+ All Categories
Home > Documents > Page 1 of 41 - dnh.nic.indnh.nic.in/Docs/31_1Dec2014/MS(VBCH),Dt.30.12.14.pdf · Page 1 of 41...

Page 1 of 41 - dnh.nic.indnh.nic.in/Docs/31_1Dec2014/MS(VBCH),Dt.30.12.14.pdf · Page 1 of 41...

Date post: 07-Oct-2018
Category:
Upload: hanga
View: 222 times
Download: 0 times
Share this document with a friend
41
Page 1 of 41 ADMINISTRATION OF DADRA & NAGAR HAVELI OFFICE OF THE MEDICAL SUPERINTENDENT SHRI VINOBA BHAVE CIVIL HOSPITAL SILVASSA – 396 230 Website : www.dnh.nprocure.com / www.dnh.nic.in / www.vbchdnh.nic.in E-mail: [email protected] Tel. No. : 0260-2642940, 2640615, 2630102 Tele-Fax : 0260-2642961 Request for Proposal For Operation of Radiology Imaging Diagnostic Centers in Dadra & Nagar Haveli Under Public Private Partnership Basis Last Date for Submission of Tenders: Tender Reference No: MS/VBCH/OP/ADV.IMG./2014-15/197/4963. Tender Fees: `.5,000/- (Non-Refundable) – not to be forwarded by Cash e-Tender ID No. 163685 .
Transcript

Page 1 of 41

ADMINISTRATION OF DADRA & NAGAR HAVELI

OFFICE OF THE MEDICAL SUPERINTENDENT SHRI VINOBA BHAVE CIVIL HOSPITAL

SILVASSA – 396 230

Website : www.dnh.nprocure.com / www.dnh.nic.in / www.vbchdnh.nic.in

E-mail: [email protected]

Tel. No. : 0260-2642940, 2640615, 2630102

Tele-Fax : 0260-2642961

Request for Proposal

For Operation of

Radiology Imaging Diagnostic Centers in Dadra & Nagar Haveli

Under Public Private Partnership Basis

Last Date for Submission of Tenders:

Tender Reference No: MS/VBCH/OP/ADV.IMG./2014-15/197/4963. Tender Fees: `.5,000/- (Non-Refundable) – not to be forwarded by Cash e-Tender ID No. 163685 .

Page 2 of 41

Contents Notice Inviting e-Tender ........................................................................... Error! Bookmark not defined.

Section 2- Background .............................................................................................................................6

Section 3 - Salient Features of the Scheme .............................................................................................7

Section 4- Instructions to Bidders ...........................................................................................................8

Tender Fee `.5,000/- (Non Refundable) : ...........................................................................................9

Section 5 - Conditions of Contract: ...................................................................................................... 10

1. Acceptance of tender: .............................................................................................................. 10

2. Payment Terms ......................................................................................................................... 11

3. Amendment Of Bidding Documents ........................................................................................ 11

4. Bid Validity ................................................................................................................................ 12

5. Evaluation and Comparison of Bids .......................................................................................... 12

6. Award Criteria........................................................................................................................... 12

7. Signing of Contract ................................................................................................................... 12

8. Corrupt or Fraudulent Practices ............................................................................................... 13

9. Termination for default: ....................................................................................................... 13

10. Penalty Clause: ..................................................................................................................... 15

11. Force Majeure ...................................................................................................................... 16

12. Termination for Insolvency .................................................................................................. 17

13. Resolution of Disputes: ........................................................................................................ 17

a. Amicable Settlement ............................................................................................................ 17

b. Resolution of Disputes.......................................................................................................... 17

14. Legal Jurisdiction .................................................................................................................. 18

Section 6 - RFP for Operation Of Radiology Imaging Diagnostics Centre in D&NH in PPP Mode. ....... 19

A. Role and Responsibilities of Shri VBCH .................................................................................... 19

B. Role and Responsibilities of Operation partners...................................................................... 19

C. Policy on user charges and free services .................................................................................. 20

Page 3 of 41

D. Monitoring Mechanisms .......................................................................................................... 20

E. Duration of services .................................................................................................................. 21

F. Eligibility criteria of applicants and selection process .............................................................. 21

A. ELIGIBILITY CRITERIA OF THE ORGANIZATION FOR SUBMISSION OF APPLICATION ................ 21

B. SELECTION PROCESS ................................................................................................................. 22

Financial Short listing Procedure .................................................................................................. 23

Section 7 - Price Bid .............................................................................................................................. 24

Annexure l - (FORMAT OF AUTHORIZATION LETTER) .......................................................................... 25

Annexure ll - Instruction to organizations regarding submission of application ................................. 26

Annexure III - Application Form for selection of the Organization as Operation Partner for Operation of Radio-Imaging Diagnostic Centre under PPP ................................................................................... 26

Annexure IV – Bid Submission Draft Letter .......................................................................................... 30

Annexure V - Draft of the covering letter to be submitted in the Letter Head of the Organization along with application and other documents ...................................................................................... 31

Annexure VI - Recruitment Rules for Radiologists, MRI Technician and CT Technician ...................... 32

Annexure VII - Format of CV ................................................................................................................. 33

Annexure VIII – Specifications of CT Scan and MRI Machine ............................................................... 34

Page 4 of 41

On Line Tender Notice No.92 of 2014-15 Administration of Dadra & Nagar Haveli, U.T.,

Office of the Medical Superintendent, Shri Vinoba Bhave Civil Hospital Tel No. 0260-2642940, 2640615 Email id: [email protected]

No. MS/VBCH/OP/ADV.IMG./2014-15/197/4963 Silvassa.

Date: 27/12/2014

e-Tender Notice

Tender for “Request proposal for Operation of Radiology Imaging Diagnostic

Centre in D&NH on PPP basis” for Shri Vinoba Bhave Civil Hospital, Dadra & Nagar Haveli, Silvassa.

Two Part e-Tenders are invited through http://dhn.nprocure.com from the reputed Dealers of Operation of Radiology Imaging Diagnostic Centre in D&NH under PPP.

Sr. No.

Particulars Tender Fees

(Non-Refundable)

e-Tender ID No.

1

Request for proposal for Operation of Radiology Imaging Diagnostic Centre in D&NH on PPP mode for Shri Vinoba Bhave Civil Hospital, Silvassa.

`.5,000/- 163685

Bid document downloading Start Date : 27.12.2014

Bid document downloading End Date : 16.01.2015, 12:00 Hrs. Last Date & Time for receipt of Bid : 16.01.2015, 14.00 Hrs. Preliminary Stage Bid Opening Date : 16.01.2015, 15.00 Hrs.

Technical Stage Bid Opening Date : 16.01.2015, 15.30 Hrs. Commercial Stage Bid Opening Date : 17.01.2015, 11.00 Hrs.

Bidders have to submit price bid in Electronic format only on https://dnh.nprocure.com website till the last date and time for submission. Technical Bid and Price Bid in Physical format shall not be accepted in any case.

Bid submission should be done along with tender Fees in original by R.P.A.D./Speed Post

or to be deposited in the tender box kept in the office of the undersigned. However, Tender Inviting Authority shall not be responsible for any postal delay.

Page 5 of 41

1. Tender Fees should not be forwarded by cash.

2. The Tender fees will be accepted only in form of DD/A/c payee Cheque of any Nationalized or Scheduled Bank of India payable in Silvassa. Details of Tender are also posted on the website www.dnh.nic.in,

www.vbch.dnh.nic.in and www.nprocure.com for any clarifications or further details, correspondence can be made on email id: [email protected], Phone No. (0260) -2642940, 2640615 & 2630102.

The tender inviting authority reserves the right to accept or reject any or all the tender to be received without assigning any reasons thereof.

