View
215
Download
1
Category
Preview:
Citation preview
Page 1 of 57
Draft Copy
TENDER DOCUMENT
3 TESLA /1.5 TESLA
MAGNETIC RESONANCE
IMAGING SYSTEM
BANARAS HINDU UNIVERSITY
(This Tender Document contains 57 pages)
Page 2 of 57
TERMS & CONDITIONS FOR INSTALLATION AND OPERATION OF
3 TESLA MAGNETIC RESONANCE IMAGING FACILITY
Open Tender Notice no. I.M.S./N-3/2013-14/01
Banaras Hindu University, Varanasi invites
sealed tender’ (in two Bid System) for installation & operation of a round the clock MRI
facility having a brand new latest state of art 3 Tesla MRI system in the Department of
Radiodignosis & Imaging at Trauma center premises. Reputed and financially sound
agencies/ firms / parties / institutions interested in ‘Public private partener ship model’
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 OTHER
PARTIES.
Name of the Equipment Earnest Money in the form of DD in favor of
The Registrar, BHU, payable at Varanasi
Tender Fee in the form of DD in
favor of The Registrar,BHU, payable at Varanasi
3 Tesla MRI UNIT
(as per specifications)
2%
Rs.2500/-
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 shall be entertained.
Page 3 of 57
To avoid conflict of interest between any bidder’s own MRI
installation in Varanasi and their proposed MRI facility in BHU, the bids of such private
party / Firm / Institution (having an MRI facility of any type in city of Varanasi) shall not
be entertained.
Note:
(i) If the tender form is desired by post then tender fee would be Rs.2500/-+100/-
(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.
1. Tenders shall be submitted in TWO Separate Sealed Envelopes along with the
specifications as mentioned for E-Tendering,
(A)Technical Bid:
a) Earnest Money 2% in form of demand draft drawn in favor of Registrar –
BHU, Varanasi, payable at Varanasi.
b) Technical details, relevant literature, product catalogue or any other
information about the offered MRI system.
c) Tender form duly signed by Authorized Signatory in all respect.
Page 4 of 57
(B)Financial Bid:
a) Rate chargeable for MRI investigation should be mentioned as per the scheme
detailed for accounting procedure and revenue computation (ref. clause 6
below). The tenders (Price-bids) will be evaluated on the basis of the “Weighted
Average Formula” (as under). The tests included for evaluation along with grade
assigned are enclosed as Annexure V.
2. Tenders shall be submitted in two sealed envelopes (along with the E-Tender)
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 3 Tesla MRI Equipment, tests to be
performed on the 3 Tesla MRI equipment, etc. should be included in technical bid. Financial
rates of the 3 tests (to be performed on the 3 Tesla MR system) and financial terms and
conditions to be submitted in financial bid. Financial bids shall be opened only of those tenders
who shall qualify technically.
Technical specifications of 3 Tesla MRI equipment are enclosed in
Tender document (Annexure VI).
3. The specifications of the 3 Tesla MRI equipment 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 3 Tesla MRI equipment within eight months 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 is for
more than 30 days the order would stand automatically cancelled & security deposit shall stand forfeited.
Weighted Average Rate= Total number of (Rate x Grade)
Total number of grade
Page 5 of 57
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
Last Date of Receiving
Tenders
Opening of Technical Bid
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 / conscent of partners to bid in this project; details of existing businesses 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. Any action on the part of the bidder to influence anybody
in the university would make their tender liable for rejection.
Page 6 of 57
TERMS AND CONDITIONS
FOR INSTALLATION AND OPERATION OF 3 TESLA M.R.I SERVICES
1. INTRODUCTION
This ‘public Private partenership’ represents the agreement
between Banaras Hindu University (hereby ‘first party’) and a private party, to be
selected from the bidders, on the basis of an open online tender as per Government of
India specified procedure (hereby ‘second party’) for the provision of services
concerning 24x7x365(/366) hours (hereby ‘round the clock’) Magnetic Resonance
Imaging facility (hereby ‘facility’) at the premises of the newly constructed BHU Trauma
Center. This arrangement is intended to provide a framework for establishing a
cooperative and productive working relationship between the First party and the second
party. In nutshell, the first party would provide the space for installation of the said
facility and high-level technical expertise (both as per pre-designated and mutually
agreed upon terms & conditions), in order to achieve the under-mentioned ‘goals’ and
‘objectives’ while the second party would be obliged to bear all other expenses and
damages, if any. This agreement defines the terms and conditions under which the first
party and the second party will interact with each other. It is anticipated that this
arrangement will result in more efficient operations and improved utilization of
resources.
