128 slice ct.pdf
Post on 30-Dec-2016
252 Views
Preview:
TRANSCRIPT
1
Draft Copy
TENDER DOCUMENT
128 SLICE /64 SLICE
(Multi Row Detector) C. T. System
BANARAS HINDU UNIVERSITY
(This Tender Document contains 22 pages)
2
Terms & Conditions for Installation and operation of 128-Slice (Multi Row Detector) C. T. System
Open Tender Notice no. - I.M.S./N-3/2013-14/02
Banaras Hindu University, Varanasi invites ‘sealed tender’ (in two Bid System) for installation & operation of 128-Slice (Multi Row Detector) C. T. in the Institute of the Medical Sciences, Banaras Hindu University. Interested firms / parties / institutions are requested to submit their offers in sealed envelops on terms and conditions given in the prescribed Tender form:-
First preference will be given to the Tender filed by the “Original
Manufacturer” of the Equipment, then to the other parties
Name of the Equipment Earnest Money in the form of DD in favour of The Registrar – BHU, payable at Varanasi
Tender Fee in the form of DD in favour of The Registrar – BHU, payable at Varanasi
128 Slice MRD – C. T. Scanner
2% of estimated cost
Rs.2500/- (Non Refundable)
Conditional tenders shall not be considered and shall be rejected. The Committee nominated by the Vice-Chancellor, BHU would have the right to accept or reject any tender fully or any part of it, without assigning any reason. No correspondence in this regard will be entertained. Note: (i) If the tender form is desired by post then tender fee would be
Rs.2500/- (Non-refundable). The University shall not be responsible for any delay in receiving Bids / sending of Tender document by POST.
(ii) If the tender form is downloaded from the BHU website the tender fee of Rs.2500/- (Non-refundable) will have to be rendered at the time of submission of the Tender Form.
To avoid conflict of interest between any bidder’s own CT scanner in Varanasi
and their proposed CT Scanner in BHU, the bids of such private party / Firm / Institution (having CT scanning facility in city of Varanasi) will not be entertained.
3
1. Tenders shall be submitted in TWO Separate Sealed Envelopes,
(A) Technical Bid: a) Earnest Money 2% of estimated cost in form of demand draft drawn in
favour of Registrar – BHU, Varanasi, payable at Varanasi. b) Technical details, relevant literature, product catalogue or any other
information about 128 Slice CT System. c) Tender form duly signed by Authorized Signatory in all respect.
(B) Financial Bid: a) Rate chargeable per particular CT investigation. Details about the various
CT investigations to be performed on the machine and their rates chargeable by Private Party & sharing pattern with the University. (Rate so approved shall remain fixed till the entire period of the contract).
2. Tenders shall be submitted in two sealed envelopes separately marked A) ‘technical bid’ and (B) ‘financial bid’, otherwise tenders will not be considered and shall be rejected.
Technical terms and conditions, technical specifications of 128 Slice CT machine, tests to be performed on the CT machine, etc. should be included in technical bid.
Financial rates of the CT investigations/ tests to be performed and financial terms and conditions be submitted in financial bid. Financial bids shall be opened only of those tenders who shall qualify technically.
Technical specifications of 128 – Slice CT machine are enclosed in Tender document (Annexure II).
3. The specifications of the 128 Slice CT machine to be installed shall not be in
anyway of lower specification / configuration as mentioned in the tender otherwise the bid shall be rejected. Approved firm shall install brand new 128 – Slice MRD-CT machine within 120 days from the date of signing of the agreement. For delayed installation a penalty of Rs.10,000/- per week shall be levied. If the delay prolongs more than 30 days the order would stand automatically cancelled & security deposit shall stand forfeited.
4. (i) Clinical Tests to be performed on 128 Slice CT machine is enclosed at (Annexure III) of Tender document.
(ii) Rates in the financial bid are to be quoted against each CT Investigation as mentioned in Annexure III.
4
5. Tenders (Price – Bid) will be evaluated on the basis of the ‘weighted
average formula’. The tests included for evaluation along with Grade assigned are enclosed at Annexure III.
Total of (Rate x Grade) Weighted Average Rate = ---------------------------------
Total of Grade
BID REFERENCE ……………………………….
LAST DATE AND TIME FOR RECEIPT OF BIDS
……………………………….