In case bidder needs any clarification of if training required for participating in online tender, they can contact the following office. “(n) Code Solution –A Division, GNFC Ltd.” 403, GNFC info Tower, Bodakdev, Ahmedabad – 380 054, Gujarat (India) E-mail : nprocure@gnfc, Net Fax :+97 7926857321, Website : www.nprocure.com.

Sd/-

Medical Superintendent Shri Vinoba Bhave Civil Hospital

U.T. of Dadra & Nagar Haveli Silvassa – 396 230

Copy to :-

1) PS to Hon’ble Administrator, Dadra & Nagar Haveli, Silvassa for information. 2) P/A to Secretary (Health), Dadra & Nagar Haveli, Silvassa for information. 3) All Heads of Office, Dadra & Nagar Haveli, Silvassa for information & n.a. 4) CPO, Dadra & Nagar Haveli, Silvassa for wide publicity in Newspaper. 5) IT, Dadra & Nagar Haveli, Silvassa with a request to publish in Website. 6) Website In-charge Shri VBCH, Silvassa to publish on VBCH website. 7) Accounts Section, Shri VBCH, Silvassa for information. 8) Central Medical Store, Shri VBCH, Silvassa for Information. 9) P&T Division, Shri VBCH, Silvassa for Information.

Page 6 of 41

Section 2- Background

Shri Vinoba Bhave Civil Hospital has identified several important needs and taken initiatives to strengthen the medical care services for greater benefit of the people in the UT. Access to advance and state of the art diagnostic facility at affordable cost is one such important initiative that Shri VBCH has planned to undertake for the benefit of the population at large. The purpose of these schemes under PPP is to use strengths and resources of both the partners to provide high-end diagnostic services at affordable cost.

In order to introduce proper and timely treatment protocols for the benefit of both the Doctors and Patients, Shri VBCH has now felt the need to augment the investigation facilities at the level of Secondary and Tertiary care. Accordingly, it has been decided by Shri VBCH to install the following State of the art Diagnostic Facilities

· CT Scan · MRI Scan

Shri VBCH has also felt the need to bring in operational efficiencies by engaging suitable Organizations as Operation Partners and utilizing their strengths for Operation of these services under PPP

Salient features of the scheme and other relevant information for operation of services are provided in the following sections

Page 7 of 41

Section 3 - Salient Features of the Scheme

a. Organization/s selected based on eligibility and selection criteria as described under Section 5 will be engaged as Operation partner/s under PPP for operation of these services under a legal instrument incorporating therein all the terms and conditions signed by the Medical Superintendent of Shri Vinoba Bhave Civil Hospital.

b. The selected organizations will be responsible for the operation of the above mentioned services under the agreement for a period of five years renewable thereafter based on comprehensive performance appraisal and on mutual consent of both the partners. Regular review of performance will be undertaken on quarterly basis. The said agreement will also incorporate the clauses for termination of the agreement.

c. As per terms of the agreement, Shri VBCH shall provide ready-to-use space and equipment (CT Scan and MRI); Operation of diagnostic services will have to be done by the selected Operation partner. Water supply, Electricity and Generator Backup will also be provided free of cost.

d. The Operation partners will quote their best prices for the running of Diagnostic Center (as per Section 6 Price Bid mentioned in this RFP). The Selection criteria have been described briefly in the Price Bid and the lowest quote offered by the applicants will be the final basis of selection of technically qualified organizations.

e. RKS of Shri VBCH will charge, collect and retain user charges from patients for the cost of specific services. RKS will also extend the services to patients referred from private practitioners/private hospitals and RKS will charge, collect and retain user charges. However, it is to be noted that patients of the Shri VBCH & other Government hospitals will get priority for use of these facilities. Policy on free services shall be decided by the RKS.

f. Annual Maintenance Contract of both the equipments shall be done by RKS as the user charges are being collected by RKS. Hence the AMC/CMC decision and implementation will be sole discretion of RKS.

g. An Organization applying for Operation partner under PPP will mandatorily run both the services i.e. CT Scan & MRI if they meet the eligibility criteria

Page 8 of 41

Section 4- Instructions to Bidders

1) All Tender Documents can be downloaded free from the website https://dnh.nprocure.com

2) All bids should be submitted online on the website https://dnh.nprocure.com

3) All bids should be digitally signed for details regarding digital signature certificate and related training involved the below mentioned address should be contacted

(n) Code Solutions A Division of GNFC 301, GNFC Infotower, Bodakdev, Ahmedabad- 380 054 Tel: +91 79 26857316/17/18 Fax: +91 79 26857321 www.ncodesolutions.com

4) The user can get a copy of instructions to online participation from the website https://dnh.nprocure.com

5) The suppliers should register on the website through the “New Supplier” link provided at the home page, the registration on the site should not be taken as registration or empanelment or any other form of registration with the tendering authority.

6) The application for training and issue of digital signature certificates should be made at least 72 hours in advance to the due date and time of tender submission.

7) For all queries regarding issue of digital signature certificate and any other technical query should be addressed to personnel in M/s (n) Code Solutions.

8) For all queries regarding tender specifications and any other clauses included in the tender document should be addressed to personnel in tendering office address provided below: Medical Superintendent Shri Vinoba Bhave Civil Hospital Dadra & Nagar Haveli Silvassa-396 230, Tel: 0260-2642940, Fax: 0260-2642961, e-mail ID No. [email protected]

Page 9 of 41

The Tenders shall be submitted in two-bid system, wherein the Technical bid and Commercial Bid is to be filled online on https://dnh.nprocure.com and Tender Fee has to be submitted in Tender Box along with a covering letter. The envelope should be super scribing as “Sealed Cover of Bid- Request proposal for Operation of Radiology Imaging Diagnostic Centre in D&NH on PPP basis for Shri Vinoba Bhave Civil Hospital”. The Tender Fees should only be enclosed in the Sealed Cover.

Tender Fee `.5,000/- (Non Refundable) : a. The Tender Fees should not be forwarded by cash. b. The Tender Fees as specified in schedule otherwise tender will be rejected.

The tender fees will be accepted only in form of DD/A/c payee Cheque in favor of Medical Superintendent, Shri Vinoba Bhave Civil Hospital, Silvassa from any Nationalized or Scheduled Bank of India payable in Silvassa.

c. All tenders must be accompanied by Tender fees as specified in schedule otherwise tender will be rejected.

Page 10 of 41

Section 5 - Conditions of Contract:

1. Acceptance of tender: a. The tender is liable for rejection due to any of the reasons mentioned below:

i. Non-Submission of tender within stipulated time online ii. Submission of tender physically in the Office but not submitted online

on https://dnh.nprocure.com iii. Tender is unsigned or not initialed on each page or with

unauthenticated corrections. iv. Non-payment of Earnest Money Deposit (if not exempted) v. Non-Submission of required documents as mentioned in schedule vi. Conditional/vague offers vii. Unsatisfactory past performance of the tenderer. viii. Submission of misleading/contradictory/false statement or

information and fabricated/ invalid documents. ix. Tenders not filled up properly

b. Any discount which the bidder wants to give has to be considered and total final bid amount has to be mentioned clearly in the price bid form on https://dnh.nprocure.com

c. Discount offered after price bid opening will not be considered. d. The consolidated rates entered in the online website will be taken in to

account for preparing price statements. However the tender which is found technically acceptable as well as lowest in terms of evaluated rates only be considered for placing the order.

e. The Medical Superintendent may seek any clarifications/explanation/documentary evidence related to offer at any stage from tenderers if required.

f. All/Taxes/Duties/Royalties Charges payable on the sales/transport etc. within and/or outside the state shall be payable by the supplier.

g. The decision of the Tender Inviting Officer for acceptance/rejection of any articles supplied including the decision for equivalent specifications, standard and quality etc. of articles shall be final.

h. The right to accept or reject without assigning any reasons or all tenders in part or whole is reserved with the Tender Inviting Officer and his decision(s) on all matters relating to acceptance or rejection of the tenders as a whole or in part will be final and binding to all.

i. An agreement will be required to be signed by the successful tender(s) for the purpose of this contract.