2. STATEMENT OF PURPOSE
In view of the exponential expansion of services at the Sir Sunderlal
hospital (hereby ‘SSH’), due to the commissioning of the upcoming trauma center (in
Page 7 of 57
near future), provision of 24x7x365(/366) MRI facility seems to be an essential
component. The proposed 3 Tesla MRI unit at the trauma center under a Public-Private
Partnership Program (hereby ‘PPP’) will provide the first party and SSH with the much
needed MRI facility. The prime mandate of the facility would be twofold:
a) To provide un-interrupted services to patients presenting/being referred to
SSH/Trauma Center for treatment.
b) To provide facility for training and research in the field of ‘MR Imaging’, to the
Department of Radiodiagnosis & Imaging (hereby ‘department’) and to all other
relevant units/sections/departments of this first party, through the Department of
Radiodiagnosis & Imaging.
3. AGREEMENT OF TASKS, PERMISSIONS AND COMPETANCIES
The sole responsibility and right of the second party would be to
provide round the clock un-interrupted MRI services to patients presenting/being
referred to SSH/ Trauma center for treatment. The facility will include comprehensive
range of MRI based investigations, living up to the cause and quality of a level I trauma
center and a tertiary care teaching hospital. The academic aspect of MR Imaging (i.e.
teaching, training, research, organization of academic activities like conferences, CME,
symposia, seminar etc., academic publications in books, journals and conferences and,
collaboration with any other academic body/unit/department/section/faculty for the
purpose) and MRI would however be the sole prerogative of the department. Any
autonomy asserted by the second party of any sort in this regard would be considered
as a breach of agreement and liable to suitable action.
Page 8 of 57
The technical features and specifications of MRI System, to be
installed by the second party, shall NOT be anyway of lower configuration as mentioned
in the Tender document, otherwise the bid shall be rejected. Please be informed that if
any of the points in the technical specifications (provided as a part of this document in
Annexure) is manipulated/ over sighted or neglected in the technical bid and, the same
is proven after the installation of the facility, the second party shall be under a binding to
take suitable measures to rectify the challenged clause entirely at it’s own cost. The first
party shall bear no responsibility to this effect and the extra expenditure would show no
where against the first party liabilities. The First party reserves the right not to consider
unviable financial bids if the rates of MRI are quoted so low in conjunction to investment
which may make the project unviable in financial terms.
Approved bidder shall install a brand NEW MRI System (as per
Annexure VI) with all accessories and facilities necessary for optimum
functioning within 240 days from the date of signing of the agreement/MOU with the
First party. For delayed installation beyond the aforesaid period a penalty of Rs.25,000/-
per week shall be levied. If the facility is not made available to the first party within 60
days from the expiry of the scheduled time period of installation, the order would stand
automatically cancelled and security deposit shall stand forfeited.
The agreement shall be valid initially for a period of seven years
from the date of commissioning of the facility, and it could be revoked at any timeon
account of violation of rules, regulations, terms and condition of the contract by the
second party, after providing an opportunity of hearing. Periodical inspection for
performance and observance of terms & conditions including quality of MRI
Page 9 of 57
investigations shall be carried out every year by a committee appointed by the first
party. The second party shall arrange a 3rd party insurance policy to cover all the
patients, subjected to MRI investigations, against any mishap at MRI centre, conforming
to the provision of the ‘Consumer Protection Act (1986)’, entirely on it’s own absolute
responsibility. Privacy and other ethical values of investigated patients will have to be
maintained in individual case.
