>of</strong> ______________________ (city<br />

and country <strong>of</strong> supplier) (hereinafter called “the Supplier”) <strong>of</strong> the other part :<br />

WHEREAS the purchaser has invited bids for MEDICAL / HOSPITAL / GENERAL EQUIPMENT<br />

and ancillary services. (Brief Description <strong>of</strong> goods and services) and has accepted a bid by the<br />

supplier for the supply and installation <strong>of</strong> the Medical equipments _______<br />

____________________________ in _____________________the___________ sum<br />

__________________<strong>of</strong>_______________________________<br />

(Agreement price in words and figures) (Hereinafter called “the Agreement Price”).<br />

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:<br />

a. In this Agreement words and expressions shall have the same meanings as are<br />

respectively assigned to them in the conditions contract referred to.<br />

b. The following documents shall be deemed to form and be read and construed as part <strong>of</strong><br />

this Agreement viz.<br />

The price schedule submitted by the Bidder ;<br />

The Technical Specifications;<br />

All terms and conditions as per tender documents;;<br />

The Purchaser’s Notification <strong>of</strong> award.<br />

c. In consideration <strong>of</strong> the payments to be made by the purchaser to the Supplier as hereinafter<br />

mentioned, the Supplier hereby covenants with the purchaser to provide the goods and<br />

services and to remedy defects therein in conformity in all respects with the provisions <strong>of</strong><br />

the contract.<br />

d. The Purchaser hereby covenants to pay the supplier in consideration <strong>of</strong> the provision <strong>of</strong> the<br />

Goods and Services and the remedying <strong>of</strong> defects therein, the Contract Price or such other<br />

sum as may become payable under the provisions <strong>of</strong> the contract at the times and in the<br />

manner prescribed by the contract.<br />

WITNESS where<strong>of</strong> the parties hereto have caused this Agreement to be executed in accordance<br />

with their respective laws the day and year first above written.<br />

Signed, sealed and Delivered by the<br />

Said (name <strong>of</strong> representative) (for the purchaser)<br />

In the presence <strong>of</strong> (name <strong>of</strong> witness )<br />

Signed, Sealed and Delivered by the<br />

Said (name o representative)(for the supplier)<br />

________________________<br />

________________________<br />

________________________<br />

________________________<br />

________________________<br />

13


FORMAT - 2<br />

TURNOVER CERTIFICATE FROM CHARTERED ACCOUNTANT<br />

AFFIDAVIT<br />

To<br />

Director Medical Education<br />

Chhattisgarh, Raipur<br />

We hereby certify that M/s________________________________ (the name <strong>of</strong> participant in the<br />

tender) who is participating the tender for supply <strong>of</strong> Medical equipments called by Director, Medical<br />

Education Chhattisgarh, Raipur having their <strong>of</strong>fice at,<br />

(address <strong>of</strong> <strong>of</strong>fice)<br />

has a sales turnover given as below :-<br />

Turnover in the year <strong>of</strong> 2007-2008.<br />

Turnover in the year <strong>of</strong> 2008-2009.<br />

Turnover in the year <strong>of</strong> 2009-2010.<br />

RS.<br />

RS.<br />

RS.<br />

The above information is correct and true.<br />

CHARTERED ACCOUNTANT<br />

ON Rs.50/- STAMP PAPER<br />

The document should be notarized.<br />

NOTE: The turnover other than participant will not be accepted.<br />

14


FORMAT - 3<br />

AUTHORIZATION LETTER<br />

TO WHOM SO EVER IT MAY CONCERN<br />

We<br />

(Name <strong>of</strong> manufacturer) who are established and reputable manufacturers<br />

having factories at<br />

(address <strong>of</strong> the factory) do hereby authorized M/s ……… …………<br />

……………………………………………………………… (name & address <strong>of</strong> the agent) to submit<br />

a bid, and sign the contract with you for the goods manufactured by us.<br />

No company or firm or individual other than M/s ………………………… ………… …………<br />

……………………………………………………………………………………………………<br />

(name and address <strong>of</strong> agent) are authorized to bid, and conclude the contract in regard to this<br />

business.<br />

We hereby extend our full guarantee and warranty as per General Conditions <strong>of</strong> Contract<br />

Yours faithfully,<br />

Note: - Certificate should be in letter pad <strong>of</strong> Principle Supplier with name & Designation<br />

<strong>of</strong> authorized Signatory.<br />

15


AGENCY AGREEMENT<br />

FORMAT - 4<br />

The Agency Agreement means the relationship <strong>of</strong> two individual businessman, supplier &<br />

purchaser. Supplier is manufacturer and the purchaser is who can purchase and sale<br />

the equipment as per their own terms & conditions to any <strong>of</strong> his customer. The Agency<br />

Agreement transaction is as a sale purchase transaction.<br />

We M/s____________________________________________________ (Name <strong>of</strong> the Principle<br />

/supplier ) _________________________________(Address)<br />

_____________________________________(Manufacturing <strong>of</strong> name <strong>of</strong> items)<br />

We hereby authorized M/s..................................................................................<br />

To sale our equipment in the State <strong>of</strong> Chhattisgarh to any <strong>of</strong> their customer in<br />

Government, semi-<strong>government</strong> and other Hospitals.<br />

The terms applicable on Principle/ supplier.<br />

We provide warranty/ guarantee cover [for the goods supplied) for the period <strong>of</strong><br />

(Guaranty/Warranty) mention technical bid in tender from the date <strong>of</strong> installation/<br />

demonstration & training <strong>of</strong> the equipment.<br />

Any change in warranty/guarantee only after confirmation according to the requirement<br />

<strong>of</strong> purchaser.<br />

We and our service providing agency gives training, installation and demonstration.<br />

We provide after sales service to purchaser as and when required within the period <strong>of</strong><br />

maximum within 3-5 days from the date <strong>of</strong> receipt <strong>of</strong> complaint.<br />

We provide After Sales Service time to time as and when required by purchaser at site<br />

within the warranty period.<br />

____________will take AMC from customer directly and services will be provided by us<br />

through on chargeable basis.<br />

We provide the spare parts for the minimum period <strong>of</strong> 15 years from the date <strong>of</strong> order on<br />

chargeable basis after warranty period and CMC subject to further extension <strong>of</strong> CMC.<br />

Installation and warranty services will be provided through ________________ (name <strong>of</strong> the<br />

principle).<br />

This Agency Agreement for consumables and after sales service and above agreed terms<br />

shall be applicable for the period <strong>of</strong> fifteen years.<br />

No company and other dealer and Indian Agent/ Service Franchise will quote directly to<br />

…………………………… customer.<br />

16


FORMAT- 5<br />

CERTIFICATE OF LETTER OF AUTHORISED SIGNATORY<br />

Certified that Mr. ……………………… ………..…… ……… Designation<br />

………………………………… is authorized to sign all the documents related to tender on behalf <strong>of</strong> M/s<br />

………………………………………….<br />

His signature is given below duly verified.<br />

Signature <strong>of</strong> Authorized Signatory<br />

to sign the document<br />

Signature with company seal<br />

1…………………………<br />

2…………………………<br />

Signature<br />

17


SECTION – III<br />

GENERAL CONDITIONS OF CONTRACT<br />

(GCC)<br />

18


SECTION – III GENERAL CONDITIONS OF CONTRACT (GCC)<br />

DEFINITIONS<br />

In this Contract, the following terms (whether or not spelled with initial capital letter) shall unless the context<br />

otherwise requires be interpreted as indicated.<br />

“The Contract” (or “this Contract”) means the agreement entered into between the purchaser and the supplier, as<br />

recorded in the contract form signed by the parties, including all attachments and appendices thereto and all<br />

documents incorporated by reference therein and includes the instructions to Bidders.<br />

“The Contract Price means the price payable to the supplier under the Contract for the full and proper performance <strong>of</strong><br />

its contractual obligations.<br />

“The Goods” means all the equipments, machinery and / or other materials which the Supplier is required to supply to<br />

the Purchaser under the contract.<br />

“The Services” means services required by the contract, services ancillary to the supply <strong>of</strong> the Goods, such as<br />

transportation and insurance and any other incidental services ; such as installation, commissioning, provision <strong>of</strong><br />

technical assistance, training and other such obligations <strong>of</strong> the supplier covered under the Contract.<br />

“The Purchaser” means the organization purchasing the Goods<br />

“The Supplier” means the individual or firm supplying the Goods and Services under the Contract.<br />

“GCC” means the General Conditions <strong>of</strong> Contract contained in this section.<br />

“SCC” means the Special Conditions <strong>of</strong> Contract.<br />

“Day” means calendar day.<br />

“Consignee” means the Purchaser.<br />

“The Project Site” where applicable means the place <strong>of</strong> purchaser‟s site .<br />

For the purpose <strong>of</strong> “CIF”, “FOB” and other trade terms used to describe the obligations <strong>of</strong> the parties shall have the<br />

meaning assigned to them by current edition <strong>of</strong> in co terms published by International Chamber <strong>of</strong> Commerce,<br />

Paris.<br />

APPLICATION<br />

These General Conditions shall apply to the extent that they are not superseded by provisions <strong>of</strong> other parts <strong>of</strong> the<br />

Contract.<br />

STANDARDS<br />

The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications<br />

and when no applicable standards is mentioned, to the authoritative standards appropriate to the Goods country<br />

<strong>of</strong> origin . Such standards shall be the latest issued by the concerned institution.<br />

USE OF CONTRACT DOCUMENTS AND INFORMATION<br />

1. The supplier shall not, without the Purchaser‟s prior written consent, disclose the contract or any provision there<strong>of</strong>,<br />

or any specifications, plan, drawing, pattern, sample, or information furnished by or on behalf <strong>of</strong> the Purchaser in<br />

connection therewith, to any person other than a person employed by the supplier in the performance <strong>of</strong> the<br />

contract. Disclose to any such employed person shall be made in confidence and shall extend only so far as may be<br />

necessary for purposes <strong>of</strong> such performance.<br />

2. The supplier shall not, without the purchaser‟s prior written consent, make use <strong>of</strong> any documents or information<br />

enumerated in except for purposes <strong>of</strong> performing the Contract.<br />

3. Any document, other than the contract itself, enumerated shall remain the property <strong>of</strong> the Purchaser and shall be<br />

returned (in all copies) to the Purchaser on completion <strong>of</strong> the Supplier‟s performance under the contract if so<br />

required by the Purchaser.<br />

PATENT RIGHTS<br />

19


The supplier shall indemnify the Purchaser against all third party claims <strong>of</strong> infringement <strong>of</strong> patent, trademark, or<br />

industrial design right arising from use <strong>of</strong> the goods or any part there<strong>of</strong> in the purchaser country.<br />