ADDRESS FOR COMUNICATION
Office of Dy. Registrar Institute of Medical Sciences BHU, Varanasi-221005
Time schedule
Date & Time Venue
Pre-bid Conference
……………..
Committee Room Institute of Medical Sciences BHU, Varanasi
Last Date of Receiving Tenders
………………
Office of Dy. Registrar Institute of Medical Sciences BHU, Varanasi
Opening of Technical Bid
…………….
Committee Room Institute of Medical Sciences BHU, Varanasi
The University would give preference to a / an private party / firm / institution having 2 to 3 years experience in a kind of ‘Public – Private Partnership’ project at an organization of central / state Government. Only those representatives of Bidding party who possess necessary documents of credibility (Private Party: List with address of Partners / Directors of Firm; Resolution of board / consent of partners to bid in this project; details of existing businesses / PPP over firm’s letter head; PAN card / last year’s I.T. return’s copy etc.) would be allowed to attend the Pre-Bid conference.
5
TERMS & CONDITIONS
for installation and operation of 128 SLICE C.T. System
GENERAL Conditions:
• The Private Party Administrator concept for installation and operation of
128 Slice Multi Channel C.T. would work as indigenous model, functioning
as an intermediary between Banaras Hindu University and the patients.
• The portal created so will have to provide comprehensive range of
diagnostic facility (CT Scanning) relevant in a tertiary healthcare centre of
excellence as in the University Hospital and the academic alliance with
Institute of Medical Sciences, BHU.
• The private party in this project shall act as ‘Second Party’ indicated as
Licensee hereunder.
• The technical features and specifications of 128 Slice MDR C. T. System, to
be installed by the private party, shall NOT be anyway of lower
configuration as mentioned in the Tender document, otherwise the bid shall
be rejected.
• The University reserves the right not to consider unviable financial bids if
the rates of CT investigations are quoted so low in conjunction to investment
which may make the project unviable in financial terms.
• Approved bidder shall install a brand NEW 128 - Slice Multi – Detector
Row CT System with Accessories within 120 days from the date of signing
of the agreement with the University.
For delayed installation a penalty of Rs.10,000/- per week shall be levied. If
the delay prolongs more than 30 days, the order would stand automatically
cancelled and security deposit shall stand forfeited.
6
• The agreement shall be valid initially for a period of Seven years (would be
negotiable) from the date of commissioning of CT centre, and it could be
cancelled at any time, in case there occurs violation of rules, regulations,
terms and condition of the contract by the licensee, after providing an
opportunity of hearing.
• Periodical inspection for performance and observance of terms & conditions
including quality of CT investigations shall be carried out every year by a
committee appointed by the University.
• The licensee shall arrange a 3rd party insurance policy to cover all the
patients, subjected to CT investigation, against any mishap at CT centre.
Conforming to the provision of the ‘Consumer Protection Act’ 1986 shall be
the sole and absolute responsibility of the licensee and the University will
share no liability in this regard. Privacy and other ethical values of
investigated patients shall be maintained in individual case by the licensee.
• The licensee shall abide by all the guidelines issued by the Government of
India and the University from time to time during the lease period
• The licensee shall not sell or transfer any proprietary right or entrust any
other third party to run the CT centre.
INFRASTRUCTURE & MANAGEMENT
• The Turn-key execution will have to include standard architectural
programming and selection of interior materials having ease of replication &
maintainability.
• A suitable space for installation of Multislice CT System shall be provided
by the University in the premises of Banaras Hindu University. The licensee
shall erect the building as per specifications laid down by AERB. All the
civil, electrical, Air-conditioning provisions (considered essential for
7
installation of 128 – Slice CT) shall be the responsibility of the licensee. The
university will not be responsible for any loss / damage to machine or
property due to natural calamity or otherwise.
• The building constructed by the licensee shall be the property of the
University, and licensee has only right to use.
• All expenses on account of electricity, water, maintenance of premises and
the equipments or any other expenses incurred in day to day running of CT
system shall be borne by the licensee. The security arrangement and
cleanliness of the equipments & building will be sole responsibility of the
Licensee.
• Licensee will have to have stand-by source of power (Generator Set),
capable of catering the power requirement of CT System, Accessories and
the Building, so that CT facility remains available un-interrupted.