Page 11 of 41

2. Payment Terms a. The monthly payment due to the vendor will be linked to the score obtained

as per the criteria mentioned in the Service level parameter. 100 % payment will be released up to the score of 70 for a month. If the score of a quarter is below 70 (other than for reasons mentioned in Section 8 – Causes for Termination of agreement), measures will be jointly worked out by UT Administration and the Operation Partner for achieving the score of more than 70 in subsequent quarters. If the score of a month is below 80 the percentage of payment will be on pro rata basis.

b. 100 % payment shall be made on achievement of a score of 70; provided the staff deployed had 100% attendance in that month. If in case the staff has to go on leave the Operation partners shall ensure to deploy a substitute in that period else deductions in payment in the salary of that staff for that period.

c. All bills should be in TRIPLICATE and should invariably mention the number and period.

d. All bills for amount above `.5000/- should be pre-receipted on a Revenue Stamp of proper value. Bills for amount exceeding `.5000/- not pre-receipted on Revenue Stamp of proper value will not be accepted for payment.

e. Each bill in which Sales Tax is charged must contain the following certificates on the body of the bill: “CERTIFIED” that the goods on which Sales Tax has been charged have not been exempted under the Central Sale Tax Act or the Rules made there under and the amount charged on account of Sales Tax on these goods is not more than what is payable under the provisions of relevant Act or Rules made there under”.

f. The rates should be quoted only for the mentioned scope of work.

3. Amendment Of Bidding Documents At any time prior to the deadline for submission of bids, the client may, for any reasons, whether on its own initiative or in response to the clarifications request by a prospective bidder, change its bid. In order to allow prospective bidders reasonable time to take into consideration the amendments while preparing their bids, the client, at its discretion, may extend the deadline for the submission of bids.

Page 12 of 41

4. Bid Validity The bids shall be valid for at least 365 days from the date of bid opening. A bid valid for a shorter time period shall be rejected by the department as being non responsive. In exceptional circumstances the client may solicit the bidder’s consent for extending the period of validity of the bid. The request and the responses thereto shall be made in writing. The bid security period shall also be suitably. A Bidder may refuse the request without forfeiting its earnest money deposit. A Bidder granting the request will not be permitted to modify its bid.

5. Evaluation and Comparison of Bids In the first stage all the bids will be evaluated against the eligibility criteria mentioned in this document. The failure of a bidder to comply with any of the criteria specified leads to its automatic disqualification.

As part of the technical bid evaluation the department will evaluate the technical solution proposed, previous experience of providing such services in India and abroad, client testimonials etc. the scoring criteria have been provided later in this document.

Financials bids of only those bidders who qualify on the basis of evaluation of technical bids will be opened. The evaluation is based on QCBS System which has been detailed in this tender document.

6. Award Criteria The department will award the contract to the successful bidder decided as per the evaluation procedure mentioned.

If the lowest evaluated bidder fails to sign the contract or fails to submit the performance security within the stipulated time or fails in any other obligations mentioned herein, the department may forfeit the earnest money deposit of the lowest bidder and may award the work to the bidder with the next lowest bid.

7. Signing of Contract The contract form will be sent along with the notification from the department to the successful bidder, incorporating all the agreements between two parties.

Within 15 days of receipt of the contract form, the successful bidder shall sign and date the contract and return it to department. Initially the contract will be signed for five years and based on performance the same can be extended annually by the department.

Page 13 of 41

8. Corrupt or Fraudulent Practices The department requires that the bidders for this tender observe the highest standards of ethics during the processing and execution of such contrasts. In pursuance of this policy, the department defines for the purpose of this provision, the terms set forth as follows:

a. “Corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of the public official in the tender process or in contrast execution; and

b. “Fraudulent Practice” means a misrepresentation of facts in order to influence a tender process or a execution of a contract to the detriment of client, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non competitive levels and to deprive client of the benefits of the free and open competition.

c. The department shall reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices. The client may also consider blacklisting and/or debarring the bidder from further participation in any tender process of the Administration of Dadra & Nagar Haveli

d. The Department shall declare a bidder ineligible and black list it, either indefinitely or for a stated period of time, from being awarded any contract if at any time the department determines that the bidder has engaged in corrupt and fraudulent practices in competing for, or in executing a contract.

e. Vendor is not supposed to refer/divert any call to any particular private medical practitioner, laboratories, hospitals etc.

9. Termination for default: a. The client may without prejudice to any other remedy for breach of contract, by

written notice of default sent to the service provider, terminate the contract in whole or part:

i. if the service provider fails to deliver any or all of the services within the period(s) specified in the contract.

ii. if the service provider in the judgment of the client has engaged in corrupt or fraudulent practices in competing for or in executing the contract.

For the purpose of this clause: “Corrupt Practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the tender process or in contract execution.

Page 14 of 41

“Fraudulent Practice” means a misrepresentation of facts in order to influence a tender process or a execution of a contract to the detriment of client, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non competitive levels and to deprive client of the benefits of the free and open competition.

i. If the service provider fails to conform to the quality requirements laid down/third party inspection/consultants opinion.

ii. If there is breach in service levels for two consecutive quarters. The breach levels have been identified later in this document.

b. In the event that the client terminates the contract, the client may go for another service provider, upon such terms and in such manner as it deems appropriate. In such a condition, the service provider shall be liable to the client for any excess costs for such similar services.

c. Any of the following events shall constitute an event of default by the Operation partners entitling Shri VBCH to terminate this agreement:

a. Failure to commence services in the Hospital within three months of signing the agreement

b. Failure to comply with SOPs for operation and management of the services

c. Collecting charges from the patients in violation of the Policy on User Charges

d. Error detected in more than two occasions in six months in recording the correct entry of the number of patients referred from the concerned hospital as well as by the private practitioners/private hospitals in each month.

e. Failure to comply with the statutory requirements, Clinical Establishment Acts, Radiation Policy as prescribed by AERB and other statutory bodies, Rules and other applicable norms of GOI.

f. Criminal indictment of the promoters, member/s of the Board of Directors, chief functionaries, key personnel engaged by the Operation partner for operation and management of the services.

g. Engagement of unqualified persons for running of the Services

h. Use of the allocated space by the Operation partners for any other purpose other than the approved scheme.

i. Failure to submit monthly report as per terms of the agreement.

Page 15 of 41

j. Mishandling of the Imaging Equipments provided by UT Administration.

Upon occurrence of any of the defaults, Shri VBCH would follow the procedures of issuing Notice/Show Cause before deciding on termination of the agreement. The decision of Shri VBCH shall be final and binding on the Operation Partner.

10. Penalty Clause: a. In case the vendor fails to provide required quality of service for the operation of

imaging, penalty calculated as mentioned below, will be imposed on the service provider.