The second party shall abide by all the guidelines issued by the
Government of India and the first party from time to time during the lease period. Please
be informed that the second party status, as a whole or in part, is non-transferable and,
the awarded second party shall not sell or transfer by any mode whatsoever any
proprietary right or entrust any other party to run the MRI/facility.
In the best interest of patient management, as far as prompt
reporting of MRI scans is concerned, the second party would be free to share all MRI
scans done after the routine working hours (9 AM to 5 PM) of the first party and certain
other pending cases, with a third party (defined hereby as a person with such
reasonable level of experience and expertise so as to report MRI scans, either directly
or through mass communication modalities). In this case it would be the responsibility of
the second party to ensure patient privacy and protection of academic data by electronic
coding and encryption methods.
Please be informed further that the trauma center is likely to have
patients with medico-legal registration as well, hence privacy and protection of data
would be of prime importance. The ‘department’ would be obliged to co-operate to the
Page 10 of 57
best of it’s ability as far as clinico-radiological evaluation and subsequent documentation
of results of the MRI scans is concerned. It would however be the final responsibility of
the second party to manage the reporting of all MRI scans within a reasonable duration
(as decided by the patient triage protocol fixed in the trauma center).
4. INSTALLATION AND OPERATION OF THE FACILITY
The Turn-key execution will have to include standard architectural
programming and selection of interior materials having ease of replication &
maintainability. The space for installation of MRI, as specified by the equipment vendor,
would be provided by the first party in the premises of trauma center. The second party
shall be solely responsible for construction of the building as per specifications by the
vendor with no liability on the part of the first party. All the civil, electrical, air-
conditioning provisions (considered essential for installation of MRI) shall be the
responsibility of the second party. The first party will not be responsible for any loss /
damage to machine or property due to natural calamity or otherwise.
Please be advised that MRI is a highly specialized equipment with
peculiar and specific needs in terms of above mentioned as well as topographical
requirements, it is therefore the responsibility of the second party to inspect (in minute
details) and ensure the suitability of the site as provided by the first party. In case it is
brought to the notice of the first party, with documented justification, that the site
provided is not suitable in any respect, the first party would provide another space
suitable to the needs of the facility installation as well as the patient management. No
Page 11 of 57
representation of any sort whatsoever would be entertained by the first party, once the
site has been ear-marked.
The building constructed by the second party shall become the
property of the first party, after expiry of agreement/MOU period. All expenses on
account of electricity, water, maintenance of premises and the equipments or any other
expenses incurred in day to day running of MRI system shall be borne by the second
party. The security arrangement and cleanliness of the equipments & house-keeping of
the facility will be sole responsibility of the second party. The second party will have to
procure a stand-by source of power (Generator Set), capable of catering the power
requirement of MRI with all accessories and facility as such, so that services remain
available un-interrupted round the clock.
5.HUMAN RESOURCE
The technical staff, recruited by the second party, should have the
qualification specified by the first party (Annexure IV), any deviation from the same
would be taken as a breach in agreement and be liable for suitable actions. The second
party shall arrange for the services of an anesthetist and/or an emergency medical
officer who would be responsible for the smooth execution of the case/scans and
monitoring of patients while inside the premises of MRI unit. The said officer would have
the ‘right to refusal’ to be recorded in writing with supporting reason, for accepting a
patient for scan if he/she feels that a patient is too critical for him to monitor and there is
no attending clinician accompanying the patient. The staff of second party would ensure
Page 12 of 57
good medical practice and high ethical values towards patients under overall control of
the department.
The bad quality MRI 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 the head of the Department of Radiodiagnosis and
Imaging (hereby ‘the head of the department’). The proposed MRI facility shall allow
members of all 3 faculties (i.e. Medicine, ayurveda and Dental sciences)of IMS to have
access to view MRI Scans of their respective patients for clinical management. If and
when the First party starts HIS and PACS, the patients’ data available on MRI would
have to be made accessible to these systems. The second party will have to do 20
(twenty) numbers of FREE cases (noncumulative) per month after prior sanction of the
head of the department, who would be the sole authority to decide the cases to be
performed in this category.