HUMAN RESOURCE
• The technicians, deployed by the licensee, should have the minimum
qualification of B.Sc. (CT technology / Medical radiography with experience
in CT) and the bidder will have to submit an undertaking in this
regard.(Annexure V)
• The licensee shall arrange for the services on their own, of Anesthetist /
Cardiologist during the Cardio-Vascular CT Scanning of patients.
• The staff of Licensee would ensure good medical practice and high ethical
values towards patients under overall control of Department of
Radiodignosis & Imaging, IMS, Banaras Hindu University.
8
STATEMENT OF PURPOSE:
1. The proposed CT centre shall observe role model in single minded focus on
patient service quality in University Hospital and propagation of education
at Institute of Medical Sciences, Banaras Hindu University.
2. The generation of CT reports and CT guided procedures of all cases referred
from S. S. Hospital only would be done by the Department of
Radiodiagnosis & Imaging (RD&I). However, outside patients’ CT Scans
report generation will be the responsibility of the Licensee.
3. The RD & I Department will have full right over the data generated by
proposed CT system, and this would not be transmitted to any other agency
without prior permission of HOD - Radiodiagnosis & Imaging Department.
4. The licensee shall ensure best quality of CT Investigations and protocols as
set by the IMS - BHU / S S Hospital or other recognized professional body,
to integrate all facets of diagnostic delivery in a seamless manner.
5. The bad quality of CT Scans will have to be repeated at no extra cost. As
regards to the doubtful observations or incomplete study, a repeat scan will
only be carried after review by H.O.D. of RD & I department.
6. The proposed CT centre shall allow members of all 3 faculties (Medicine,
Ayurveda and Dental Sciences) of IMS to have access to view CT Scans of
their respective patients for clinical management, and in no way the teaching
/ training / research process and other academic activity (eg. workshops etc.)
of IMS will be obstructed at the facility proposed to be created.
7. If and when the University starts HIS and PACS, the patients’ data available
on 128 Slice MDR C.T. would have to be made accessible to these systems.
8. The licensee will have to do 20 (twenty) numbers of FREE cases (non
cumulative) per month. The Head of Department, Radiodiagnosis &
Imaging, IMS will have a reserved absolute right in this regard to
recommend such cases for particular CT Investigation.
9
9. The CT Scans of bonafide BHU staff and their dependents, as well as
bonafide Students shall be done free of cost initially. There would be
arrangement made by the University (First Party) to reimburse the collective
charges borne per month in this category by the company (Second Party).
ACCOUNTING PROCEDURE / REVENUE COMPUTATION
• The CT centre, will have to offer professional ambience, uncompromising
clinical quality at an acceptable cost and superior service in minimal waiting
time. The CT investigation facility will have to function for patient care
round the clock on 365 days a year.
• The CT investigation charges, both from patients referred by S. S. Hospital
and from outside patients, would be collected by the University on AR-1
Receipts of Banaras Hindu University.
• The approved rates of various CT investigations to be conducted by the
licensee on 128 – Slice CT machine would include: (i) Cost of Imaging
Films and (ii) Cost of disposables of standard & safe brand, and
(iii) Eco-friendly carry-bag for keeping CT films & report
• The licensee would be free to use the CT machine for outside patients, if
any, at the same rates, charges of which will be collected by the University
on AR-1. However, priority shall always remain for patients referred from
S. S. Hospital, BHU.
• The sharing of revenue between the Licensee and the University shall be as
follows:
Licensee (___) : (____ - the University).
However, this would remain open to negotiations at the time of Agreement.
• The division of collected revenue shall be applicable to the basic C.T.
investigation charges only (as per list in ANNEXURE – II), not over the
charge obtained for Contrast Media used for particular CT investigation.
10
The pattern to fix the charges of Non-Ionic Contrast Media
individually for various C.T. Investigations (Annexure – III) shall be open
for discussion in Pre-Bid Meeting.
• Licensee will have to make arrangements for CT Investigation of SSH
patients on approved rates in case the CT machine / accessory is out of order
even for one day. In the event of ’break-down’ of CT machine / Accessory,
the Licensee would be liable to pay demurrage to the University
@Rs.45,000/- per day or 30% of average revenue collection per day
whichever is higher in the case.
• The right to fix / revise the rates of CT tests shall lie with the University, of
course protecting the due interest of the Licensee.