Service Level Parameter

Service Levels

Expected (20 points)

Manageable (10 points)

Breach (0 points)

No of Patient per day a. CT Scan 10 8 5 b. MRI 6 4 2

Turn Around time (TAT) CT Scan (however critical results to be reported to concerned specialist verbally)

Same day Next Day Morning Two days

MRI (however critical results to be reported to concerned specialist verbally)

Same day Next Day Morning Two days

b. The monthly payment due to the vendor will be linked to the score obtained as

per the criteria mentioned in the Service level parameter. 100 % payment will be released up to the score of 70 for a month. If the score of a quarter is below 70 (other than for reasons mentioned in Section 8 – Causes for Termination of agreement), measures will be jointly worked out by UT Administration and the Operation Partner for achieving the score of more than 70 in subsequent quarters. If the score of a month is below 80 the percentage of payment will be on pro rata basis.

c. 100 % payment shall be made on achievement of a score of 70; provided the staff deployed had 100% attendance in that month. If in case the staff has to go on leave the Operation partners shall ensure to deploy a substitute in that period else deductions in payment in the salary of that staff for that period.

Page 16 of 41

d. The successful bidder will be provided a relief period of three months from the

date of start of the operation during which time, the penalty mentioned herein will not be applicable. At the end of the first quarter of operations, the exact penalty will be decided based on the service level parameters. If the service provider fails to meet this criterion then payment will be made on pro rata basis for that quarter.

e. In case the score for two consecutive quarters is 70 or less the client will reserve the right to terminate the contract and seek an alternate service provider.

f. The Service provider shall maintain full confidentiality of the data. Under no circumstances will the service provider divulge/reveal/share such data for the purpose other than for meeting the client’s requirement. Any violation of this confidentiality clause may result in instant termination of the contract and the service provider shall pay liquidated damages of Rs. 1.00 Lakh (Rupees One Lakh) to the client and the client shall reserve the right to blacklist the service provider for any future contracts. The decision of the client shall be final in this regard and binding on the service provider.

11. Force Majeure

a. Notwithstanding the provisions of Termination for default and penalty clauses, the service provider shall not be liable for forfeiture of its performance security, penalty or termination for default, if and to the extent that, it’s delay in performance or other failure to perform its obligations under the contract is the result of an event of Force majeure.

b. Force Majeure shall mean and be limited to the following:

· War/Hostilities

· Restrictions imposed by the Government or other statutory bodies which prevents or delays the execution of the order by the service provider.

c. The service provider shall advise the client by a registered letter duly certified by the local statutory authorities, the beginning and end of the above clauses of delay within seven days of the occurrence and cessation of such force majeure conditions. In the event of the delay lasting for over two months, if arising out of causes of force majeure, the client reserves the right to cancel the order.

Page 17 of 41

d. The completion period may be extended in circumstances relating to force majeure by the client. The bidder shall not claim any further extension for the completion of work. The client shall not be liable to pay extra costs under any circumstances.

12. Termination for Insolvency The client may at any time terminate the contract by giving written notice to the service provider, if the service provider becomes bankrupt or otherwise insolvent. In this event, termination will be without compensation to the service provider, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the client.

13. Resolution of Disputes: If any dispute arises between parties then there would be two ways for resolution of the dispute under the Contract.

a. Amicable Settlement Performance of the contract is governed by the terms the conditions of the contract, however at times dispute may arise about any interpretation of any term or condition of contract including the scope of work, the clauses of payments etc. in such a situation either party of the contract may send a written notice of dispute to the other party. The party receiving the notice of dispute will consider the notice and respond to it in writing within 30 days after receipt. If that party fails to respond within 30 days, or the dispute cannot be amicably settled within 60 days following the response of that party, then clause 15 of the Conditions of Contract shall become applicable.

b. Resolution of Disputes In the case dispute arising between the parties in the contract, which has not been settled amicably, any party can refer the dispute for Arbitration under (Indian) Arbitration and Conciliation Act 1996. Such disputes shall be referred to Arbitral Tribunal as prescribed by Ministry of Law, Government of India. The Indian Arbitration and Conciliation Act 1996 and any statutory modification or reenactment thereof shall apply to these statutory proceedings. Arbitration proceedings will be held at Dadra & Nagar Haveli and the language of Arbitration proceeding and that of all documents and communications between parties shall be in English. The decision of the majority of arbitrators shall be final and binding upon both the parties. All arbitration awards shall be in writing and shall state the reasons for the award.

Page 18 of 41

The expenses of the arbitration as determined by the arbitrators shall be shared equally between the two parties. However the expenses incurred by each party in connection with the preparation, presentation shall be borne by the party itself.

14. Legal Jurisdiction All legal disputes between the parties shall be subject to the jurisdiction of the courts situated in Dadra & Nagar Haveli only.

Sd/-

Medical Superintendent Shri Vinoba Bhave Civil Hospital

U.T. of Dadra & Nagar Haveli Silvassa – 396 230

The above terms and conditions are accepted and are binding to me/us. Place: Signature of tenderer Dated: Name of tenderer with seal of the firm

Page 19 of 41

Section 6 - RFP for Operation Of Radiology Imaging Diagnostics Centre in D&NH in PPP Mode.

A. Role and Responsibilities of Shri VBCH

· The required ready to use space as per applicable norms for each of the services along with CT Scan and MRI machine (specifications may be seen on Annexure VIII) and supply of water and electricity with generator backup will be provided free of cost by the Shri VBCH to the Operation partners for running of these services

· Shri VBCH shall provide Security and Housekeeping services. For any medical emergencies while attending a patient, Shri VBCH shall provide its qualified and trained medical personnel to handle such emergencies.

· Shri VBCH shall incorporate the Standard Operating Procedures (SOPs) for each of the services to be followed by the concerned Operation partner. In case, the Operation partner has their own laid down SOP, they can follow only after approval of Medical Superintendent, Shri VBCH.

B. Role and Responsibilities of Operation partners · Prescribed service standards will be followed by the Operation partners in

accordance with the SOPs given by the Quality Assurance Department, Shri Vinoba Bhave Civil Hospital

· The Operation partners will comply with all statutory requirements as applicable under The Clinical Establishment Act as amended up to date hereafter and Radiation Safety Act as amended up to date hereafter and other applicable Acts and Laws.

· Engagement of required medical, technical and other personnel for operation of the services will be ensured by the Operation partners in accordance with the relevant Clinical Establishment Acts and Norms, MCI guidelines and other relevant rules where applicable.

· All the operational cost relating to cost of deployment of the personnel will be borne by the Operation partners and would be reimbursed as actual. The Operation partners has to deploy minimum following staff whose Recruitment rules are mentioned in the Annexure VI

Personnel to be deployed by OP No. Senior Radiologist 1 Junior Radiologist 1

Page 20 of 41

Personnel to be deployed by OP No. CT Technician 2 MRI Technician 2 Any Other (if Operation partner feels so) Any Other (if Operation partner feels so)

· The Operation partners will ensure that the entire system operated by them are accessible for teaching and training purposes for undergraduates and postgraduates students at any point of time at pre-designed schedule.

· The Operation partners will ensure that the services would be operational for the duration of time as prescribed under Service levels.

C. Policy on user charges and free services The policy of User charges/ free charges shall be sole decision of Rogi Kalyan Samiti of Shri VBCH. The operation partner would not have any role.

D. Monitoring Mechanisms a) The Medical Superintendent, Shri Vinoba Bhave Civil Hospital shall monitor the day to- day operational activities of the services undertaken by the Operation partner. b) Performance review will be undertaken on quarterly basis by the following committee:

An Executive Council under the Chairmanship of Collector, DNH/ Chairperson (RKS) will consist of:

· Collector, DNH – Chairman · Director Medical & Health Services, DNH · Medical Superintendent, Shri VBCH, Silvassa - Convener · Joint Secretary (Finance) DNH · Head of Operation Partners · Two nominees of Operation Partners · Radio-Imaging Incharge of Shri VBCH

The Executive Council will meet once in three months.

c) Appropriate soft ware packages will be installed by Shri Vinoba Bhave Civil Hospital to disseminate information through LAN connectivity on daily basis on multiple parameters on operation, management and performance of the center under PPP and includes details of free services. All kinds of transactions have to be done by the Operation partners using that software only.