INSPECTION AND TESTS<br />

1. The purchaser or its representative shall have the right to inspect and / to test the Goods to confirm their<br />

conformity to the contract specification at no extra cost to the Purchaser on pre-dispatch or on site at consignee‟s<br />

place Pre-dispatch inspection from authorized agency is mandatory special terms. The technical Specifications<br />

shall specify what inspection and tests the purchaser requires and where they are to be conducted. The Purchaser<br />

shall notify the Supplier in writing in a timely manner <strong>of</strong> the identity <strong>of</strong> any representatives retained for these<br />

purposes.<br />

2. The inspection and tests may be conducted on the premises <strong>of</strong> the Supplier or its Sub-supplier(s) at point <strong>of</strong><br />

delivery and / or at the Goods final destination. If conducted on the premises <strong>of</strong> the Supplier or its sub-supplier<br />

(s), all reasonable facilities and assistance, including access to drawings and production data, shall be furnished to<br />

the inspectors at no charge to the purchaser.<br />

Should any inspected or tested Goods fail to conform to the specifications, the purchaser may reject the Goods,<br />

and the supplier shall either replace the rejected goods or make alterations necessary to meet specification<br />

requirements free <strong>of</strong> cost to the Purchaser.<br />

The Purchaser‟s right to inspect/test and where necessary reject the Goods after the Goods delivery to the<br />

consignee shall in no way be limited or waived by reasons <strong>of</strong> the Goods having previously been inspected, tested<br />

and passed by the Purchaser or its representation prior to the Goods, shipment.<br />

PACKING<br />

1. The Supplier shall provide such packing <strong>of</strong> the Goods as is required to prevent their damage or deterioration<br />

during transit to their final destination, as indicated in the Contract. The packing shall be sufficient to withstand,<br />

without limitation, rough handling during transit and exposure to extreme temperature, salt and precipitation<br />

during transit and open storage packing case size and weights shall take into consideration, where appropriate, the<br />

remoteness <strong>of</strong> the Goods final destination and the absence <strong>of</strong> heavy handling facilities at all points in transit.<br />

2. The packing, marking and documentation within and outside the packages shall comply strictly with such special<br />

requirements as shall be expressly provided for in the contract including additional requirements, and in any<br />

subsequent instructions /ordered by the purchaser.<br />

DELIVERY AND DOCUMENTS<br />

Delivery <strong>of</strong> the Goods shall be made by the Supplier in accordance with the terms specified in schedule <strong>of</strong><br />

requirement. The details <strong>of</strong> shipping (Dispatch) and / or other documents to be furnished by the suppliers.<br />

INSURANCE<br />

1. The Goods supplied under the contract shall be fully insured in a freely convertible currency against loss or<br />

damage incidental to manufacture or acquisition, transportation, storage and delivery in the manner.<br />

2. Since delivery <strong>of</strong> goods is required by the purchaser on F.O.R. basis, the supplier shall arrange and pay for cargo<br />

insurance, naming the purchaser as the beneficiary.<br />

TRANSPORTATION<br />

Where the supplier is required under the contract to deliver the goods, CIF, transport <strong>of</strong> the Goods/Equipment to the<br />

port <strong>of</strong> destination or such other named place <strong>of</strong> destination in the Purchaser country, as shall be specified in<br />

the contract, shall be arranged and paid by the supplier and cost there<strong>of</strong> shall be included in the Contract Price.<br />

Where the supplier is required under the contract to transport the Goods/Equipment to a specified place <strong>of</strong> destination<br />

within the purchasers country, defined as the project site, transport to such place <strong>of</strong> destination in the<br />

Purchasers country including insurance and storage as shall be specified in the Contract shall be arranged by<br />

20


the supplier and the related cost shall be included in the Contract price.Where the supplier is required under the<br />

contract to deliver the Goods CIF , no further restriction shall be placed on the choice <strong>of</strong> the carrier.<br />

INCIDENTIAL SERVICES<br />

The supplier may be required to provide any or all <strong>of</strong> the following services, including additional services if<br />

any specified in SCC.<br />

1. Performance or supervision <strong>of</strong> on site assembly and / or start –up <strong>of</strong> the supplied Goods.<br />

2. Furnishing <strong>of</strong> tools required for assembly and / or maintenance <strong>of</strong> the supplied Goods.<br />

3. Furnishing <strong>of</strong> detailed operations and maintenance manual for each appropriate unit <strong>of</strong> the supplied goods.<br />

4. Performance or supervision or maintenance and /or repair <strong>of</strong> the supplied Goods for a period <strong>of</strong> time agreed by the<br />

parties, provided that this service shall not relieve the supplier <strong>of</strong> any warranty obligations under this contract.<br />

5. Training <strong>of</strong> the purchasers personnel at the suppliers plant and / or on-site in assembly, start-up, operation,<br />

maintenance and / or repair <strong>of</strong> the supplied goods.<br />

6. Prices charged by the supplier for incidental services, if not included in the contract price for the Goods, shall be<br />

agreed upon in advance by the parties and shall not exceed the prevailing rates charged for other parties by the<br />

supplier for similar services.<br />

SPARE PARTS<br />

1. The supplier may be required to provide any or all <strong>of</strong> the materials, notifications and Information pertaining to<br />

spare parts manufactured or distributed by the supplier:<br />

2. Such spare parts as the Purchaser may elect to purchase from the supplier, provided that this Election shall not<br />

relieve the supplier <strong>of</strong> any warranty obligations under the contract; and<br />

3. In the event <strong>of</strong> termination <strong>of</strong> production <strong>of</strong> spare parts; advance notification to the purchaser <strong>of</strong> the Pending<br />

termination in sufficient time to permit the purchaser to procure needed requirements; and Following such<br />

termination, furnishing at no cost to the Purchaser, the blueprints, drawings, circuit diagrams and specifications <strong>of</strong><br />

the spare parts, if requested.<br />

WARRANTY<br />

1. The supplier warrants that the goods supplied under this contract are new, unused and <strong>of</strong> the most recent <strong>of</strong> current<br />

models and they incorporate all recent improvements in design and materials unless provided otherwise in the<br />

contract.<br />

2. The supplier further warrants that the Goods supplied under this contract shall have no defect, arising from<br />

design, materials or workmanship, except when the design and / or materials is required by the purchaser‟s<br />

specification or from any act or omission <strong>of</strong> the supplier that may, develop under the normal use <strong>of</strong> the supplied<br />

goods in the condition prevailing in India.<br />

3. The warranty shall remain valid till the period mentioned in the technical specification <strong>of</strong> the machines after the<br />

Goods have been satisfactorily installed and Commissioned and accepted by the consignee and duly certified by<br />

the appropriate authority, whichever period concludes earlier unless specified otherwise.<br />

4. The purchaser shall promptly notify the supplier in writing <strong>of</strong> any claims arising under this warranty.<br />

5. Upon receipt <strong>of</strong> such notice, the supplier shall within the period <strong>of</strong> 72 hours and with all reasonable speed, repair<br />

or replace the defective Goods or part, there<strong>of</strong>, free <strong>of</strong> cost at the time <strong>of</strong> their replacement. No claim whatsoever<br />

shall lie on the purchaser for the replaced parts/goods at the time <strong>of</strong> the replacement or thereafter. The warranty<br />

period for the replaced parts will stand extended accordingly. The cost towards replacement will have to be<br />

borne by the supplier.<br />

21


6. If the supplier having been notified fails to remedy the defect(s) within one month, the purchaser may proceed to<br />

take such remedial action as may be necessary, at the suppliers risk and expense and without prejudice to any<br />

other rights which the purchaser may have against the Supplier under the contract.<br />

7. The purchaser reserves the right to reject any set <strong>of</strong> equipment found defective within 30 days after the date <strong>of</strong><br />

acceptance <strong>of</strong> equipment. The cost towards replacement will have to be borne by the supplier.<br />

PAYMENT<br />

1. The method and conditions <strong>of</strong> payment to be made to the supplier under this contract shall be as under:-<br />

100% <strong>of</strong> Contract Value inclusive <strong>of</strong> duties, taxes, to be paid after successful supply inspection, installation<br />

& commissioning and acceptance <strong>of</strong> the equipment by the consignee for each equipment while raising bill<br />

contract is required to submit complete set <strong>of</strong> shipping documents i.e.<br />

1. Airway/Bill <strong>of</strong> Landing, 2. Pr<strong>of</strong>orma Invoice serial number <strong>of</strong> the machine. 3. Country <strong>of</strong> origin, 4. Packing<br />

list, 5. Manufacturer‟s warranty/ guarantee certificates, 6. Manufacturer‟s test certificate. 7. Certificate that<br />

machine supplied is new in all respect.<br />

Payment shall be made promptly by the purchaser but in no case later than<br />

<strong>of</strong> an invoice or claim by the supplier if the bills are in order.<br />

CONTRACT AMENDMENTS<br />

90 (Ninety) Days after submission<br />

1. No variation in or modification <strong>of</strong> the terms <strong>of</strong> the contract shall be made except by written amendment signed by<br />

the parties.<br />

2. An unexposed delay by the supplier in the performance <strong>of</strong> its delivery obligations shall render the supplier liable<br />

to any or all <strong>of</strong> the following sanctions, forfeiture <strong>of</strong> its performance security, bid security, imposition <strong>of</strong><br />

liquidated damages and or termination <strong>of</strong> the contract for default.<br />

ASSIGNMENT<br />

The supplier shall not assign, whole or in part, its obligations to perform under this<br />

with the purchaser‟s prior written consent.<br />

DELAYS IN THE SUPPLLIER’S PERFORMANCE<br />

Contract to others except<br />

1. Delivery <strong>of</strong> the Goods and performance <strong>of</strong> services shall be made by the supplier in accordance with the time<br />

schedule prescribed in the technical specifications.<br />

2. If at any time during performance <strong>of</strong> the contract, the supplier or its sub- supplier (s) should encounter conditions<br />

impeding timely delivery <strong>of</strong> the Goods and performance <strong>of</strong> the services, the supplier shall promptly notify the<br />

purchaser in writing <strong>of</strong> the fact <strong>of</strong> delay and its likely duration. As soon as practicable after receipt <strong>of</strong> the<br />

suppliers notice, the Purchaser shall evaluate the situation and may at its discretion extend the suppliers time for<br />

performance with or without liquidated damages, in which case the extension shall be ratified by the parties by<br />

amendment <strong>of</strong> the contract.<br />

LIQUIDATED DAMAGES<br />

If the supplier fails to deliver any or all <strong>of</strong> the Goods, or perform the services within the time period (s) specified<br />

in the contract, the purchaser shall without prejudice to its other remedies under the contract, deduct from the<br />

contract price as liquidated damages, a sum equivalent to 0.5% <strong>of</strong> the contract price <strong>of</strong> the delayed Goods or<br />

unperformed services for each week or part there<strong>of</strong> delay until actual delivery or performance up to a maximum<br />

deduction <strong>of</strong> 10 percentage . Once the maximum is reached, the purchaser may consider termination <strong>of</strong> contract.<br />