The MRI scans of bonafide BHU staff and their dependents, as well
as bonafide BHU students shall be done free of cost initially. There would be
arrangements made by the first party to re-imburse the collective charges borne per
month in this category by the second party.
6. ACCOUNTING PROCEDURE / REVENUE COMPUTATION
The MRI facility, as proposed within the frame work of PPP, is
being created will have to offer best clinical quality at an acceptable cost. The MRI
charges from all patients would be collected by the first party on AR-1. The scans to be
Page 13 of 57
performed under various sub-categories of MRI investigation (Annexure V), would have
to be executed at a pre-decided rate.
The rate list to be generated as per mutual agreement between
the first party and the second party as per the mentioned categories (Annexure V) and
would be decided on the basis the financial bid, for the ‘ordered primary region’ (Please
refer to the Table no. 1 and Case Illustration 1).
Single sequence screening (i.e. consisting on one MRI
sequence considered most suitable to answer a clinical question by the referring
clinician) of single anatomically contiguous region would be done at 1/5th the cost of
‘ordered primary region’ (and would be performed only along with another ‘ordered
primary region’). The question, as to whether adjacent contiguous regions be
considered as one or as two, would be addressed by the maximum area reasonably
coverable by the equipment (i.e. the relevant coil) without any loss of clinical quality.
Special investigations consisting of MRCP, non-contrast
MRA, MRS, CSF flow, MR Perfusion study, DTI, tractography would be done at 1/3rd the
cost of ‘ordered primary region’ (and would be performed only along with another
‘ordered primary region’) (Ref. Table 2). Procedure based MRI investigations like MR
arthrography, contrast enhanced MR Angiography, MR Enteroclysis would be
considered as an ‘ordered primary region’, but would attract an additional 1/10th cost as
procedure charges. In case the same are requested along with another ‘ordered primary
region’, an added cost of single region screening (i.e. 1/6th the cost) plus procedure
charges (i.e. 1/10th the cost) would be incurred (Ref. Table 3).
Page 14 of 57
A reasonable (between Rs. 1000 and Rs. 1200 only) cost of
MRI contrast medium would be charged on separate AR-1 receipts (the same would
have to be of the best quality, duely approved for human use) (Ref. Table 4). This would
include the disposables required for administration of contrast media. The second party
would be free to use the facility for patients being referred from physicians not engaged
with the first party, if any, at the same rates, charges of which will be collected by the
first party. However, priority shall always remain for patients referred from SSH/trauma
center.
Table 1.
SL No.
Part to be examined
Charges
1.
Ordered primary region
Say Rs. A
2.
Single anatomically contiguous region
To add Rs. A/6* to 1.
3.
Another Single anatomically contiguous region
To add Rs. A/6* to 1.
4.
Another Single anatomically contiguous region
To add Rs. A/6* to 1.
*P.S: A/6 means 1/6th
amount of Rs. A
Page 15 of 57
Table 2.
SL No.
Part to be examined
Charges
1.
Ordered primary region
Say Rs. A
2.
Special investigations (As specified above)
To add Rs. A/3 to 1. (separately for each of the
investigations ordered)
*P.S: A/6 means 1/3rd
amount of Rs. A
Table 3.
SL No.
Part to be examined
Charges
1.
Procedure based MRI investigations (As specified above), hereby considered as
‘Ordered primary region’
To add Rs. A+A/10 to 1.
2.
Procedure based MRI investigations (As specified above)+ Any other ‘Ordered
primary region’
To add Rs. A+A/6+A/10 to 1.
*P.S: A/6 and A/10 means 1/6th
amount of Rs. A and 1/10th
amount of Rs. A
Page 16 of 57
Table 4.
SL No.
Part to be examined
Charges
1.
Ordered primary region
Say Rs. A
2.
MRI Contrast media
To add the pre-decided charges (to be fixed between Rs.
1000 and Rs. 1200 only) to 1.