Page 21 of 41

d) The Operation Partner has to meet the service level parameters as targeted below and submit a monthly report of the same to the Medical Superintendent, Shri Vinoba Bhave Civil Hospital.

Service level parameter* Service Levels

Expected (15 Points)

Manageable (10 Points)

Breach (0 Points)

No of Patient per day c. CT Scan 10 8 5 d. MRI 6 4 2

Turn Around Time (TAT)

CT Scan (however critical results to be reported to concerned specialist verbally)

Same day Next Day Morning

Two days

MRI (however critical results to be reported to concerned specialist verbally)

Same day Next Day Morning

Two days

a. Critical results are to be reported to concerned specialist verbally. b. For Critical result reporting the Radiologists can avail the Tele-radiology

facility for cross confirmation on reporting.

E. Duration of services The Operation partner will ensure that the services would be provided round the clock throughout the year for at least 95% of the time with maximum of 5% time to be spared for maintenance activities of the equipment. The services should not be interrupted for more than four days in a quarter.

F. Eligibility criteria of applicants and selection process

A. ELIGIBILITY CRITERIA OF THE ORGANIZATION FOR SUBMISSION OF APPLICATION

The eligibility criteria for application of intending organizations/individuals for consideration of selection of the Organization for operation of the services under PPP are provided as under:

· The Organization (Limited Company/Private Limited Company / Partnership or Proprietary Firm / NGO / Trust) must be registered under appropriate statutory authority of Government of India or under Companies Act

Page 22 of 41

· The Organization may be located anywhere in India but has experience in running Radiology Centers activities for more than one year.

· The Organization has been operating and managing a Diagnostic and Investigation Centre for last one year and above and having investigation facilities for CT scan or MRI scan services at present (the applicant must be operating the relevant investigation facilities for which application will be submitted).

· No litigation is pending on date and no penal measures were taken against the applicant under applicable Acts and laws

Applicant failing to fulfill any of the above-mentioned Eligibility Criteria will not be considered for selection. However, the Selection Committee may relax one or more of the eligibility criteria in case of deserving applicants

B. SELECTION PROCESS 1. The Applicants would be evaluated based on marks scored by the applicants on each of the eligibility criteria mentioned above. Physical inspection at the facilities of the applicants with prior intimation may be undertaken by the department for gathering information relating to short listing of applicants for further processing for selection. Selection Process would be made on QCBS System

Criteria Marks

The Bidder has experience of running the Diagnostic Center (Imaging Center) for last one year

a. > 06 months = 10 marks b. > 01 years = 20 marks

The Bidder is having experience of investigation facilities for CT scan / MRI scan

a. Having at least one investigation facilities = 10 marks b. Having both investigation facilities = 20 marks

Experience of Personnel to be deployed in Shri VBCH center

a. Senior Radiologist a. > 05 year = 10 marks b. > 07 years = 20 marks

b. Junior Radiologist a. > 01 year = 10 marks b. > 02 years = 20 marks

c. MRI Technician a. > 03 year = 5 marks b. > 05 years = 10 marks

d. CT Technician a. > 03 year = 5 marks b. > 05 years = 10 marks

Page 23 of 41

The maximum possible marks, which may be scored by an applicant, are 100. Minimum qualifying marks are 60 out of 100 (i.e. 60 % of the total possible marks). The Organizations scoring 60 and above would be short-listed for next round for selection

2. After short-listing of applicants as mentioned above, final selection of the Organization from the short-listed applicants would be made on following basis

Selection process would involve only those bidders who have scored marks above 60 in the Technical Short-listing.

Financial Short listing Procedure 1. The Lowest Price offered in the Purchase Proposal would be given 100 score and the rest

will be given marks inversely proportional.

2. Financial short-listing of applicants based on marks scored by the applicants on each of the criteria as under. Detailed Clarification about the rates quoted with prior intimation may be asked by SC or members authorized by SC for gathering information relating to short listing of applicants for further processing for selection.

(Please note that the financial BID will be opened only for short-listed applicants as mentioned above. Please refer Instructions provided under Annexure I regarding submission of application and financial BID)

3. The SC can call for any further clarifications or information or documents at any point of time. The applicant may also be called for explaining or clarifying issues, if there be any.

4. The Operation Partner has to enclose the CV of the Radiologists, MRI Technician and CT Technician proposed to be posted in Shri VBCH Center as per format given in Annexure – 8. The Successful tenderer has to submit the attested qualification certificates of all the employed staff posted in the Imaging Center regularly, else it will be considered as breach.

5. Decision of the SC on selection of the Organization is final.

*The formula for this will be, F – 100 x (Amount of Operation quoted by the lowest bidder/Amount of Operation quoted by the bidder under evaluation)

6. The Final Selection will be the highest scorer combining the technical and financial evaluation.

Page 24 of 41

Section 7 - Price Bid

The UT Administration agrees to pay the following to the selected bidder.

Item Price Rs /

Month Price for 12 months (Rs)

Management Fee* Service Charge

Total

i. The annual escalation would be @ __________% as compared to the immediately

preceding year effective from completion of 12 months from the date of launch of imaging service.

The prices are inclusive of all duties, Service Tax, VAT, WCT etc. The bidder has to detail all the applicable taxes that are levied as per the Government rules.

* Breakup of Emoluments of Personnel deployed: Deductions shall be made as per this

breakup if any staff is absent for that period.

Personnel to be deployed by OP Emoluments/Month /per person

Senior Radiologist Junior Radiologist CT Technician MRI Technician

Page 25 of 41

Annexure l - (FORMAT OF AUTHORIZATION LETTER) (To be on company’s letterhead)

I / We hereby declare that....

1. Mr/s. ____________________________________________________________ is our authorized Staff for our Services in India from date and he/she is authorized to quote and follow up on our behalf and the said agreement is valid in force as on date;

2. I/We undertake to render the services for which the quotations of following service are submitted by Mr/s.__________________________________________on our behalf in respect of Tender Enquiry # :___________________________

3. I / We have read all the terms and conditions of the tender enquiry and the same are irrevocably binding upon us till the expiry of the contract signed & executed on our behalf;

4. I/We shall notify the Medical Superintendent, Shree Vinoba Bhave Civil Hospital, Silvassa. immediately if there is any change in the agreement between Mr/s. _____________________________and me/us regarding any discrepancy arised in the terms agreed upon with the above authorized staff and further undertake to render the service quoted by the Authorized staff on my / our behalf at the quoted in the tender enquiry in case of such a change of agreement.

5. This authority is applicable only for Tender Enquiry of Shri Vinoba Bhave Civil Hospital, Silvassa. Annual E Tender for Year 2014-15 due on ______________.

Date:-

Signature of Authorized Signatory

Page 26 of 41

Annexure ll - Instruction to organizations regarding submission of application

1) Please read the Tender Document carefully before submission of the application.

2) An Organization has to submit the application for running both the investigation facilities. Applications received for any single diagnostic facility will not be accepted.

3) The application is to be submitted in the prescribed format containing general and technical information along with copy of documents to be submitted. This application is to be submitted online on www.nprocure.com by ______________________ ’’. Physical submission of bids will not be accepted.

4) Format for the Price Bid offered by the applicant for operation of each of the services under PPP along with an offer letter is given in Section 7. This document is to be submitted online on www.nprocure.com by ____________”. Physical submission of bids will not be accepted.