• Approved licensee shall have to provide a Bank Guarantee of Rs.___ Lakh
as security money in favour of Registrar, BHU for the entire period of the
lease. (Annexure IV). This could be forfeited in case of any breach of
conditions on the part of licensee or if licensee discontinues the contract
before expiry of the period of lease.
Credibility of Licensee would have to be proved alongwith necessary documents like –
1) Registrar of Companies’ certification for the Company
2) Status : whether Proprietary / Partnership firm / Pvt. Ltd. etc.
3) List & addresses of Partners / Directors of bidding firm
4) Copy of Resolution of board of Directors / Partners expressing interest to
bid in present project
5) Memorandum and articles of association related to the party
6) Name, address / phone no. of Authorised Signatory with written approval
of the board / partner of Bidding firm.
7) Annual turn over of Rs.5 Crore during last three years
8) Experience of running such facility for 5 years or above.
11
Annexure I
Form No. ……….
BANARAS HINDU UNIVERSITY
OFFICE OF THE REGISTRAR Reference No. BHU/…………/………./ Dated: ……………..
TENDER FORM
FOR 128 SLICE (MULTI ROW DETECTOR) C.T. SCAN SYSTEM 1- Name and full address of Tenderer ……………………………………………………………...
…………………………………………………………………………………………………...
…………………………………………………………………………………………………...
2- Address to: The Registrar, Banaras Hindu University, Varanasi – 221005 3- Reference: Tender Notice No. …….. / BHU / dated …………………… 4- Tender fee Rs. ____ deposited vide demand draft no. ………...…………… dated ………….
of ……………………………………………………………… (Name and address of Banker)
5- We ………..………………….. (Name of Firm) agree to abide by all the terms & conditions
as mentioned in (i) Tender Notice No. ………………… dated ……………..
6- All tender documents are complete in all respect and have been duly signed. 7- We have enclosed Earnest Money Rs. __ lacs (Rupees ____ lacs) in form of demand
draft no. ……………….. dated …………………. of ………………........………… (Name of
Banker) in favour of The Registrar, BHU, Varanasi.
Signature of tenderer with rubber stamp
12
Annexure II
(Six pages) SPECIFICATIONS FOR A NEW STATE OF ART
128 SLICE ‘ALL PURPOSE’ C. T. SCANNER
The product offered should be ‘top-of-line’ Spiral multislice CT Scanner, with capability of
acquiring 128 Slices per 360º degree rotation for comprehensive whole body imaging
including cardiac, neuro, chest, abdomen, musculoskeletal and vascular imaging in isotopic
resolution. It should also be capable of 3-D reconstructions and display at fast speed during
acquisition on-line as well as real time, with feasibility of volume rendering and advanced
vessel analysis.
The offer should meet the ‘technical specifications’ as follows :
1. Model and Make : specify
(it should be under current production & installation)
2. Gantry
• Should incorporate low Voltage Slip Rings
• Minimum scan time for a 360º rotation should be less than or equal to 0.35
sec. (350 mili sec.)
• Should have minimum tilt of 30 degrees on either side and remote tilt
should be available as standard
• Gantry should be provided with user control panels on either side for
positioning of the patient
• The sub millimeter slice @0.63 mm or less in 64 row 128 acquisitions
should be available. The system should be in position to perform 128 slices
/ rotation for general, cardiac and vascular applications
• Should have 3D positioning laser lights
• The scan FOV in acquisition mode be at least 200 mm to 500 mm with
intermediate steps for scanning different anatomies
• Gantry aperture should be at least 70 cm. in diameter
3. X-Ray Generator
• Should be compact and in-built in the gantry
• It is to be of high frequency type having at least 100 kW (actual power)
output or more than that if available
• The mA range available should be between 20 to 800 or more, with
increment steps of not more than 10 mA. Mention kV selections also.
13
4. X-Ray Tube
• The X-ray tube should be essentially dual focus with heat storage capacity
of 8 MHU or more, with effective storage of at least 25 MHU.
Peak heat dissipation rate of anode should be at least 1600 KHu/min
• X-ray tube cooler unit should be inside the gantry
• Specify the configuration of focal spots, and type of X-ray tube
• Any special feature of X-Ray tube to be highlighted (with due support of
product data sheet) eg. Dual – energy acquisition by single source.
5. Detectors
• These should be of solid state type. Specify the material
• 128 Slice acquisition per rotation should be possible with the detectors, in
0.63 mm mode.
The system should have at least 64 ‘physical rows’ of the detectors.