PERFORMANCE SECURITY<br />

Successful tenderer is required to furnish 5% <strong>of</strong> the Contract value in form <strong>of</strong> FDR/ Bank Guarantee <strong>of</strong><br />

nationalized bank as performance security at the time <strong>of</strong> executing agreement, which shall be kept valid till<br />

warranty period.<br />

TERMINATION FOR DEFAULT<br />

22


1. The purchaser, without prejudice to any other remedy for breach <strong>of</strong> contract, by written notice <strong>of</strong> default, sent to<br />

the supplier may terminate this contract in whole or in part, if the supplier fails to deliver, any or all <strong>of</strong> the Goods<br />

within the period(s) specified in the contract, or within any extension there<strong>of</strong> granted by the purchaser or, the<br />

supplier fails to perform any other obligation(s) under the contract.<br />

In the event the purchaser terminates the contract in whole or in part, the purchaser may procure, upon such terms<br />

and in such manner, as it deems appropriate, Goods or services similar to those undelivered or unperformed and<br />

the supplier shall be liable to the purchaser for any excess costs for such similar Goods or Services. However,<br />

the supplier shall continue performance <strong>of</strong> the contract to the extent not terminated.<br />

FORCE MAJEURE<br />

1. Notwithstanding the provisions <strong>of</strong> the supplier, supplier shall not be liable for<br />

forfeiture <strong>of</strong> its liquidated damages, or termination for default if and to the extent that its delay in performance or<br />

other failure to perform its obligations under the contract is the result <strong>of</strong> an event <strong>of</strong> Force Majeure.<br />

2. For purposes <strong>of</strong> this clause and clause “Force Majeure” means an event beyond the control <strong>of</strong> the supplier and not<br />

involving the supplier‟s fault or negligence and not foreseeable. Such events may include but are not restricted to,<br />

acts <strong>of</strong> the purchaser in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine<br />

restrictions, and freight embargoes.<br />

If a force majeure situation arises, the supplier shall promptly notify the purchaser in writing <strong>of</strong> such condition<br />

and the cause there <strong>of</strong>. Unless otherwise directed by the purchaser in writing the supplier shall continue to<br />

perform its obligations under the contract as far as is reasonably practical and shall seek all reasonable<br />

alternative means for performance not prevented by the force majeure event.<br />

TERMINATION OF INSOLVENCY<br />

The purchaser at any time terminates the contract by giving written notice to the supplier, if the supplier becomes<br />

bankrupt or otherwise insolvent. In this event, termination will be without compensation to the supplier, provided<br />

that such termination will not prejudice or affect any right <strong>of</strong> action or remedy which has accrued or will accrue<br />

thereafter to the purchaser.<br />

TERMINATION FOR CONVENIENCE<br />

1. The purchaser by written notice sent to the supplier, may terminate the contract, in whole or in part at any time<br />

for its convenience. The notice <strong>of</strong> termination shall specify that termination is for the purchaser‟s convenience,<br />

the extent to which performance <strong>of</strong> supplier under the contract is terminated and the date upon which such<br />

termination becomes effective.<br />

2. The goods that are complete and ready for shipment within thirty (30) days, after the supplier‟s receipt <strong>of</strong> notice<br />

<strong>of</strong> termination shall be accepted by the purchaser at the contract terms and price. For remaining goods, the<br />

purchaser may elect; to have any portion completed and delivered at the contract terms and prices and / or to<br />

cancel the remainder and pay to the supplier an agreed amount for partially completed goods and services and<br />

for materials and parts previously procured by the supplier.<br />

RESOLUTION OF DISPUTE<br />

1. The purchaser and the supplier shall make every effort to resolve amicably by direct informal negotiation any<br />

disagreement or dispute arising between them under or in connection with the contract.<br />

2. If after thirty (30) days from the commencement <strong>of</strong> such informal negotiation, Purchaser and the supplier have<br />

been unable to resolve amicably a contract dispute, either party may require that the dispute be referred for<br />

resolution to the formal mechanisms in arbitration guidelines as per Arbitration & Reconciliation Act <strong>of</strong> 1996<br />

3. Venue <strong>of</strong> the arbitration shall be at Raipur.<br />

GOVERNING LANGUAGE<br />

The contract shall be written in the language specified in Bid Data Sheet shall govern its interpretation. All<br />

correspondence and other documents pertaining to the contract which are exchanged by the parties shall be written<br />

in that same language.<br />

23


APPLICABLE LAW<br />

The contract shall be interpreted in accordance with the laws <strong>of</strong> Union <strong>of</strong> India and place <strong>of</strong> Jurisdiction will be at<br />

Raipur.<br />

NOTICES<br />

1. Any notice given by the party to the other pursuant to the contract shall be sent to other party in writing or by<br />

facsimile, telegram or cable and confirmed in writing to the other party‟s address.<br />

2. A notice shall be effective when delivered or on the notice‟s effective date, whichever is later.<br />

TAXES AND DUTIES<br />

A supplier shall be entirely responsible for all taxes, stamp duties, license fees and other such levies imposed out<br />

side the purchaser‟s country (for imported goods) etc. incurred until delivery <strong>of</strong> the contracted goods to the<br />

purchaser. Custom duty should be quoted on inclusive basis. A supplier shall also be entirely responsible for all<br />

taxes, duties, license fees, etc. incurred until delivery <strong>of</strong> the contracted equipment to the purchaser.<br />

TECHNICAL COMPARISON POINT WISE<br />

The bidder shall submit in technical commercial bid point wise comparison statement commentary <strong>of</strong> technical<br />

specification <strong>of</strong> the item quoted. The bidder must highlight any deviation in the technical specification and give<br />

explanation for such deviation clearly. The bid form not enclosing a comparative statement <strong>of</strong> technical<br />

specification will not be considered for evaluation and will be treated as cancelled.<br />

24


SECTION – IV<br />

TECHNICAL SPECIFICATIONS<br />

25


Whole body 3 Tesla Magnetic Resonance Imaging System optimized for higher performance in Cardiac, Body<br />

and neuroradiological examination with short super conducting magnet, High performance Gradient and<br />

Digital radi<strong>of</strong>requency. All capabilities are detailed below should be integral part <strong>of</strong> the quotation and none <strong>of</strong><br />

these essential requirements should be quoted as optional. If supplier has any advanced application or<br />

techniques available with them, the same may be quoted as optional.<br />

1 Magnet System<br />

a. Magnet should be superconductive with a field strength <strong>of</strong> 3T+ 0.12T<br />

b. It should have 70cm patient bore after positioning <strong>of</strong> gradient, shim, and RF antena. The magnet should have the<br />

facilities <strong>of</strong> better illumination, ventilation and designed to avoid patient claustrophobia<br />

c. Magnet should be shielded from external interference. 5 gauss line should within the confine <strong>of</strong> the magnet room<br />

d. Homogeneity <strong>of</strong> the magnet should be mentioned in relation to 10,20,30,40, and 45 cm DSV, Give details <strong>of</strong><br />

number <strong>of</strong> plane plots and number <strong>of</strong> measurements per plane to measure the homogeneity<br />

e. Global and local auto shimming should be available. Automated patient specific on line shimming should be<br />

available. Shim channels or any other method to correct the patient induced field distortions must be present.<br />

Facility <strong>of</strong> high order shimming should be available.<br />

f. Specify the weight <strong>of</strong> the magnet including gradients and cover etc..<br />

g. The front panel display at the magnet should display coil table position<br />

2 Gradient System<br />

1. Active shielded gradient system with strength <strong>of</strong> at least 40mT/m or more with the slew rate <strong>of</strong> 200mT/m/sec or<br />

more. This slew rate <strong>of</strong> 200mt/m/sec at 40 mT/m gradient should be available in each axis independent, for over all<br />

better duty cycle performance <strong>of</strong> the gradient.<br />

2. Duty cycle should be 100 percent, Give details.<br />

3. Gradient should have the provision for eddy current compensation.<br />

4. Gradient should be capable <strong>of</strong> delivering the desired clinical performance.<br />

a. Largest field <strong>of</strong> view should be at least 40 cm in all axis.<br />

b.Minimum TE in Gradient Echo 2D/3D should be specified for all sequences.<br />

c. Minimum slice thickness in 2D should be specified.<br />

d. Minimum slice thickness in 3D should be specified.<br />

e. Maximum Echo Train Length in both SE and GRE should be at least 256.<br />

f. Measurement matrix should be from 128X128 to 512x512 in both 2D and as well as 3D imaging.<br />

3 RF System<br />

1 RF system should be fully digital with transmit power <strong>of</strong> at least 15Kw.<br />

2 RF system should have maximum number <strong>of</strong> independent RF receiving channels with each having a band width <strong>of</strong><br />

1MHZ or more.<br />

3.Should have necessary hardware to support phased array coils.<br />

4 Specify frequency stability and amplifier resolution.<br />

5 RF system should be compatible with parallel imaging techniques. It should be able to support time reductions with<br />

compatible coils in 2D/3D imaging in Body/Neuro imaging upto atleast a factor <strong>of</strong> 2.<br />

6 RF amplifier should be solid state for over all better performance.<br />

7. Optical RF receiver system with RF receiver located on the magnet system inside the shielded scan room<br />

8. RF transmit technology-Multi drive RF transmit system should be <strong>of</strong>fered with two independent output channels to<br />

improve RF uniformity and signal homogeniety.<br />

4 RF Coils<br />

RF coils form an important part <strong>of</strong> imaging chain. High density posteriorly embedded element coils<br />

compatible with parallel imaging techniques should be quoted. All the array coils should be compatible with<br />

Parallel Imaging techniques.<br />

1 The main body coil integrated to the magnet must be Quadrature/CP. In addition to this following coil should be<br />

quoted.<br />

26


2 Phase array head coil with mirror. It should be 32 element coil will be preferred. Additional coil also needed.<br />

Pls.specify time reduction factor with parallel acquisition techniques. It should be possible to do spectroscopic imaging<br />

with this coil.<br />

3 Cervical, thoracic and lumbar coil. Specify the number <strong>of</strong> elements..<br />

4 In case <strong>of</strong> above two coils do not suffice in combination for complete neuro-vascular study from Aortic arch to circle<br />

<strong>of</strong> Willis, please quote-separate coils in addition to above two coils for this study. Please specify maximum parallel<br />

imaging time reduction.<br />

5 It should be possible to do head and spine imaging together without changing the coil and the patient. It should be<br />

possible to do the same either with combination <strong>of</strong> coils or a dedicated coil to achieve the same should be quoted.<br />

6 Phased Array Body Coil, capable <strong>of</strong> doing abdomen, pelvis and MRCP It should have 32 channels and 45 cm FOV<br />

should be achievable. Please specify the time reduction factors with parallel acquisition technique.<br />