5) The Tender Fees should be put in one envelope super scribed: ‘Application for operation of Radio-Imaging Diagnostic Centre services under PPP’ 6). The Sealed Cover containing Tender fee is to be submitted in the following address:

Medical Superintendent Shri Vinoba Bhave Civil Hospital Dadra & Nagar Haveli, Silvassa- 396230, Tele-Fax: 0260-2642961 7) The last date for submission of application is _________________. Applications received after _________________________will not be opened / accepted. 8) If any of the documents as asked for are not submitted along with the application, the application form submitted by the applicant may be rejected.

9) Interested Organizations desiring to undertake physical inspection of the Hospital before submission of the Bid as well as for any clarification, if required, relating to filling of Tender Document may contact over Phone – 0260-2642961

10) Key Dates :

Bid document downloading Start Date : 27.12.2014 Bid document downloading End Date : 16.01.2015, 12:00 Hrs. Last Date & Time for receipt of Bid : 16.01.2015, 14.00 Hrs. Preliminary Stage Bid Opening Date : 16.01.2015, 15.00 Hrs.

Technical Stage Bid Opening Date : 16.01.2015, 15.30 Hrs. Commercial Stage Bid Opening Date : 17.01.2015, 11.00 Hrs.

Page 27 of 41

Annexure III - Application Form for selection of the Organization as Operation Partner for Operation of Radio-

Imaging Diagnostic Centre under PPP (Pl refer to Instructions provided under Annexure 1 before filling up the Application Form)

A. Name of the services for which application has been submitted

(Please Tick):

� CT Scan facilities

� MRI Scan Units

1. Name of the Organization:

2. Status of the Organization: Limited Co./Private Limited Co./ Partnership Firm/Proprietorship Firm /NGO /Trust/Others (specify):

3. Nature of Business/Activities of the Applicant:

a.

b.

c.

d.

4. Complete address:

5. Phone & Fax number:

6. E-Mail ID:

7. Web site (if any):

8. Registration details of the Organization: (Registered under Company’s act/ Society act etc.)

9. Number of years of experience in Health Care:

10. Name and Address of the Diagnostic center:

(If the name/address is different than that of the Organization as stated under 1 above)

11. Year of Incorporation of the Diagnostic Centre:

12. Services/Facilities provided in-house (Please Tick)

Page 28 of 41

� CT Scan facilities: Yes/No

� MRI Scan Units : Yes/No

� Digital X-Ray (CR/DR) : Yes/No

13. Annual turn over of the Organization for the last two financial years

14. Number of patients

Services 2010 2011 2012 2013 Remarks if any CT Scan MRI Scan e. Existing Man Power for CT Scan / MRI Scan

Personnel Numbers Remarks if any Medical Personnel a. Radiologist b. Other Medical Personnel

a. b.

Para Medical & Technicians Other Staff Total

f. Is the Organization at present engaged in operation of CT Scan or MRI Scan under PPP with any Government of India: Yes/No

If yes, please specify service provided under PPP: CT Scan / MRI Scan

Please inform the name of hospital where the services are provided under PPP:

Please provide information on total number of patients for whom investigations were done in the last six months:

g. Deployment of Personnel for undertaking CT Scan & MRI Scan services if the applicant is selected for operation of the specific service under PPP

Personnel Numbers Remarks, if any Medical Personnel a. Radiologist b. Other Medical Personnel

a. b.

Para Medical & Technicians Other Staff Total

Page 29 of 41

16. Declaration: This is to confirm that no litigation is pending on date and no penal measures were taken against us under applicable Acts and laws

17. List of documents submitted with the application (please tick)

· Copy of Registration Details of the Organization

· Memorandum & Article of Association (if applicable)

· Copy of the partnership deed if it is a partnership firm

· Copy of Balance Sheet for the last two financial years

· Copy of Experience in running Radiology Center activities for more than three years

Signature:

Name in full:

Designation:

Date:

Page 30 of 41

Annexure IV – Bid Submission Draft Letter Date:

To:

Medical Superintendent Shri Vinoba Bhave Civil Hospital Dadra & Nagar Haveli Silvassa – 396 230 Sub: Submission of Bid for Operation of Radio Imaging Diagnostic Services under PPP Mode. Dear Sir,

With reference to your advertisement dated ________ for selection of Operation partner for operation of Radio-Imaging Diagnostic Services under PPP, given on Price Bid are the details relating to our offer for operation of the Diagnostic Services in your esteemed Hospital.

We the undersigned accept to undertake operation of the service in the Hospital under PPP. Our Financial Proposal shall be binding upon us up to expiration of the validity period of the proposal, i.e. 365 calendar days from the last date of submission of this proposal.

We hereby declare that all the information and statements made in this proposal are true and accept that any misinterpretation contained in it would lead to our disqualification.

We undertake, if our proposal is accepted, the Operation would start not later than 3

months from the date of signing of agreement. We understand you are not bound to accept any proposal you receive.

Signature of the applicant:

Name in full & designation:

Date:

Page 31 of 41

Annexure V - Draft of the covering letter to be submitted in the Letter Head of the Organization along with application

and other documents Date:

To:

Medical Superintendent Shri Vinoba Bhave Civil Hospital Dadra & Nagar Haveli Silvassa – 396 230

Subject: Application and BID in response to your Advertisement dated. -----------

Dear Sir,

With reference to your advertisement dated ________ for selection of Operation partner for operation of Radio-Imaging Diagnostic Services under PPP, we wish to submit our Application for your consideration.

As required, we have uploaded the following documents on www.nprocure.com along with this letter:

1. Pre-Qualification & Technical Bid: Application Form duly filled in and copy of documents as per the Tender Document duly filled in.

2. Financial Bid:

Yours faithfully,

Signature with rubber stamp

(Name and Designation of the signatory)

Encl: as state

Page 32 of 41

Annexure VI - Recruitment Rules for Radiologists, MRI Technician and CT Technician

S.N Name of Post Classification Recruitment Rules Age Limit 1 Radiologist Group A 1. A recognized Medical

Qualification included in the first or second schedule (other than licentiate qualifications) to the Indian Medical Council Act 1956. Holders of the qualifications included in the part II of the Third Schedule should also fulfill the conditions stipulated in Section 13(3) on the Indian Medical Council Act, 1956.

2. Master degree in Radio-Imaging as recognized by the Medical Council of India or equivalent.

3. 3 years experience in concerned specialty after obtaining the Master degree.

Not exceeding 45 years, (Relaxable for Govt Servants by 5 years in accordance with the instructions issued by the Central Govt.)

2 MRI Technician

Group C 1. Matriculation/Hr. Secondary/Sr.Secondary with Science

2. Diploma in MRI Technology from recognized University

3. Three years experience in the field.

Not exceeding 30 years, 5 years relaxable for ST/SC

3 CT Technician Group C 1. Matriculation/Hr. Secondary/Sr.Secondary with Science

2. Diploma in CT Technology from recognized University

3. Three years experience in the field.

Not exceeding 30 years, 5 years relaxable for ST/SC

Page 33 of 41

Annexure VII - Format of CV 1. Name of Firm: (Insert name of firm proposing the staff): 2. Name of Staff (Insert full name): 3. Date of Birth:_____________________

Nationality:_______________________ 4. Education: indicate college/university and other specialized education of staff

member, giving names of institutions, degrees obtained and dates of obtainment)

5. Registration No. (if Medical /Paramedical Professional): 6. Other Training: (indicate significant training since degrees under 5- education

were obtained)

7. Work Experience/Employment Record: (in following order) 8. From (year):______________ to (year):_____________ 9. Employer:_____________________________________ 10. Positions held:__________________________________

Certification: I, the undersigned, certify that to the best of my knowledge and belief this CV correctly describes myself, my qualifications and my experience. I understand that any willful misstatement described herein may lead to my disqualification or dismal, if engaged.