Specify the number of elements in each row
• The Z-axis coverage of at least 40 mm / rotation should be possible for
standard and cardiac scans
• Specify the fan-angle of X-rays and the geometry
• Detectors should not require frequent calibration
6. Patient Table
• should have minimum weight bearing capacity of 200 kilograms
• The minimum table top height should not be more than 35 cms from floor
level for easy transport of trauma patients
• Table top width to be at least 42 Cms for better comfort
• The range of metal free scannable range should be at least 160 cms.
• The vertical range (max. Ht. – min. Ht.) : Please specify
• Remote controlled UP / DOWN and FWD / BWD movement.
Pitch to be freely selectable in automatic / manual mode : 0.15 – 1.5
• specify the reproducing accuracy of the Table
7. Topogram / Scanogram
• Length and Width : Specify the range
• Scan times : specify range, and whether real time image option available
• Views : should be feasible in Frontal and Lateral orientations
• Should be possible to interrupt acquisition manually, if necessary
14
8. Spiral / Helical section
• The system offered should have spiral capability of at least 100 seconds
continuous. Real time spiral @ 10 f / s should be standard
• Range of spiral facility in axial direction should be more than 100 cms
• Reconstruction time in spiral scan should not be more than 100 mili sec.
• The system should perform tilt spiral scan as standard at any of the chosen
angle in multislice mode.
• Facility of multi-spirals, bi-directional spirals and back to back spirals :
specify if available
• There should be smart prep or equivalent facility and ability to track
contrast media, to trigger scanning should be included
• High – resolution scan package of 0.63 mm or less should be offered as
standard with this CT system
• Multi slice CT fluoroscopy, with at least 3 slice positions and
reconstruction @ 10 images / sec. may be quoted as on optional feature
9. Host Computer
• It should be offered with latest ‘multi-tasking’ processors and a menu-
driven plateform, with 64 Bit CPU and 8 GB or more RAM memory
• Two monitors independent console shall be preferred, with latest Medical
Grade Color Monitors of at least 18” – flat screen. The twin monitor
system would work on either shared or common data base
• The display matrix should be at least 1024 x 1280 or more
• The reconstruction time for an axial scan should not be more than 100 milli
seconds
• The Hard disk capacity for both image and raw data should be at least 250
GB or more
• It should have facility to store 4,00,000 images or more, of 512 matrix
• the system should be supported with ‘Archiving’ facility in DVD & CD of
600 or 700 MB capacity
• DICOM facility to send, store, print, receive, Query/Retrieve, MWM,
MPPS etc. should be standard.
• PC based connectivity should be offered as standard, for easy transfer of
images & Report
• Additional two independent work-stations (4 GB or higher RAM) with thin
client server architecture with capacity of all 2D and 3D post – processing,
cardiac recon, CT Angio, and archiving as well as DICOM print facility
should be included in scope of supply.
15
10. Image Processor
• Specify : the Operating System configuration
(Processor shall be a high speed CPU : 3.0 GHz or better and with an
independent Hard disk storage capacity of 125 GB or more)
• Image reconstruction time should be at least 20 images per second or better
for all types of acquisition modes including cone beam correction
• The system is to have standard software like 3D volume rendering, MIP,
CT Angio (Color display), virtual endoscopy, CT perfusion, prospective
ECG gated scan, Dental and bone mineral study on the main console as
well as on atleast ONE workstation.
• The following software should be offered as standard (MPR, CPR, SSD,
MIP, MinIP, ROI, VOLUME CALCULATION, CT NUMBER DISPLAY,
WW, WL, TOPOGRAM DISPLAY, CINE DISPLAY, HRCT LUNG,
DYNAMIC SCAN, QUANTITATIVE VESSEL ANALYSIS)
• Cardiac scan attachment with ECG gated segmental recon., calcium score,
plaque analysis cardiac function, flythrough in coronaries should be
available in the main console as well as in the workstation.
• Automatic display of MPR images after scan will be preferred.
• Bolus triggered Brain perfusion study (at least 3 – levels) with automatic
CBF, CBV, MTT, TTP maps, ROI placing & comparing and saving maps.