7. Flexible coil - Large for imaging <strong>of</strong> large regions such as shoulder, hip and knee etc.<br />

8 Flexible coil - Small for imaging <strong>of</strong> small regions such as wrist, elbow, and ankle etc.<br />

9. Quadrature extremity . TR coil for knee imaging.<br />

10. Dedicated shoulder phased array coil. Pl specify the number <strong>of</strong> channels.<br />

11. Coil for cardiac imaging with 8 channel imaging. Please specify the time reduction factor with parallel acquisition<br />

techniques.<br />

12. Wrist coil. Specify type and number <strong>of</strong> channels.<br />

13. Bilateral breast coil. Specify type and channel. Please mention coils with reference to the above which are<br />

compatible with parallel imaging techniques.<br />

5 Patient Handling System.<br />

1 Please specify the table type whether it is conventional trolley type or incorporates new design principles.<br />

2 The table should be fully motorized, computer controlled table movements in vertical and horizontal directions.The<br />

position accuracy should be at least +/- 1mm or better for higher reproducibility in advanced applications like ce-MRA,<br />

pMRA with stepping table.<br />

3 Patient table should be able to withstand patient load <strong>of</strong> 150 Kg.<br />

4 Patient table should have a facility for emergency manual traction in case <strong>of</strong> emergency. The table should have a<br />

patient auto alarm system.<br />

5 The CCTV system with LCD display to observe the patient.<br />

6 Table should deliver the protocol for automatic bolus chasing in peripheral angio with automatic table movement .<br />

6 Host Computer/Main console and Image Processor.<br />

1 Computer system should be latest in industry, fast and efficient. It should be have at least 2GB RAM.<br />

2 Pl specify the storage <strong>of</strong> number <strong>of</strong> images with 256X256 matrix.<br />

3 The reconstruction speed should be specified for full FOV 256 matrix and the image processor should have high<br />

RAM capacity for processing for advanced application.<br />

4 The main host computer should have at least 18inch TFT type color monitor. The main console should have facility<br />

for music system for patient in the magnet room .<br />

5 The system should have integrated DVD and CD archiving facility on the main console for storage <strong>of</strong> images in 256<br />

matrix. Additionally storage 1000 DVDs with high storage capacity to be provided.<br />

6 Two additional work station with color monitor to be provided for the application s which are available on the main<br />

console.<br />

7 Application S<strong>of</strong>tware/ Hardware<br />

1 System should have basic sequences packages with Spin Echo, Inversion Recovery, Turbo Spin Echo with high turbo<br />

factor <strong>of</strong> 256 or more. Gradient Echo with a echo train length <strong>of</strong> 256 or more.<br />

2 The application s<strong>of</strong>tware for image smoothening edge sharpness etc. for improvement in image resolution should be<br />

quoted and should apply for major imaging application.<br />

3 Single and multi shot EPI imaging technique.<br />

4. MR angio imaging should have 2D/3D TOF, 2D/3D PC, MTS and TONE and ce-MRA for head, spine and body<br />

applications to be quoted. 3D isotropic sequence for T2, T1 FLAIR to be quoted.<br />

5. Fat and Water and inphase out phase imaging. Please specify the application package. It should be possible to<br />

quantify Liver fat with available s<strong>of</strong>tware<br />

27


6. Diffusion weighted imaging with at least b value <strong>of</strong> 3000 or more. Possibility <strong>of</strong> doing multiple b value DWI<br />

7. Please specify the motion correction algorithm/Package for high resolution motion free Diffusion Weighted imaging<br />

with multishot/segmented EPI technique. It should be possible to have FLAIR diffusion with generation <strong>of</strong><br />

corresponding ADC maps<br />

8. Perfusion imaging to enable large anatomy coverage <strong>of</strong> brain and in line calculation <strong>of</strong> haemodynamic data.The<br />

perfusion analysis should have capability to calculate color, display <strong>of</strong> relMTT, rel CBF, rel CBV. If the perfusion<br />

analysis is not possible on the main console the same should be quoted on the workstation.<br />

9.The Perfusion and BOLD should be possible for the whole brain with motion correction techniques. Pls. Specify the<br />

application package and motion correction techniques.<br />

11. Parallel Acquisition Techniques: Please specify the name <strong>of</strong> the package. It should have applications in Abdomen,<br />

Neuro imaging including Diffusion and perfusion etc. Scan reduction time should be mentioned .<br />

12. Bolus chasing with automatic moving table should be <strong>of</strong>fered and should be available with fluoro triggered MR<br />

angiography for manual and fast switchover in less than 1 sec for CE-MRA results.<br />

13. The System should have facility for quantification <strong>of</strong> CSF flow data. The same should be preferably on main<br />

console, in case <strong>of</strong> this application not available on the main console, please provide it on the Additional work station<br />

as detailed in item<br />

14. The system should have the Hydrogen, single voxel spectroscopy, Multivoxel, Multi slice 2D/3D spectroscopy<br />

(Chemical Shift Imaging). The complete processing / post-processing s<strong>of</strong>t ware including color metabolite maps should<br />

be available on main console and / or workstation<br />

15. Advanced Cardiac applications: Morphology/wall motion; Perfusion imaging, Myocardial viability imaging,<br />

cardiac function including EF/ED/ES volume cardiac out put, Wall thickening and wall thickness, Cardiac tagging<br />

technique. Coronary artery Technique.<br />

16. The system should have prospective ECG triggering and arid retrospective Gating with navigator pulses,<br />

interactive or automatic definition <strong>of</strong> the ventricular and myocardial contours, Cine Imaging and Grid tagging etc.<br />

Besides this all comprehensive set <strong>of</strong> all post processing s<strong>of</strong>tware for the above mentioned cardiac applications should<br />

be mentioned as standard needed.<br />

17. The system should be supplied with a ECG trigger, Respiratory trigger, peripheral pulse trigger with external<br />

trigger electrodes.<br />

18. The system should have the facility to do head to toe imaging without shifting the patient at one go.<br />

20. The system should be available to perform multi direction diffusion weighted imaging / Diffusion Tensor Imaging<br />

and the same should be possible on the main console .Number <strong>of</strong> directions should be mentioned. Possibility <strong>of</strong><br />

processing with depiction <strong>of</strong> fractional anisotropy, mean diffusivity and provide the fiber tracking s<strong>of</strong>tware with<br />

overlays on various conventional images.<br />

21. It system quoted should have image pasting s<strong>of</strong>t ware on main console and/or work station.<br />

22. The system should be quoted with motion correction sequences for uncooperative head patients. It should be<br />

possible to have the same routine in T1, T2 and FLAIR imaging.<br />

23. The system quoted should have the s<strong>of</strong>t ware for Whole Body Diffusion weighted imaging.<br />

24. Non contrast body and peripheral MRA should be quoted.<br />

25. S<strong>of</strong>tware for calculation <strong>of</strong> T2/T2* for various tissues and organs.<br />

8 Additional Evaluation Console<br />

1 The additional workstations (2) with preferably the same user interface as <strong>of</strong> the main console with the ability <strong>of</strong><br />

MPR MIP etc. It should have 18 inch LCD / TFT color monitor; with hard disc (specify the disc space and RAM).<br />

2 Image documentation should be possible from the main console as well as the workstation.<br />

3 Work station should have a display <strong>of</strong> cardiac cine images in movie mode with rapid AVI creation.<br />

4 Work station should have the availability <strong>of</strong> cardiac post processing capabilities; 1, calculation <strong>of</strong> ventricular<br />

area/Volume, Stroke volume, Ejection fraction, Relative Ejection Fraction, Calculation <strong>of</strong> Myocardiac thickness. Time<br />

volume diagram generation.<br />

5 The perfusion analysis should have the capability to calculate the color display <strong>of</strong> rel MTT, rel CBV, rel CBF. If the<br />

same not possible on main console as mentioned in point 3.7.08, than s<strong>of</strong>t ware to have the same should be quoted.<br />

6 Processing <strong>of</strong> 2D/3D CSI data with color metabolite mapping,<br />

7 ASL techniques for brain perfusion should be standard.<br />

8 The post processing workstation should have s<strong>of</strong>tware package & volume rendering technique for analysis <strong>of</strong> the<br />

vessel disease with the possibility <strong>of</strong> detection <strong>of</strong> vessel segments and to quantify the changes in vessel size.<br />

9 Volume Rendering Techniques s<strong>of</strong>tware for visualization <strong>of</strong> complex anatomy.<br />

28


10. susceptibility artefact correction techniques to be incorporated in all sequences to have optimal image quality<br />

11. SWI with phase unwrapping<br />

12. Radial /spiral pulse sequences for ultra fast imaging.<br />

13. Isotropic volume imaging in various tissue contrasts.<br />

9 Dry View Imaging Camera with the following specifications<br />

Dry view Fuji 7000<br />

10 MR Compatible Pressure Injector<br />

Must have independent a dual syringe power head and console must have full control touch screen with user defined<br />

protocols with programmable inter scan delay .<br />

Power head must have following features:-<br />

Non ferrous and automatic syringe size detection, perform single/Dual Phase contrast injection, provides saline flush<br />

delivery, allows timed contrast delivery. Must be compatible with 10.15,20 & 30 ml contrast syringes, besides 60ml<br />

for both saline and contrast. Must be able to observe progress <strong>of</strong> injection and view actual injection results . 1000 sets<br />

<strong>of</strong> syringes, connectors compatible with injector should be provided.<br />

11 MRI Compatible Servo Ventilator with anesthesia system should be included<br />

System configuration with accessories, spares and consumables<br />

1 MRI Compatible Servo Ventilator with Anesthesia machine (datex omeda) with 2 vaporizers (sev<strong>of</strong>lurane and<br />

Is<strong>of</strong>luorane).<br />

2 MRI Compatible O2 Cylinders (2) attached to anaesthesia machine<br />

3 MRI Compatible multipara monitor with NIBP, ECG, SPO2and CO2.Pl provide manifold connectors for oxygen and<br />

vaccum ports in the magnet room and should be connected to the main supply <strong>of</strong> the hospital.<br />

4. Maggil circuit, Bain's Circuit, Jackson Rees circuit, MR compatible adult and paediatric Fiberoptic Laryngoscope <strong>of</strong><br />

0,1,2,3 sizes, Emergency drug trolley with drugs.<br />

4 Patient Comfort Kit<br />

5 HIS/RIS Integration S<strong>of</strong>tware<br />

6 Hand Held Metal Detectors (n=2).<br />

7 PC With 17” monitor and Laser Printer for report generation<br />

8. Upgradation <strong>of</strong> the s<strong>of</strong>tware for a period <strong>of</strong> 10 years as and when available for the machine.<br />

9 Patient Trolley - 2<br />

12 Environmental factors<br />

1 The unit shall be capable <strong>of</strong> operating continuously in ambient temperature and relative humidity desired by the<br />

manufaturer.<br />

2 RF Cabin: The system should be supplied with the imported RF cabin and interiors for the same should be carried out<br />

suitably by the supplier.<br />

3 All the shielding requirements <strong>of</strong> the room will have to be done by the supplier.<br />

5. Air Conditioners to be provided in the equipment room, patient preparation room, magnet room, and console room<br />

to maintain optimal temperature and humidity as per manufacturer requirements.<br />