Case Illustration 1
If doctor refers a patient for MRI of Brain (or any other part as a
matter or fact), he is charged Rs. A. Now if he also wants to get a screening (as
defined above) of Cervical spine also, the patient pays an additional Rs. A/6. Now if he
also wants to get a screening (as defined above) of dorsal spine also (along with
cervical spine), the patient pays an additional Rs. A/6 (i.e. add Rs. A+A/6+A/6).
The Second party shall have a _______________ share from the total daily
revenue (excluding the FREE cases) while the first party shall have a ______________
share. The respective share of generated revenue would be bifurcated through a
tripartite ESCROW ACCOUNT in a nationalized bank situated within the BHU campus.
The second party will have to make arrangements for MRI investigation of SSH/trauma
center patients on approved rates in case the facility remains non-functional for any
duration after commissioning as per terms and conditions. The second party would be
Page 17 of 57
liable to pay demurrage to the first party @ Rs.50,000/- per day or 30% of average
revenue collection per day whichever is higher in the case. The right to fix / revise the
rates of MRI investigation shall lie with the first party, of course protecting the due
interest of the Second party.
Approved second party shall have to provide a one time Bank
Guarantee of Rs.30 Lakh as security money in favor of Registrar, BHU for the entire
period of the lease (Annexure II). This could be forfeited in case of any breach of
conditions on the part of second party or if second party discontinues the contract
before expiry of the period of lease. The principle amount
____________________________________ would be refunded back on successful
completion of the contract period.
Credibility of Second party would have to be proved by provision of below mentioned
documents –
1) Registrar of Companies’ certification for the company.
2) Status : whether Proprietory / 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 authorized Signatory with written approval of the board /
partner of Bidding firm.
7) Annual turn-over of Rs.8 Crore or more during the last 3 years (three years).
8) Experience of running such facility for 5 years (five years) or more.
Page 18 of 57
ANNEXURE I
Form No. ……….
BANARAS HINDU UNIVERSITY
OFFICE OF THE REGISTRAR
Reference No. BHU/…………/………./ Dated: ……………..
TENDER FORM
FOR 3 Tesla MRI system
1- Name and full address of Tenderer
……………………………………………………………...
…………………………………………………………………………………………………...
…………………………………………………………………………………………………...
2- Address to: The Registrar, Banaras Hindu University, Varanasi – 221005
3- Reference: Tender Notice No. …….. / BHU / 20013-014 dated ……………………
4- Tender fee Rs. __________ deposited vide demand draft no. ………...……………
dated …………. of ……………………………………………………………… (Name and
address of Banker)
5- We ………..………………….. (Name of Firm) agree to abide by all the terms &
conditions as mentioned in (i) Tender Notice No. ………………… dated ……………..
6- All tender documents are complete in all respect and have been duly signed.
7- We have enclosed Earnest Money Rs. __________ (Rupees __________) in form of
demand
draft no. ……………….. dated …………………. of ………………........………… (Name of
Banker) in favour of The Registrar, BHU, Varanasi.
Signature of tenderer with rubber stamp
***********************************************************
Page 19 of 57
ANNEXURE II
FORMAT OF BANK GUARANTEE FORM
1. This guarantee should be furnished by a Nationalized Bank / Scheduled Bank,
authorized by RBI to issue a Bank Guarantee.
2. The bank guarantee should be furnished on stamp paper of Rs. __________
3. The stamp paper should have been purchased in the Name of the Bank executing
the Guarantee.
4. In the case of foreign bidder the B.G. may be furnished by an international reputed
bank acceptable to the PURCHASE countersigned by any National / Scheduled Bank in
India authorized by Reserved Bank of India.
--------------------------------------------------------------------------------------------------
DATE
BANK GUARANTEE NO.:
Ref.: ……………………..
To
Banaras Hindu University
Varanasi
Dear Sirs,
In accordance with your ‘Invitation to Bid’ under your Tender No. …………………………
M/s: …………………………………………………….. herein after called the second party,
with the following Directions on their Board of Directors / partners of the firm.
1. ………………………………………. 2. ………………………………………
3. ………………………………………. 4. ………………………………………
agree for the contract.