• Neuro DSA with auto bone removal software
• Lung CT : low dose protocols for lung nodule, assessment and follow-up;
Lung segmentation software for nodule detection
• Complete cardiac package with ECG gated studies (prospective and
retrospective tagging) with cardiac review & functional analysis
(ventricular motion and regional wall motion); One touch volume
rendering of the whole heart, ECG gated dose modulation; Calcium and
‘coronary angio’ reporting.
• Volume rendering technique with axial cross reference imaging alongwith
measurement tools on VR 2D & 3D images, and small volume measure
package; MIP slab viewer etc. shall be preferred
• There should be ‘state of Art’ workstations (2 in No.) with at least 4 GB or
higher RAM; CD / DVD / Archival / DICOM viewer. These should
support all the software as listed on the main console.
16
11. Contrast RESOLUTION
• Spatial resolution of system should be mentioned with parameters
• The high contrast resolution be more than 20 lp/mm in all routine scans,
including spiral and axial mode
• The low contrast resolution should not be more than 3 mm at 0.5%
• Shoulder and Pelvis streak artifact suppression software would be standard
with the system offered
• Noise suppression protocols to maintain LCR at low dose.
Cardiac CT: value of (i) Spatial (mm) and (ii) Temporal (m sec.) resolution
• Special software (like mA modulation in routine and cardiac mode) to
ensure Dose efficiency should be standard.
12. Specify : CT Dose Index
• Should have iterative reconstruction technique for X-ray dose reduction
• Low dose Paediatric CT mode should be available
• Patient’s Radiation Dose (CTDI vol.; DLP) must be displayed on the
monitor and the imaging films.
13. Software for Remote Diagnostics service over a tephone line
• System must be PACS interface ready
• Fully DICOM 3.0 compliant, including DICOM modality work list (with
automatic procedure selection) and capability from HIS – RIS interface.
14. Accessories : Essential
• Dry Chemistry Laser Imager (dpi 500 or more) of a reputed make :
Integrated with main console and workstation
• Color Laser Printer (High Resolution) for color coaded images
• Lead Glass of 120 x 80 cms dimension
• UPS with half hour ‘back-up’ to run entire CT system, Workstations and
Laser Imager (should be 160 kVA or more, as per CT system’s rating)
• Dual – Head Pressure imager of reputed make (500 syringes & Tubings to
be supplied with it)
• Multi para monitor with pulse – oximeter (for monitoring vitals) of
standard make
• Zero Lead Aprons (5 No.) with one Apron stand
• All accessories (standard & mandatory) for ‘positioning in comfort’ of a
patient (Infant old aged) for fast CT Scanning
17
15. Product Data Sheets
• All compliance to the ‘Technical Specifications’ of 128 Slice CT in this
Tender MUST be supported in form of original Data sheets / Original
certificate from the principle / manufacturer.
16. Certifications
• Offered model of 128 Slice CT should be European CE and / or US F.D.A.
approved Cpy of certificates should be submitted with the Tender
• The quoted model of 128 Slice CT ‘Must’ be AERB approved : document
of type approval should be attached
17. Warranty and comprehensive Maintainance Contrast
• To mention in details. This may be negotiated in due course.
C.T. applications proposed to be done on 128 Slice MDR CT
Sl. No. Name of CT Investigation
1- Head - (Plain)
2- Head - (Plain & Contrast) 3- Facial Structures
4- PNS / Orbits 5- Neck / Larynx
6- Temporal bone HRCT
7- Dentascan 8- Thorax (Chest)
9- Abdomen - Upper 10- Abdomen - Whole
11- Pelvic region 12- Musculoskeletal (any one limb)
13- Joint (any one)
14- Spine (one region) 15- CT Angiography
16- Virtual endoscopy 17- Perfusion Study
18- RT Planning / Neuro - navigation 19- Cardiac C. T. Scanning
20- Interventional procedures
- Diagnostic - Therapeutic
18
Annexure III
The interested parties should offer the C.T. Scan Charges based on the criterion laid below to calculate
the ‘Weighted Average Rates’
Sl. No. Name of CT Investigation Scan Charges (in Rs.) Grading
1- Head - (Plain) 20
2- Head - (Plain & Contrast) 20
3- Facial Structures 2
4- PNS / Orbits 2
5- Neck / Larynx 2
6- Temporal bone HRCT 2
7- Dentascan 2
8- Thorax (Chest) 10
9- Abdomen – Upper 5
10- Abdomen – Whole 5
11- Pelvic region 4
12- Musculoskeletal (any one limb) 2
13- Joint (any one) 2
14- Spine (one region) 2
15- CT Angiography / Triphasic Study 5
16- Virtual endoscopy 2
17- Perfusion Study 2
18- RT Planning / Neuro - navigation 2
19- Cardiac C. T. Scanning 5
20- Interventional procedures
- Diagnostic 2
- Therapeutic 2
19
Annexure III
CONTD..