13 Power Supply<br />

1 Power input to be 220-240VAC, 50Hz,/440 V 3 Phase as appropriate fitted with Indian plug<br />

2 Resettable overcurrent breaker shall be fitted for protection<br />

3 Generator to be provided synchronizing with mains to run the whole system, lighting and air-conditioning needed to<br />

run the system.<br />

4 UPS <strong>of</strong> suitable rating shall be supplied for complete system with minimum 30 minutes backup<br />

14 Standards and safety<br />

1 Should be FDA or CE approved product<br />

2 Electrical safety conforms to standards for electrical safety IEC-60601 / IS-13450<br />

3 User Training for two radiologist and two technicians for a period <strong>of</strong> one month at an operational busy centre having<br />

adequate work load. Radiologists to be trained for clinical site abroad whereas the technician to be trained for<br />

operation and day to day maintenance <strong>of</strong> the unit in India.<br />

29


15 Documentation<br />

All documents like Service Manual, User Manual, technical data operational manual, log book, certificate <strong>of</strong> calibration<br />

& inspection from factory should be provided by the company.<br />

Certificate <strong>of</strong> calibration and inspection from factory.<br />

Log book with instruction for daily, weekly, monthly and quarterly maintenance checklist.<br />

Warranty: Should be 5 years including fixers and peripherals supplied by the vendors.CMC for the next 5 years<br />

should be quoted seperatly. This will be included in the final price bid evaluations for the determination <strong>of</strong> L1<br />

Uptime guarntee & penalty to be 97% <strong>of</strong> 356 days (24X7 days). Penalty <strong>of</strong> the 50000 per day will be levid after the<br />

stipulated calculated down time. This will be implemented from the date <strong>of</strong> satisfactory installation and handling <strong>of</strong> the<br />

fully functional equipment. This will be associated with extension <strong>of</strong> down time for period <strong>of</strong> days the system is down<br />

beyond permissible limit along with penalty <strong>of</strong> Rs 50000/- per day.<br />

30


64 OR MORE PHYSICALLY INDEPENDENT ROWS OF<br />

DETECTORS CAPABLE OF PRODUCING ATLEAST 128 SLICES<br />

The competitive bids are invited for installation <strong>of</strong> high end MDCT with state <strong>of</strong> the art features fully<br />

functional and capable <strong>of</strong> high spatial and temporal resolution.<br />

The technical and price bids should be quoted separately and cost <strong>of</strong> the items should be quoted in the<br />

price bid only.<br />

Price Bid Format<br />

1)The Price bid should comprise <strong>of</strong> Imported Component for the items to be imported from the Principals and<br />

Rupee Component for items/accessories procured and supplied from within India.<br />

2) The Turnkey cost should be mentioned clearly with the scope <strong>of</strong> the work.<br />

3) Any item quoted otherwise or as Additional item will automatically be added into the main equipment<br />

without any clarification EXCEPT optional items.<br />

4) The CMC prices should be <strong>of</strong>fered for next 5 years after the warranty period. Penalty clause would be<br />

same as that for warrantee period.<br />

The price comparison <strong>of</strong> the various bids will be made as under ( a+b+c) :<br />

a) Equipment Price including Accessories asked as standard – with 5 years warranty.<br />

b) Turnkey work<br />

c) CMC<br />

The system should be cost effective, reliable and should provide excellent performance with high patient<br />

through put besides advanced biomedical research.<br />

All technical specifications must be supported with printed technical literature and product data sheet.<br />

Each specification corroborated in compliance statement must give the page number where it is listed in the<br />

product data sheet.<br />

If the standard product data sheet is not in conformity with the bid response, clarifications should<br />

accompany in the form <strong>of</strong> letter/ certificate from the competent authority / original manufacturer, in the<br />

absence <strong>of</strong> which product data sheet will prevail for the purpose <strong>of</strong> evaluation and decision <strong>of</strong> the<br />

technical committee shall be final and binding for the suppliers.<br />

The detailed specifications that follow shall be understood to be the minimum requirement and any<br />

additional features <strong>of</strong> the equipment <strong>of</strong>fered should be specified separately which has to be <strong>of</strong>fered as a<br />

standard without any additional cost. Such additional features if beneficial to the department and patients<br />

for better clinical applications will be given due consideration and preference.<br />

3 rd party item literature should be provided with similar warranty and CMC.<br />

Offer should comprise delivery, installation and satisfactory performance for at least three months after<br />

complete installation and before handing over <strong>of</strong> the equipment.<br />

The equipment should be <strong>of</strong> latest technology. Offered system must be latest DICOM ready and should<br />

be able to transfer the images on to an ordinary computer.<br />

The future s<strong>of</strong>tware/version up gradations should be provided in the <strong>of</strong>fered machine, as and when<br />

launched by the company without additional cost for a period <strong>of</strong> five years after handing over <strong>of</strong> the<br />

system.<br />

The system must be optimized for higher performance in Cardiovascular, Neuro-radiological, conventional,<br />

Respiratory, Oncology and other body examinations.<br />

31


The latest model / version <strong>of</strong> CT Sacnner available at the time <strong>of</strong> shipment should be provided inspite <strong>of</strong><br />

final quoted configuration.<br />

Essential specifications <strong>of</strong> the proposed state <strong>of</strong> the art MDCT are given below.<br />

The specifications mentioned are the essential minimum requirements <strong>of</strong> the tender. While the terms and<br />

conditions are mentioned separately<br />

Description<br />

A State <strong>of</strong> Art Spiral Multi slices / Multi detector row CT Scanner capable <strong>of</strong> generating 128 slices per 360 0 rotation<br />

with isotropic micro voxel imaging to perform whole body scanning (including trauma, vascular, cardiac, pediatric,<br />

neurologic applications), the system should have at least 64 rows <strong>of</strong> detector with simultaneous generation <strong>of</strong> minimum<br />

<strong>of</strong> 128 or more slices,<br />

1 PATIENT TABLE<br />

a) Load Carrying Capacity 180 Kg or more with positional accuracy <strong>of</strong> +/- 0.25 mm or less<br />

b) Metal free scannable range <strong>of</strong> 150 cm or more<br />

c) Mention the horizontal movement range and it should be sufficient to cover the patient from head to toe.<br />

Also specify the horizontal speed<br />

d)Specify vertical range, vertical scannable range and elevation speed.<br />

e) Specify width and length <strong>of</strong> table – distance between gantry front and table base (min. & max.)<br />

f) Automatic re-centering facility to the scan iso centre in all three directions should be available.<br />

2 SCANNER GANTRY<br />

a) Aperture minimum 70 cms or higher<br />

b)Scan field <strong>of</strong> view in acquisition mode should be 50 cm. Specify minimum and maximum FOV with<br />

increment values<br />

c) Tilt : +/- 30 degree adjustable from gantry and console by remote<br />

d) 3-D laser lights for positioning. Isocenter in all planes should be maintained ever when the gantry tilts<br />

e) The gantry should be provided with user control panels on either side for easy positioning<br />

f) Specify focus to iso centre distance and focus to detector distance<br />

g) Specify the entire range <strong>of</strong> rotation time for 360 0 (lesser will be preferred).<br />

3 X-RAY GENERATOR<br />

a) High frequency type inverter based<br />

b) Power output : 70 KW or more at 120 Kvp<br />

c) mA range : 100– 600 mA or more<br />

d) Kv range 80 to 130 or more.<br />

e) Specify the max. mA allowed for 120 Kv for how long <br />

4 X-RAY TUBE<br />

a) Tube Voltage : 80 - 140 kVp or more<br />

b) Anode Heat Storage capacity <strong>of</strong> at least 7.5 MHU or more. Alternatively the tube should have a high<br />

dissipation rate <strong>of</strong> 1600 KHU/Min or more. Specify the dissipation rate also. And mention the details <strong>of</strong><br />

cooling system <strong>of</strong> the tube.<br />

c) Specify the focal spot size as per IEC standard.<br />

d) Source output <strong>of</strong> 70 KW or more.<br />

5 SPIRAL ACQUISITION<br />

a) Scan time should be 0.35 sec or less, for full 360 deg rotation<br />

b) Specify the time in minutes for warm up from fully <strong>of</strong>f in normal as well as in emergency situation.<br />

c) Minimum slice thickness should be 0.625 mm or less. Specify minimum slice thickness in axial, spiral and<br />

cardiac modes.<br />

32


d) Specify the pitch factor for general radiological application and its variability. However for cardiac<br />

scanning pitch should be 0.2 or less. Specify all possible pitch selections.<br />

e) Single continuous spiral scan time should be at least 60 sec or more<br />

f) Should have multiple acquisition facility with no inter slice gap<br />

g) Mention total single gapless spiral coverage in mm<br />

h) Mention gapless volume coverage with time taken for single / multiple runs.<br />

i) Bolus triggered or bolus chase spiral acquisition should be available.<br />

j) Real time x-ray dose reduction which combines both Z axis and angular tube current modulation to<br />

adjust the dose to the size and shape <strong>of</strong> individual. It should be possible to modulate the mA with ECG<br />

signals .<br />

( Prospective and Retrospective)<br />

h) Specify the scan time / pitch / volume coverage and its relation specifically for cardiac scanning.<br />

6 DETECTOR SYSTEM<br />

1) Number <strong>of</strong> physically independent rows <strong>of</strong> detectors must be 64 or more.<br />

2) Minimum number <strong>of</strong> slices must be 128 or more<br />

3) Detector Type: Solid State detectors. It should not require frequent calibration.<br />

4) Mention minimum acquired slice thickness in axial and helical mode after reconstruction.<br />

5) Mention any calibration required to be done by operator for the CT machine.<br />

6) Z-axis coverage should be atleast 38mm at 1:1 pitch<br />

7) Specify total number <strong>of</strong> elements in a row, row arrangement, thickness and number <strong>of</strong> channels.<br />

8) Cone beam correction scope.<br />

7 CONSTRAST RESOLUTION<br />

1) High contrast spatial resolution: Minimum <strong>of</strong> 15 or more lp/cm at minimum MTF is essential.<br />

2) Low Contrast resolution: The low contrast resolution at 20 cm CATPHAN Phantom should be 5 mm @ 3<br />

HU. Also specify radiographic factors and radiation dose for the above specification. Please note that only<br />

the lowest available radiographic factors and radiation dose will be preferred. Specify algorithm ( Standard &<br />

High resolution )<br />

8 AUTOMATIC EXPOSURE CONTROL<br />

1) Provision for tube current modulation along Z-axis for different patient sizes and during rotation.<br />

2) Mention the s<strong>of</strong>tware available for mA modulation to reduce the patient dose.<br />

3) Step and shoot or an equivalent algorithm during cardiac scanning for dose reduction will be an essential<br />

requirement<br />

4) Pediatric and infant based protocols are essential.<br />

5) The system should have the facility to display the total radiation dose to the patient.<br />

6) Filter and beam limiting devices and any other specific features for radiation dose reduction.<br />

9 CLINICAL APPLICATIONS<br />

A) CARDIAC APPLICATIONS<br />

1) Prospective ECG triggered facility<br />

2) Retrospective ECG gated facility<br />

3) Facility for ECG editing for removing irregular or ectopic beats<br />

4) Facility for automatic selection <strong>of</strong> rotation speed according to heart beat.<br />

5) Specify heart beat/ min requiring use <strong>of</strong> beta blocker and solution available with the system for optimizing<br />