_________________________________________________________ Date:_______ (Signature of staff member or authorized representative of the staff) (D/M/Y)

Full name of authorized representative:___________________________________________

Page 34 of 41

Annexure VIII – Specifications of CT Scan and MRI Machine Name of Item : (1) CT Scan Machine : Make : GE Health care and Model : GE Optima 660 128 Slice CT Scanner

Sr. No. Required Specifications

1 CT scan with 64 rows of Detector and 128 Slice Acquisition A Gantry Aperture: 70 cm or more FOV: 50 cm or more 3D laser lights for positioning

B X-Ray Generator High frequency type Power output: 80 kW or higher mA Range: 20-600 mA ( with incremental steps of 10mA) kV Range: 80-110 or more

C X-Ray Tube Tube Voltage: 80-110 kV or more Anode Heat Storage Capacity of atleast 6 to 7.5 MHU or direct cooling tube

D Patient Table Load carrying capacity at least of 180 kg with positional accuracy of 1 mm or less Metal free scan-able range of 150 cm or more Floating table top with foot pedal/hand control for positioning Remote Up/Down, Fwd/Bwd of the patient Couch should be standard

E Spiral Acquisition Scan time would be 0.4 sec or less for full 360 degree rotation Minimum slice thickness should be 0.625 mm or less Pitch factor (volume pitch): freely selectable in automode and also manually variable

between 0.5 or less to 1.5 or more. Specify all possible pitch selections Bolus triggered or bolus chase spiral acquisition should be available Real time x-ray dose reduction which combines both Z axis and angular tube current

modulation to adjust the dose to the size and shape of individual F Image Resolution High contrast resolution should be atleast 15 lp/cm for axial and spiral scan at 0% MTF

with full FOV Low contrast resolution- 5 mm or less at 3.0 HU using 20 cm CATPHAN phantom on 10

mm slice thickness G Data Acquisition System Minimum 64 rows of physical, independent detectors with acquisition of atleast 128

slices per rotation with maximum Z-axis coverage Solid state or rare earth detectors of latest technology free from repeated calibration

H Image Reconstruction High speed real time reconstruction with display matrix of 1024 x 1024 or more

Page 35 of 41

Sr. No. Required Specifications

Reconstructed slice thickness should be sub-millimeter to 10 mm freely selectable I Operator Console High resolution LCD color monitor of 18” or more – 2 screen Should perform registration, scheduling, protocol selection, volume rendering, volume

measurements, multi-planar, reconstruction and standard evaluation application and all available post processing functions without the help of the satellite workstations.

Raw Data Storage with atleast 500 GB Hard Disc having image storing capacity of 5,00,000 or more in 512x512 format.

Auto voice capability with custom designed keyboard and mouse. Archiving options: CD-R, DVD, should be available, 5000 rewritable DVDs should be

provided. J Patient Communication System An integrated intercom and automated patient instruction system (API) should be

provided Two closed circuit TV for patient monitoring

K System Configuration and Accessories Collapsible wheelchair with rubberized swivel wheels- 1 nos Standard patient positioning accessories and restraining devices -2 sets Ultralight LEAD Aprons- 5nos; radiation protection apparels; gonadal shields- 5 nos,

thyroid shields – 5 nos and lead goggles- 5 nos Lead glass 100 cm x 150 cm of 2 mm lead equivalence; with appropriate frame as per

the requirement of the equipment and AERB recommendations Online UPS of suitable rating should be supplied for the complete system including

Gantry, Console, workstations and camera with atleast 30 minutes backup Dual Head pressure injector with 100 no of 200 ml disposable syringes Software for remote diagnostics service should be provided System must be PACS, HIS/RIS interface ready without any new hardware or software A free comprehensive software upgrade guarantee for entire life of scanner must be

provided. L Dry Chemistry Laser Imager Resolution: 16 bits / 500 dpi or more with minimum three ports Support multiple film sizes: one of which must be 17”x14” DICOM 3.0 compatible

M Workstation client server architecture -1no: it should be standalone. It should be a high speed (minimum post processing frame rate of 16 frames/sec) CPU

with a speed of 2.6 GHz or better and with an independent hard disc storage capacity of 512 GB or more, with 19 inches or more high resolution medical grade color LCD monitor capable of simultaneously viewing and performing all post processing functions and filming independently without the help of main console.

Memory of the workstation should be independent of the console Two way data transfer between the operator console and the satellite workstation

should be automatic and offered as standard feature. Post Processing Software:

1. Perfusion CT for brain 2. CT ANgio, VRT, MIP, MPR, 3-D Shaded Surface display, Image Fusion, Vessel

Segmentation, Luminal View 3. Virtual Endoscopy with facility for virtual dissection and computer aided

Page 36 of 41

Sr. No. Required Specifications

detection of polyps 4. Advanced cardiac package including coronary artery imaging, calcium scoring,

myocardial viability software, cardiac functional analysis and advanced vessel analysis including stenosis assessment. Facility for prospective and retroprospective ECG gating, facility for automatic selection of rotation speed according to heart beat and step and shoot for low dose acquisition should be available.

5. Automatic bone removal facility 6. Dental CT 7. Lung nodule evaluation software 8. Liver segmentation display software 9. Bone mineral Densitometry software

Interactive and Automatic Cine display should be available Image Evaluation Tools

1. Parallel evaluation of multiple ROI in circle, irregular and polygonal forms 2. Statistical evaluation for area/volume, S.D, Mean/Max and Histograms 3. Distance & angle measurement, freely selectable, positioning of co-ordinate

system, grid and image annotation. N Comprehensive Warranty Period- 3 years from the date of commissioning which

includes X-ray tube and all accessories O CMC period for 5 years after warranty P On site training for CT technician and Two Doctors (Radiologists) for Two weeks. Q AERB Approval certificate R US FDA and European CE certified

Name of Item: (2) 1.5 Tesla Magnetic Resonance Imaging : Make : Siemens AG, Germany Model : Siemens Magnetom Essenza

Sr. No Required Specification

2.

1.5 Tesla Magnetic Resonance Imaging: The system should be 1.5 Tesla MRI System with state of art latest features commercially available at the time of supply. It should be European CE/US FDA approved. The system should be cost effective, with user friendly platform, reliable and capable of providing excellent performance for clinical imaging and research. The detailed specification that follows shall be understood to be minimum requirement.

A Magnet System

Should be whole body 1.5 Tesla Magnetic Resonance Imaging System optimized for higher performance in whole body and vascular examinations with superconducting magnet with bore size of 60 to 70 cm, high performance gradients and digital radio frequency system.

Page 37 of 41

1.5 tesla active shielded super conducting magnet The length of magnet bore should be short, 60 cm or more

It should have facilities of better illumination, ventilation and designed to avoid patient claustrophobia

The magnet should be shielded from the external interferences

The homogeneity of the magnet should be mentioned in relation to 10,20,30,40 cm DSV

Give details of the number of planes, plots and number of measurement per planes, to measure the homogeneity.

Global and local auto shimming should be available Automated patient specific on line shimming should be available Specify the weight of the magnet including the gradient and covers etc

The front panel display at the magnet should display coil, table position and also remote selection of coil elements

Emergency ramp down facility should be available B Gradient System

Actively shielded gradient system with strength of at least 33mT/m with slew rate of 120mT/m/sec. these true slew rates should be available in each axis independently, for overall better duty cycle performance of the gradient.