C.T. Contrast Media Slabs
(in Standard I.V./Oral/PR Doses)
Range of Charges Ref. to Investigation No.
Rs. 400/- to 750/-
(2) Head
(3) Facial Structures
(4) PNS/Orbits
(5) Neck/Larynx
(8) Thorax (Chest)
(12) Musculoskeletal
Rs 750/- to 1000/-
(9) Abdomen - upper
(10) Abdomen -whole
(11) Pelvic region
Rs. 1000/- to 1250/- (15) CT Angiography/ Triphasic study
(17) Perfusion study
*Negotiable in Memorandum of Understanding (MOU) The credit of quoted/negotiated charges for CT Contrast Media shall be in the account of Second Party only.
20
Annexure IV
FORMAT OF BANK GUARANTEE FORM
1. This guarantee should be furnished by a National Bank / Scheduled Bank, authorized by RBI to issue a Bank Guarantee. 2. The bank guarantee should be furnished on stamp paper of Rs._____ 3. The stamp paper should have been purchased in the Name of the Bank executing the Guarantee. 4. In the case of foreign bidder the B.G. may be furnished by an international reputed bank acceptable to the PURCHASE countersigned by any National / Scheduled Bank in India authorized by Reserved Bank of India.
--------------------------------------------------------------------------------------------------
DATE
BANK GUARANTEE NO.: Ref.: …………………….. To Banaras Hindu University Varanasi Dear Sirs, In accordance with your ‘Invitation to Bid’ under your Tender No. ……………………………
M/s: …………………………………………………….. herein after called the LICENSEE, with
the following Directions on their Board of Directors / partners of the firm.
1. ………………………………………. 2. ……………………………………… 3. ………………………………………. 4. ……………………………………… agree for the contract.
21
As an irrevocable Bank Guarantee for an amount of Rs. ……………….. (in words and figures)
valid for ………………………. days from ……………………. is required to submitted by the
Contractor/Supplier which amount is liable to be forfeited by the purchaser in the event of 1) the
withdrawal or revision of the offer by the Bidder as a condition within the validity period. 2)
non-acceptance of the Letter of Intent / Purchase order by the bidder when issued within the
validity period. 3) failure to furnish the valid contract performance guarantee by the bidder
within one month from the receipt of the purchase order and 4) on the happening of any
contingencies mentioned in the bid document.
We, the ……………………………………….. Bank at ……………………………….. having
our Head office at ……………………. (Local address) Guarantee and undertake to pay
immediately on first demand by Banaras Hindu University at the amount of ……………………
(in figure and words) without any reservation, protest, demur and recourse. Any such demand
made by the Purchaser shall be conclusive and binding on the Bank irrespective of any dispute or
difference raised by the purchaser.
The guarantee shall be irrevocable and shall remain valid up to …………………………………
(This date should be 6 months after execution of the order). If any further extension of this
guarantee is required the same shall be extended to such required period (not exceeding one
year) on receiving instruction from M/s. ……………………………………………………. on
whose behalf this guarantee is issued.
In witness whereof the Bank, through its authorized officer has set its hand and stamp on this …………………………. day of ……………………………… at ………………………………. witness ………………………… (Signature)
WITNESS
(Signature) ……………………
Name in (Block letters)
Designation …………………..
(Staff Code No.) ………………..
(Bank’s common seal)
Official address:
Attorney as per power of Attorney No.
Date:
22
Annexure V
UNDERTAKING
We solemnly affirm that the C.T. Technicians deployed by our firm
________________
___________________________________________________ do possess the
requisite qualification of B.Sc. (CT technology / Medical radiography with 3 Years
certified experience in CT) and are competent to run the 128 Slice Multi Detector
Row – CT system and its accessories. Any consequent loss / damage to the
machine or the patient due to improper handling of the equipments will be solely
our responsibility and the Banaras Hindu University shall in now way held
responsible for it.
Sd. (Authorized Signatory of the firm) With rubber stamp
top related