<strong>of</strong> scan with irregular heart rate.<br />

6) Specify maximum number <strong>of</strong> sectors used in multi sector reconstruction and temporal resolution<br />

7) Comprehensive s<strong>of</strong>tware packages for cardiac applications including the latest advanced applications.<br />

8) Calcium scoring<br />

9) Plaque characterization and quantification<br />

33


10) Coronary vessel analysis - with all relevant s<strong>of</strong>tware for vascular analysis and display <strong>of</strong> the evaluated<br />

data.<br />

11) Detailed cardiac function analysis - ( LV/RV functions)<br />

12) Coronary CT angiography preferably with single phase acquisition and reconstruction.<br />

13) Automatic segmentation <strong>of</strong> coronary vessels ( coronary tree)<br />

14) Ejection fraction calculation / wall motion studies<br />

15) Depiction <strong>of</strong> color coded bulls eye report<br />

16) Automatic calculation <strong>of</strong> vessel stenosis<br />

B) ACUTE CARE<br />

1) Triple rule out package<br />

2) High resolution head to toe scanning in one go. ( Mention the minimum time taken)<br />

C) COMPREHENSIVE NEURO PACKAGE<br />

Neuro Perfusion / Evaluation with Neuro Perfusion analysis over large area <strong>of</strong> over large range in one<br />

examination.<br />

* Depiction <strong>of</strong> blood supply compromised areas<br />

* ICV Angiography<br />

* Perfusion study with simultaneous cerebral angiography with single contrast injection.<br />

D) ONCOLOGY PACKAGE INCLUDING-COMPUTER ASSISTED DETECTION<br />

* Auto CAD s<strong>of</strong>tware for lung nodule evaluation<br />

E) Body perfusion CT<br />

10 IMAGE EVALUATION AND DISPLAY<br />

In addition to the s<strong>of</strong>tware for all routine functions like measurements, annotations, windowing, image<br />

addition and subtraction, artifact reduction capability, reversal <strong>of</strong> images, filters, reference scale and grids,<br />

the following s<strong>of</strong>tware should also be available :<br />

1. Real Time MPR ( curved/oblique/ coronal/ sagittal)<br />

2. Dynamic scanning and cine display – specify the frame and number <strong>of</strong> images that can be displayed.<br />

3. Minimum and maximum intensity projections<br />

4. 3D Shared surface display<br />

5. Advanced 3D volume rendering technique<br />

6. CT angiography with colored facility: MIP.MPR,SSD,VR<br />

7. 3D virtual reality ( CT Endoscopy, Bronchoscopy, Colonoscopy, Colonography and Angioscopy)<br />

8. Automatic bone sculpting ( Auto Bone)<br />

9. Advance vessel analysis including stenosis quantification<br />

10. CT Fluoroscopy for biopsies/ intervention with real-time display on extra monitor next to patient table and<br />

Controls on patient side.<br />

11. Availability <strong>of</strong> compatible image guided robotic biopsy arm with quoted MDCT system.<br />

11 MAIN CONSOLES, WORKSTATIONS AND MONITORS<br />

1) The system should have a main console with two medical grade LCD monitors with fully loaded<br />

Workstation and one fully loaded additional identical workstation which is to be installed in the reporting<br />

room. On both the work stations all post processing techniques viz. MPR, angiography, 3D virtual<br />

endoscopy, Bronchoscopy, colonoscopy and Angioscopy, perfusion studies, automatic bone sculpting,<br />

advance vessels analysis, dedicated s<strong>of</strong>tware for lung parenchyma evaluation and quantification for<br />

inflammatory and malignant disease state, ventricular function and stent quantitation package, can be<br />

performed. One additional work station to be installed in the console room, on which viewing, recording<br />

and filming can be performed.<br />

2) All LCD monitors should be flicker free and have a diagonal dimension <strong>of</strong> 18 inches or more<br />

3) Hardware :<br />

i. Minimum number <strong>of</strong> uncompressed image in 512x512 images: 200,000 images or more on main console<br />

and 200,000 or more on additional work station.<br />

ii. Archve options CD-RW combo, DVD<br />

34


iii. The main console and work station must be DICOM 3.0 compliant or higher version ready for print, send,<br />

manage, query, retrieve, store enabled for their respective functions.<br />

4) Image reconstruction rate should be minimum 16 images/ sec or more on 512x512 matrix.<br />

5) Give details <strong>of</strong> graphic controller card for fast 3-D post processing.<br />

12 IMAGE STORAGE DEVICE<br />

1) Please mention archive image transfer rate to other stations from the main console.<br />

2) In case <strong>of</strong> independent work stations please mention all its specifications like hard disc capacity, RAM <strong>of</strong><br />

CPU, image transfer rate and various post processing capabilities etc.<br />

3) A server <strong>of</strong> 5 tera Bytes expandable to 20 terabytes and connected to existing CT, MRI and digital<br />

equipments in the department.<br />

13 IMAGE NETWORKING AND IMAGE STORAGE FACILITY<br />

1. The System should be capable to connect to PACS through RIS/HIS and presently to be connected to<br />

the existing HMIS at no extra cost.<br />

2. DICOM 3.0 or higher version ( Conformance statement to be provided)<br />

3. The system should have the facility <strong>of</strong> integrating all models <strong>of</strong> laser imagers for printing ( DICOM ready)<br />

including the existing dry view laser cameras in the MR section <strong>of</strong> the Department.<br />

14 ACCESSORIES<br />

1) UPS - 160 kVa (3 phase) power rating compatible to whole machine load (including injector, camera,<br />

computer system with all work stations, X-ray gantry system etc.) for 15 minutes. UPS must be<br />

online with high frequency inverter system and with high amperage capacity maintenance free<br />

battery bank.<br />

2) P.C. (Pentium IV) with laser printer for reporting.<br />

3) 3 View Boxed ¾ films (14 x 17 inch size) hold up should be flicker free, high luminous density and<br />

electronic dimmer.<br />

4) Closed circuit cameras (Exam room / consol/ waiting area)<br />

5) Color TV with DVD player for instructional purpose in waiting area.<br />

15 Dry View Imaging Camera with the following specifications<br />

1 Dry chemistry imager Fuji Drypix 7000<br />

2 Resolution: 16 bits/ 600 dpi or more.<br />

3 Supports 5 Multiple Film Sizes: one <strong>of</strong> which must be 17”x14”<br />

4 Must have 3 or more online film sizes.<br />

5 Throughput <strong>of</strong> 180 films or more per hour.<br />

6 DICOM Compatible. Attach conformance statement.<br />

7) Laser color printer for high resolution printing on minimum A4 size printing.<br />

8) All standard accessories pertaining to the patient comfort and desired study like patient restraint kit,<br />

elevated head holder, table extension, coronal head test, table pad, arm rest, cushions and pads, iv pole<br />

and infant cradle etc. List <strong>of</strong> standard and optional accessories may be furnished.<br />

16<br />

17<br />

ANAESTHESIA MACHINE: as per annexure-A<br />

1) Dual head automatic pressure injector: for minimum 200 ml for contrast and 100 ml for saline capacity<br />

injector. 5000 syringes with tubing with Y connector should be provided. Alternatively an injector system <strong>of</strong><br />

similar capability with facility for dispensing with disposable syringes should be quoted.<br />

2) Two desktop single module monitor (Dell/Lenovo/Apple) with cordless key board and mouse along with<br />

one laptop (sony/dell/lenovo)<strong>of</strong> top model should be provided with LCD projector(Sony-3000 luminous) and<br />

motorized projection screen.<br />

3) Medical grade film digitizer for X-ray Films <strong>of</strong> high image quality and resolution.<br />

35


18 TRAINING<br />

1) Training <strong>of</strong> Two faculty members for 4 weeks each at firm's equivalent installation site in a prime institution<br />

abroad accredited by the company for its machine and research work.<br />

2) ON SITE TRAINING: The application specialist <strong>of</strong> the company will stay on the site <strong>of</strong> installation for<br />

training the staff for full utilization <strong>of</strong> the equipment.<br />

3) Four Radiographers should be trained on similar machine in India for 3 weeks.<br />

19 MANNUALS<br />

Operator and technical manuals <strong>of</strong> main and subsystems, cooling chart cuve <strong>of</strong> the x-ray tube and all<br />

relevant material, if any, like concept guide/ books, notable published work must be supplied in duplicate.<br />

20 BOOKS / JOURNALS<br />

Three latest radiology text books per annum with emphasis on MDCT for the next seven years as per<br />

approval <strong>of</strong> HOD radiology<br />

Subscription for journal <strong>of</strong> Computed Axial Tomography for next 10 years or the online subscription <strong>of</strong> the<br />

same.<br />

21 WARRANTY: 5 YEARS INCLUDING ALL ITEMS SUPPLIED INCUDING TURNKEY<br />

22<br />

CMC: QUOTE FOR 5 YEARS APPLICABLE AFTER WARRANTY INCLUDING ALL ITEMS AND TURNKEY<br />

23 PENALTY: Rs 20,000/day after 48 Hours<br />

24 Generator:200kva <strong>of</strong> standard make as per requirement <strong>of</strong> equipment, sub systems and A/C<br />

ANNEXURE: A<br />

.<br />

36


ANNEXURE: A<br />

1. Machine should have 3 gas system<br />

Oxygen,<br />

Nitrous oxide<br />

SPECIFICATION FOR ANAESTHESIA WORK STATION<br />

Air (with double flow tubes for all gases)<br />

2. Machine must be with 2 number <strong>of</strong> Oxygen yokes and 1 number or<br />

N 2 0 yoke beside pipeline connection for (Gas specific, pin indexed) yoke.<br />

Oxygen<br />

Nitrous Oxide<br />

Air<br />

3. Machine must be with mechanical type Hypoxic Guard to maintain minimum 25% Oxygen <strong>of</strong> total<br />

gas flow (should be free from any rubber material)<br />

4. Paramagnetic oxygen analyzer and control system<br />

• To monitor concentrations to a degree <strong>of</strong> accuracy <strong>of</strong> ± 1%, in either fresh gas flow or<br />

breathing system.<br />

5. Flowmeters<br />

• Display oxygen concentration<br />

• Audible & visual alarm activated if oxygen concentration strays outside the HIGH & LOW<br />

alarm set controls.<br />

• Pneumatic device which activate audible alarm when oxygen supply pressure falls to<br />

205kPa (for minimum, 7 sec).<br />

• Visual indicator for gas supply<br />

• Color coding <strong>of</strong> flowmeter<br />

• Height indexed antistatic flowmeter tubes.<br />

• Touch coded oxygen flow control knob.<br />

• HIGH/LOW dipper switch which is particularly relevant during endoscopy proceedings.<br />