The duty cycle should be 100 percent. Please give details. The gradient system should have provision for eddy current compensation Field of view should be at least 40 cm in all three axes Minimum TE & TR in 2D/3D should be specified for all sequences

Minimum Slice thickness in 2D & 3D should be specified in relation to the sequence

Echo Train length in both spin echo and gradient echo should be at least 256 or more

The measurement matrix should be from 128 x 128 to 1024 x 1024 in both 2D and 3D imaging as well

C RF system

RF System should be fully digital and solid state with transmit power of atleast 10 -15kW

RF system should incorporate latest technology like OPTIX MR/DIRECT RF/ dStream

RF system should have atleast minimum of 16 independent RF receiving channels with each having bandwidth of 1 MHz or more

Should have necessary hardware to support phased array coils Specify frequency stability and amplifier resolution

RF system should be compatible with parallel techniques. It should be able to support time reductions with compatible coils in 2D/3D imaging in Body/ Neuro imaging up to acceleration factor of at least 4

D RF Coils

The system should be quoted with integrated coil technology equivalent dstream /TIM/GEM/Express coil technology

Page 38 of 41

The main body coil integrated to the magnet must be Quadrature /CP

In addition to this coil following coils should be quoted a. Head and neck coil b. In case above two coils do not suffice in combination for complete

Neuro-vascular study from aortic arch to circle of willis, please quote separate coil in addition to above two coils for this study.

c. Spine coil for thoracic and lumbar spine imaging. Mention the number of coil elements available.

d. It should be possible to do head and spine imaging together without changing the coil. It should be possible to do the same either with combination of coils or a dedicated coil to achieve the same should be quoted.

e. Phased array body coil, capable of doing abdomen, pelvis, MRCP and peripheral imaging. It should have at least 12 elements and 50cm to 48 cm FOV. Please specify the time reduction factor with parallel acquisition techniques.

f. Flexible Coil- Large FOV- specify g. Flexible Coil-Small FOV- Specify h. Coil for knee imaging – higher element i. Dedicated coil for shoulder imaging j. Breast Coil capable of bilateral breast imaging- specify type and

channels E Patient Handling System Please specify the table type

The table should be fully motorized with computer controlled table movements in vertical and horizontal directions

The position accuracy should be atleast +/-1 mm or better The table should be able to withstand patient load of 180 kgs The table should have facility for manual traction in case of emergency The table should have patient auto alarm system The CCTV system with LCD display to observe the patient.

The table should deliver the protocols for automatic bolus chasing in peripheral angio with automatic table movement.

MR Compatible trolley – 2nos F Host Computer/Main console and image Processor

Computer System should be latest in the industry, fast and efficient. It should have at least 2 GB RAM

The system should have image storage capcity of at least 1,00,000 images in 256x256 matrix

The main Host computer should have at least 19 inch TFT/LCD type color monitor

The main console should have integrated MR compatible music system for the patient

The system should have CD/DVD archiving facility on the main console 1000 high storage DVD’s to be provided. One workstation with 19 inch or more LCD color monitor to be provided for the

Page 39 of 41

applications as listed under item H G Application Software/Hardware

The system should have basic sequences package with Spin echo, inversion recovery, fast spin echo and gradient echo with echo train length of 256 to 255

The application software for image smoothing and egde sharpness etc for improvement in image resolution should be quoted.

Single and Multi shot EPI imaging techniques

MR Angio imaging: Should have 2D/3D TOF, 2D/3D PC, MTS and TONE, CEMRA for head, spine and body applications. Non Contrast SWI, ASL

Fat and water excitation- please specify the application package

Diffusion weighted imaging, with b value of 300 to 10,000 with a facility to generate the ADC map with the acquired b value. The system should have facility for online automatic generation of ADC maps.

Please specify the motion correction algorithm/package for high resolution motion free diffusion weighed imaging with multishot / segmented EPI technique. It should be possible to have FLAIR diffusion with generation of corresponding ADC maps.

Perfusion imaging to enable large anatomy coverage of the brain and in line calculation of the resulting hemodynamic as well as physiological parameters. The perfusion analysis should have capability to calculate color display of rMTT,rCBV,rCBF, corrected CBV, permeability constant and volume leakage. If the perfusion analysis is not possible on the main console the same should be available in the workstation as under item H

BOLD imaging: BOLD technique with automated 3D motion correction,z-score, correlation analysis with color overlay on anatomical images. It should be possible to have real time processing of BOLD imaging data on the main console for the complete reconstruction.

The system should have facility for quantification of the CSF flow data on the main console and/or the workstation

The system should have the single voxel spectroscopy, multivoxel, multislice 2D, 3D spectroscopy and also the chemical shift imaging in 2D/3D. The complete processing/post-processing software including color metabolite maps should be available.

Advanced cardiac applications: Morphology, wall motion, Perfusion Imaging, Myocardial viability imaging, cardiac functions including EF, ED/ES volume, cardiac output, wall thickness

The system should have prospective ECG triggering and retrospective gating with navigator pulses, interactive or automatic definition of the ventricular and myocardial contours, cine imaging, grid tagging. Besides this comprehensive set of all post processing software for the above mentioned cardiac applications should be mentioned.

The system should be supplied with ECG trigger, respiratory trigger, peripheral pulse trigger and external trigger electrodes.

The system should have facility to do Head to Toe imaging without shifting the patient at one go for metastases study and without any loss of SNR

The system should perform DTI at least in 21 directions with possibility of processing with depiction of fractional anisotropy, mean diffusivity and other

Page 40 of 41

DTI metrics. Provide the fiber tracking software with overlays on various conventional images.

The system quoted should have the software for whole body diffusion weighted imaging.

Should be ready for DICOM connections. H Workstation

Workstation with latest advanced post processing software with complete DICOM functionalities as the main console with 19 inch TFT/LCD color monitor, with hard disk of atleast 1,00,000 image storage in 256x256 matrix and 2 GB RAM

Image documentation should be possible from the main as well as the workstation

The workstations hold have availability of cardiac, perfusion analysis, processing of 2D/3D CSI data, processing of real time BOLD imaging data with color metabolite mapping, quantification of the CSF flow data, vascular analysis package and volume rendering technique.

Should have printing facility when connected with the laser printer (paper) and Dry Laser Imager.

Should be ready for DICOM connections I Dry Laser Imager with Resolution: 16 bits/ 600 dpi or more With minimum three ports Support Multiple Film Sizes: one of which must be 17 x 14 DICOM Compatible (attach conformance statement)

K MR Compatible Pressure Injector

Must have independent dual syringe power head. Console must have full color touch screen with user defined protocols with programmable interscan delay.

Power Injector should be Non-ferrous, automatic syringe size detection, performs single/dual phase contrast injections, provides saline flush delivery and allows timed contrast delivery.

Must be compatible with 10,15,20 & 30 ml pre-filled contrast syringes and 50 ml syringes for both saline and contrast (100 nos of 50 ml syringes with connectors should be provided)

Must be able to observe progress of injection and view injection results.

Online UPS of suitable rating should be supplied for complete system with minimum 30 minutes.

The chiller supplied should be of standard make. Specify make and capacity Hand held metal detector L MR Compatible Pulse Oximeter M Standards, Safety and Training Should be FDA/CE approved Calibration/Acceptance test certificate from the factory required Manufacturer/supplier should have ISO certification for quality standards

Should have local service facility. The service provider should have the necessary equipment recommended by the manufacturer to carry out the preventive maintenance test as per guidelines provided in the service /maintenance manual

Back to back warranty to be taken by the supplier from the principal to supply spares for a minimum period 10 years

Page 41 of 41

Sd/- Medical Superintendent

Shri Vinoba Bhave Civil Hospital U.T. of Dadra & Nagar Haveli

Silvassa – 396 230

Standard phantoms for image quality audits to be provided. Proper user training to be imparted to the users by specialists

N Comprehensive Warranty Period- 3 years from the date of commissioning O CMC period for 5 years after warranty P On site training for MR technician and Two Doctors (Radiologists) for Two weeks.

Q The application specialist shall train the Radiologists & MR Technician for atleast 6 weeks.


Recommended