• Dual low and high flow tubes provided for oxygen and nitrous oxide for greater degree <strong>of</strong><br />

accuracy at low flows.<br />

6. Vaporizer inter lock system<br />

7. Pressure gauges<br />

High Pressure gauges (2 each for O 2 & N 2 0) and low pressure gauges.<br />

8. Regulators<br />

o<br />

o<br />

9. Monitoring<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

Primary pressure regulators four nos) mounted on each yoke.<br />

Secondary pressure regulators one each in oxygen and nitrous oxide line.<br />

Continuous monitoring <strong>of</strong> inspiratory O 2 concentrations breathing frequency, airway<br />

pressure (P aw , peak P mean PEEP) minute volume and tidal volume.<br />

Display <strong>of</strong> measured parameter.<br />

Airway pressure in graphical form.<br />

Air entrainment valve operating at 4cm H 2 O negative patient effort.<br />

Colour coded gauges for cylinders and pipe lines.<br />

Emergency oxygen flush for rapid and direct administration at about 55L/min O 2 to the<br />

breathing system.<br />

Auxiliary high pressure oxygen outlet with check valves.<br />

37


o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

o<br />

Electrical sockets.<br />

On/<strong>of</strong>f pneumatic switch.<br />

Tidy tray.<br />

Multipurpose looks and mounting blocks.<br />

Cable look.<br />

Draver unit<br />

Roller bearing antistatic castors.<br />

Lockable front castors.<br />

Suction system<br />

A circle absorbers and circuits.<br />

Steel structure electrostastically power coated.<br />

Antiglare stainless steel tray with raised edges.<br />

10. Machine must be applicable for adult, paediatric.<br />

11. Machine’s Anaesthesia ventilator should display<br />

• Tidal Volume<br />

• Minutes<br />

• Oxygen %<br />

• Frequency<br />

• Airway pressure and Graphical display<br />

12. Machine’s Anaesthesia ventilator should have Cardiac Bypass mode.<br />

13. Machine should have CO2 Bypass mode.<br />

14. Machine’s Anaesthesia ventilator should be electronically controlled electrically driven.<br />

15. Machine anaesthesia ventilator should compensate for Compliance, Circuits leak.<br />

16. Machine should have attachment to connect Bain Circuit.<br />

17. Machine must be <strong>of</strong> latest generation having worldwide acceptance and installation.<br />

18. Machine should have agent specific, flow with temperature controlled vaporizer for Is<strong>of</strong>lurane from<br />

same manufacturer.<br />

19. All the components <strong>of</strong> the anaestesia workstation should be compatible to each other.<br />

38


SPECIFICATION FOR CARDIOSCOPE WITH DERIBRILLATOR WITH AED<br />

Portable ( not more than 10 kg), shock pro<strong>of</strong>, small size.<br />

Work on mains, external DC battery and as well as rechargeable battery.<br />

Built in recorder with delay mode facility and frequency response paddles.<br />

Patient cable for leads I,II,III (50mm strip).<br />

Upgradable to monitor all 12 leads.<br />

Annotate data like time, date,lead, gain, heart rate and other defibrillator parameters .<br />

Digitally store and record critical events <strong>of</strong> the recent past including pre-shock ECG, post<br />

shock ECG, defibrillatory parameters etc.<br />

Recording start buttons along with provision <strong>of</strong> selecting energy and delivering shock on<br />

the external paddles.<br />

Able to operate a temperature range <strong>of</strong> 10 0 C to 55 0 C and at a humidity <strong>of</strong> 0-95%.<br />

Vibration and shock standards should meet military standards.<br />

Should have sealed case (water pro<strong>of</strong>) for protection.<br />

One set <strong>of</strong> batteries should supplied with the equipment.<br />

Manual and AED operated.<br />

Adjustable alarm volume.<br />

Voice prompts in AED mode<br />

Optional features -<br />

- Sp02/pulse oximetry with alarms<br />

Non invasive pacing<br />

SPECIFICATION OF FLEXIBLE FIBRE OPTIC LARYNGOSCOPE WITH LIGHT SOURCE WITH T.V.<br />

Good optical quality <strong>of</strong> both objective lens system and fibre optic image transmitting bundle.<br />

Long life span by resistance construction and sturdy mechanical components.<br />

Water type and fully soakable, easy to clean design.<br />

Gas sterilizable<br />

Suction port<br />

Easy inspection <strong>of</strong> denseness<br />

Light weight<br />

Optical system –<br />

o Field <strong>of</strong> view 85<br />

o Direction <strong>of</strong> view 0 (forward viewing)<br />

39


o Depth <strong>of</strong> field 5 – 50 mm<br />

o Working length 25 cm<br />

o Total length 585 mm (Adult), 485 mm (paed)<br />

Outer diameter<br />

4.3 mm (adult), 3.6 mm (paed)<br />

Range <strong>of</strong> tip bending up 130 , down 130<br />

T.V. – 17”, coloured with remote control<br />

Light source<br />

o<br />

o<br />

o<br />

Manual light intensity adjustment<br />

Two separate light outlets for simultaneous use.<br />

Light intensity adjustable in three steps.<br />

Lamp type - halogen lamp 250 watt<br />

Colour temperature – approx 3400 K.<br />

Light exits – 2<br />

Dimensions – 305 mm X 164 mm X 265 mm<br />

(w X h X d)<br />

Weight – 10.9 kg<br />

40


TURNKEY PROJECT FOR 3.0T MRI & 128 SLICE CT SCANNER<br />

The units is to be installed on turnkey basis.<br />

The vendor must visit the site, at their own cost, before they submit their quotation for the turnkey and give a certificate<br />

that the proposed site is suitable for installation <strong>of</strong> equipments. Before submitting their bids, the vendor has to submit the<br />

proposed layout <strong>of</strong> the CT & MRI section according to the requirements <strong>of</strong> the department.<br />

This project involves installation and commencing <strong>of</strong> the new equipments with all necessary and ordered accessories, all<br />

necessary civil, mechanical, electrical works to facilitate the commissioning <strong>of</strong> the equipments and the same shall be at the<br />

supplier's cost and risk if any. The institute however, will provide the space ( flooring, walls, and ro<strong>of</strong> ) for the turn key<br />

project and installation <strong>of</strong> the equipment and main electrical supply upto the site. The central HVAC system <strong>of</strong> the<br />

adequate capacity to be installed for controlling room temperature and ventilation <strong>of</strong> the <strong>of</strong>fered equipmentsits, its<br />

components and complete equipments along with provision <strong>of</strong> 20% air change. The temperature regulation has to be separate<br />

for the equipment section and the rest <strong>of</strong> the section and should be controllable in each room independently. The road map<br />

for turn key project and equipment should be provided in words and as bar diagram presentation. Clearly specify the time<br />

to be taken for completion <strong>of</strong> turnkey project and installation and commissioning <strong>of</strong> the machines commencing from the<br />

date <strong>of</strong> getting the final order. In case <strong>of</strong> not meeting the final time schedule, a penalty will be imposed as per Government<br />

Rule.<br />

The layout plan and other site requirements to be finalized in consultation with the consignee hospital authorities. Proposed<br />

ground floor layout plan is attached.<br />

The site earmarked for installations is to be inspected and layout plan prepared in consultation with the user department. The<br />

exact plan depending upon the area/ location available has to be got approved from the Medical College authorities.<br />

The centre will comprise <strong>of</strong> various rooms like Reception, Waiting Area, Gantry Rooms, Common Console Room, Electrical<br />

Equipment and UPS Room, Radiologist Room Change Room, Toilets etc.<br />

Civil Works: Turn key will include the Civil Construction work as under mentioned:-<br />

The walls will be cement plastered with Plaster <strong>of</strong> Paris finishes.<br />

The exterior walls and the façade will be in harmony with the existing buildings in the complex.<br />

Flooring will be flat and stable where the RF Cabin with MRI & CT gantry and table are installed.<br />

The flooring shall be done with 600 x 600 high density mat finish vitrified ceramic tiles.<br />

In the CT Gantry room the walls shall be finished with high density vitrified tiles 600 x 600 mm upto ceiling as per<br />

AERB guidelines. MR room may be furnished as per requirement <strong>of</strong> the Gantry room.<br />

In the toilets glazed tiles will be used for Dado up to the ceiling.<br />

The walls will be painted with washable plastic emulsion paint.<br />

Floor trenches with block board covers will be provided for the cables in the MRI & CT scan and Equipment rooms.<br />

Complete plumbing operations including laying <strong>of</strong> sanitary lines, manholes, wash basins, geysers, white vitreous EWC etc.<br />

will be provided.<br />

Furniture should be <strong>of</strong> high quality.<br />

View boxes should be thin and compact, should be flicker free and <strong>of</strong> high luminous density <strong>of</strong> at least 6500 cd,<br />

with shutters and electronic dimmer.<br />

Arrangement <strong>of</strong> water supply lines for drinking and general use including hot water will be made. Quality <strong>of</strong> water supply GI<br />

pipes should be high quality. The sanitary fixtures/ fittings should be <strong>of</strong> superior quality. The toilet seats should be <strong>of</strong><br />

porcelain material .<br />

The washing units and drainage lines should be resistant to chemicals.<br />

The entranhes to the Centre to be felt padded at the junction <strong>of</strong> both the doors to avoid dust and provide insulation.<br />

False ceiling in all the areas will comprise <strong>of</strong> metal suspension system, perforated firepro<strong>of</strong> aluminium panels with integrated<br />

acoustic lining.<br />

All fluorescent lights and smoke detectors to be accommodated/ integrated in the false ceiling.<br />

All the internal wiring including that <strong>of</strong> telephone, LAN, DICOM & PACS etc. will be <strong>of</strong> concealed variety.<br />

Cabinets should be made <strong>of</strong> 19 mm thick water pro<strong>of</strong> commercial board finished with 1mm thick lamination <strong>of</strong><br />

approved shade with hard wood edging.<br />

Fire Safety measures: A fire alarm system <strong>of</strong> reputed make with smoke/heat detectors, indicator panels, call boxes,<br />

electronic sirens and wiring will be installed.<br />

41


Audio call bell system, with intercom and remote locking/ unlocking facility, to be provided at the main door <strong>of</strong> the complex.<br />

A security grill/shutters to be put at the main entrance. It will be wide enough to permit easy entry <strong>of</strong> patients on trolleys and<br />

wheel chairs.<br />

The surrounding area to be illuminated for security reasons.<br />

Music system for all the rooms and waiting areas in the centre.<br />

Closed circuit cameras <strong>of</strong> reputed company should be provided in the examination room, console room and<br />

waiting areas to be provided.<br />

Neon light signboard is to be provided.<br />

All the rooms in the complex will be signposted. Sun-film and Venetian blinds will be put up in all windows.<br />

The entire complex will be made rodent/pest pro<strong>of</strong>.<br />

All windows should have MS grill, Aluminium frame and glass, sliding window type.<br />

Pop/ plaster / paint also to be mentioned in each rooms<br />

RF Interiors on MR are to be specified<br />

Transformer / All power line till building to be customer’s scope.<br />

Scope <strong>of</strong> AC also needs to be clear in the form <strong>of</strong> ductable / units<br />

Doors specification should be provided by the Vendor (followed by AERB guidelines wherever required)<br />

Construction and all material should be <strong>of</strong> top quality ( ISI Mark) and work should be completed within prescribed period.<br />

Electrical Services:<br />

The MRI & CT Scanner and all connected/required equipment for scanning, post-processing and filming are to be connected<br />

to the supplied UPS.<br />

All the equipments/computers along with peripherals, light points, fire alarm system, EPABX and view boxes are to be<br />

supplied power through the common or a separate UPS with 30 minutes back up.<br />

Dimmer controlled incandescent light fixtures are to be provided in the gantry room, console room.<br />

All the electric wiring (Copper), switches, sockets, plugs, MCBs etc. are to be <strong>of</strong> reputed make and as per ISI standards.<br />

Different parts <strong>of</strong> the complex will have separate wiring for light and power circuits through MCBs <strong>of</strong> suitable capacity.<br />

Adequate safety measures will be incorporated in the electrical power supply system.<br />

Dedicated isolated earthling is to be provided for the complex.<br />

Air Conditioning<br />

Dedicated separate transformer <strong>of</strong> suitable suitable capacity required for M.R.I , Chiller ,AC and other auxiliary<br />

equipment should be provide by vendor with consultation to CSEB and PWD . Required cable and fitting will be<br />

responsibility <strong>of</strong> vendor for various<br />

purposes.<br />

Electrical fitting, switches in all above rooms should be provided by Vendor for various purposes.<br />

Ductable Central A.C. for gantry and console and Split A.C. <strong>of</strong> reputed Company in other rooms.<br />

The complete area is to air-conditioned optimally except for Toilets/Services with split type <strong>of</strong> Acs.<br />

All weather AC with cooling, heating and humidity control capabilities is to be provided.<br />

Air flow in various rooms should be adjustable to have some degree <strong>of</strong> control over temperature in different rooms <strong>of</strong> the<br />

complex.<br />

The AC unit(s) should be microprocessor controlled for adequate temperature control.<br />

The total A/C capacity being <strong>of</strong>fered for the complete centre to be clearly mentioned.<br />

The entire turnkey project (building and the supplied items) should have an underlying colour scheme so that it gives a<br />

homogenous, aesthetically pleasant and patient friendly appearance.<br />

Any addition and alteration as and when required during turnkey work will be done by mutual discussion between the<br />

supplier and technical committee. The whole turn key work has to be done to the fullest satisfaction <strong>of</strong> the technical<br />

committee and engineering department ( civil & electrical) <strong>of</strong> Pt JNM, Raipur. In case <strong>of</strong> any difference <strong>of</strong> opinion the<br />

decision <strong>of</strong> the technical committee shall be final and binding on the supplier.<br />

Furniture :<br />

Console, Gantry room<br />

M.R.I. Compatible trolley and any other furniture required as per need in gantry Room. Trolley for CT is to be<br />

provided.<br />

4 table requires for console equipment with 5 computer revolving chairs with hands.<br />

Cupboard with lockers, made up <strong>of</strong> plywood and sunmica with lock and key.<br />

42


Equipment Room<br />

Cupboard with lock and key to keep spares and user manual<br />

Cupboard for stationary and record made up <strong>of</strong> ISI mark plywood and sunmica with lock and key.<br />

Receptionist Chamber<br />

Plywood sunmica table for writing purpose , drawers cupboard to keep film. Folders , recordand provision for<br />

PC, CPU, UPS and Printer.<br />

Revolving chair<br />

Illunmination System<br />

Fans.<br />

Provision for glass counter<br />

Microphone and Speakers for giving instructions to patients.<br />

Plywood sunmica rack to keep reported films .<br />

Patients Waiting Hall<br />

Permanent sitting arrangement for patients in form <strong>of</strong> marble or granite or mirror polished kota stone or built<br />

benches as per the space mentioned in layout plan.<br />

Fans<br />

Provision <strong>of</strong> 29” size flat screen Colour television with close cabinet and DTH disc with set top box<br />

and CD/DVD/ Player<br />

IMPORTANT NOTE:<br />

If MRI & CT contract is awarded to single company, than complete turnkey will be done by the same company.<br />

In case, MRI & CT contracts are awarded to two different companies than the construction will be done as per below<br />

mentioned terms:<br />

a) MRI Gantry Room, MRI Equipment room Change Room and half the Console room will be constructed by the company<br />

whom MRI contract have been awarded.(Including complete left side construction mentioned in attached layout plan).<br />

b) CT Gantry Room, CT Equipment Room, Toilets, Nurses Station, Waiting area & other half <strong>of</strong> Console room will be<br />

constructed by the company to whom CT Scanner contract have been awarded.(Including complete right side construction<br />

mentioned in attached layout plan).<br />

43


GENERAL TERMS AND CONDITIONS<br />

1) Machines shall be typed approved by A.E.R.B.( In case <strong>of</strong> CT Scan).<br />

2) Machines shall be upgradable to higher version.<br />

3) The units shall meet all the radiation safety standard & Quality assurance <strong>of</strong> it’s<br />

mechanical, electrical and standard & Quality provisions set by regulatory<br />

bodies. (AERB)<br />

4) It shall be latest brand new machine.<br />

5) The supplier or its Indian national representative company shall provided<br />

certified service engineer locally as per AERB safety codes.<br />

6) Warranty / Guarantee – Machine along with all list system. Including<br />

consumable, s<strong>of</strong>tware, should have warranty / guarantee <strong>of</strong> 60 month with all<br />

accessories. UPS and CCTV should also be warranted / guaranteed for 60<br />

month. The warranty should include all fixers and fittings supplied by the<br />

vendor.<br />

7) Company should be responsible for commission and handing over the machine<br />

to institute in fully running (proper working) condition.<br />

8) Installation and commission will carried out by the company / it’s authorized<br />

agents at no additional cost (free <strong>of</strong> cost).<br />

9) Company should provide warranty <strong>of</strong> Five years for whole machine and<br />

s<strong>of</strong>tware’s.<br />

10) After expiry <strong>of</strong> guarantee period <strong>of</strong> Five years, CMC /AMC charges will be<br />

quoted for five fully years in present tender.<br />

11) CMC /AMC charge will be paid to company per year after successful completion<br />

<strong>of</strong> the year.<br />

12) Company shall make free replacement if required in lieu <strong>of</strong> damaged Items<br />

regardless <strong>of</strong> fact. Weather the claim is settled by their under writer or not.<br />

Responsibility <strong>of</strong> settlement <strong>of</strong> claim shall rest with the first party (Institute).<br />

However the second party (Vendor) shall provide documents/information<br />

/assistance to first party that may necessary for and in connection with<br />

settlement <strong>of</strong> claims.<br />

13) Equipment is guaranteed for a period <strong>of</strong> 60 month from the date <strong>of</strong> Installation<br />

certificate against defects <strong>of</strong> materials and workmanship.<br />

14) In case <strong>of</strong> any replacement during guarantee period all formalities such as<br />

import license NMI and DE certificate etc. connected with such import <strong>of</strong><br />

replacement shall be complied with by the second party. However, the payment<br />

<strong>of</strong> clearing and transportation charges shall be borne by the vendor /Indian<br />

Agents <strong>of</strong> the vendor on such replaced items.<br />

15) Company should provide list <strong>of</strong> spare parts.<br />

16) For the running machine, if some item have not provided by firm/ not order by<br />

the institution. It will be responsibility <strong>of</strong> firm to provide the same and<br />

demonstrate the working <strong>of</strong> the machine before release <strong>of</strong> the remaining<br />

amount <strong>of</strong> the machine.<br />

17) In case <strong>of</strong> Indian agent <strong>of</strong> principle changes it shall be responsibility <strong>of</strong> principle<br />

<strong>of</strong> run machine till it’s full life.<br />

18) Pro<strong>of</strong> <strong>of</strong> all and every statements, certificates should be enclosed.<br />

19) The day machine arrives (After the room construction is over) the firm will<br />

complete the process <strong>of</strong> installation and commission <strong>of</strong> machine within a<br />

44


maximum period <strong>of</strong> 4 month. Any delay beyond that will be penalized to firm<br />

2%/month as per C.G. Govt. purchase rule.<br />

20) It shall comply all radiation safety standards & quality assurance provisions set<br />

by National & Quality assurance provisions set by National & International<br />

regulatory bodies.<br />

21) It’s heat capacity shall be <strong>of</strong> international standard.<br />

22) Company shall provide certificate <strong>of</strong> trouble free operation <strong>of</strong> machine for five<br />

years from existing five users.<br />

23) Networking with existing & procuring equipment should be done by vendors at<br />

their own cost.<br />

24) Bank guarantee should be provided till the warranty is over.<br />

25) The company should be responsible for installation maintenance and down time<br />

<strong>of</strong> the machine, s<strong>of</strong>tware, accessories and networking which is helping directly<br />

and indirectly in proper functioning <strong>of</strong> the machine.<br />

26) Company should be FDA/ISO Certified.<br />

27) Unit should meet all international standards.<br />

28) Guarantee should be for all unit and items supplied with unit.<br />

29) Company should provide the 5 years CMC and AMC charges. CMC / AMC will<br />

commerce after guarantee period is over.<br />

30) CMC/AMC charges submitted during tender will be the final and can not be<br />

increased in any circumstances later on.<br />

31) CMC/AMC includes 4 regular visits/year and all break down visits during year.<br />

32) Company must quote prices in Indian rupees.<br />

33) Since it is an open land, Architectural approvals, any structural approvals are to<br />

be provided by the customer.<br />

45


id12921703 pdfMachine by Broadgun S<strong>of</strong>tware - a great PDF writer! - a great PDF creator! - http://www.pdfmachine.com http://www.broadgun.com<br />

( (, , # $" & ' +) *<br />

" #$ , & ' , ) *<br />

" . % #$ + & ' ) *<br />

% + #$ % & '" )<br />

*<br />

! % , #$ " & '. ) *<br />

% , " -# $ & ' ) *<br />

. , #$ , & ' % ) *<br />

" + #$*<br />

! &<br />

! " % - #$" & ' - ) *<br />

" , , # $( & ' ) *<br />

" " , # $% & * " " ,<br />

#$% & *<br />

% +, # $ . & ' -) *<br />

" . - , #$ + & '( ) * " % +" # $+ & ' " )<br />

* ( . ! #$ . & '. ) *<br />

46


48<br />

id12921703 pdfMachine by Broadgun S<strong>of</strong>tware - a great PDF writer! - a great PDF creator! - http://www.pdfmachine.com http://www.broadgun.com<br />

( (, , # $" & ' +) *<br />

" #$ , & ' , ) *<br />

" . % #$ + & ' ) *<br />

% + #$ % & '" )<br />

*<br />

! % , #$ " & '. ) *<br />

% , " -# $ & ' ) *<br />

. , #$ , & ' % ) *<br />

" + #$*<br />

! &<br />

! " % - #$" & ' - ) *<br />

" , , # $( & ' ) *<br />

" " , # $% & * " " ,<br />

#$% & *<br />

% +, # $ . & ' -) *<br />

" . - , #$ + & '( ) * " % +" # $+ & ' " )<br />

* ( . ! #$ . & '. ) *

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!