As an irrevocable Bank Guarantee for an amount of Rs. ……………….. (in words and
figures) valid for ………………………. days from ……………………. is required to
submitted by the Contractor/Supplier which amount is liable to be forfeited by the
purchaser in the event of
Page 20 of 57
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:
Page 21 of 57
ANNEXURE III
UNDERTAKING
We solemnly affirm that the technicians deployed by our firm ________________
______________________________________________________________ do
possess the requisite qualification of B.Sc. (CT technology / Medical radiography
with 3 years certified experience in MRI) and are competent to run the 3 Tesla
MRI system system and its accessories. Any consequent loss / damage to the
machine or the patient due to improper handling of the equipments will be solely
our responsibility and the Banaras Hindu University shall in now way held
responsible for it.
Sd.
(Authorized Signatory of the firm)
With rubber stamp
********************************
Page 22 of 57
ANNEXURE IV
QUALIFICATION FOR THE POST OF MRI TECHNICIAN
Qualifications & Experience : 1. B.Sc. (Radiography/Radiology) – 3 Years Course with certified
exposure in cross sectional imaging (CT Scan, MRI); an additional
certified work experience especially in an institution/ hospital/
center having MRI would be preferred
OR
2. Diploma (Radiography/Radiology) – 2 Years Course with
certified experience in cross sectional imaging (CT Scan, MRI):
Additional certified exposure in MRI of 3 Years is a must for this
qualification
OR
3. Diploma (CT Scan and/or MRI) – 2 Years Course
With certified experience of 3 years in MRI if the candidate
holds a Diploma (CT Scan & MRI) or Diploma (MRI)
or
With certified experience of 5 years in MRI if the candidate
holds a Diploma (CT Scan Technology)
The above qualifications would be treated to be “in order of preference” (as above).
Candidates with higher work experience would have added advantage.
Open interview shall be conducted by the second party in conjunction with the department for
the recruitment of technicians. All candidates shall be assessed by a pre-interview written module
(Multiple Choice Questions) of 15 minutes, to assess their knowledge about M.R.I Technology &
Technique. This module would not however be for any kind of short listing and the marks
obtained (by this module) would be presented for discretion of the selection committee
(comprising of the head, head’s nominee, second party owner).
Age of the candidate shall not be a bar for recruitment, as the university would like to have
candidates with maximum work experience.
***********************************
Page 23 of 57
ANNEXURE V
The interested parties should offer the M.R.I. Scan Charges based on the criterion laid below to calculate
the ‘Weighted Average Rates’
Sl. No. Name of MR Investigation Scan Charges (in Rs.) Grading*
1- Head - (Brain) 30
2- Spine 35
- Cervical
- Dorsal
- Lumbo Sacral
3- Thorax 5
4- Abdomen 5
5- Pelvis 5
6- Joint (Single) 10
7- Limb (Soft Tissue) Single 10
Note: Grading as mentioned above, represents only a rough/approximate projection of the number
of case per category amongst a total of 50 cases that may be encountered on a working day. This
should in no way be taken as a commitment or surety on the part of the first party. The case load
may vary from nil to infinity. This has just been provided, for the convenience of the bidder for
calculating the ‘Weighted Average Rates’.
Page 24 of 57
ANNEXURE VI
Technical specifications for
A New State-of-the-Art, Top-of-the-Line,
LATEST 3-Tesla MRI System
with latest generation of gradient and other systems (as specified)
on PPP Model for the
Department of Radiodiagnosis & Imaging,
Institute of Medical Sciences,
Banaras Hindu University
Page 25 of 57
Expression-of-interest is invited from competent bidders for supply, installation and commissioning of a
State-of-the-Art and Latest 3T Clinical MRI/MRS/fMRI Scanner System on turnkey basis with the
technical specifications as mentioned subsequently. The bidder would have to commission a full
fledged operation and financial / accounting office for the planning and commissioning of the project
which would co-ordinate with the corresponding offices in Banaras Hindu University at each step of
installation of the said facility. The same should be continued subsequently on a full/part time basis to
handle all related issues in future while running of the unit. The said office shall be solely responsible to
look into all financial and legal matter while installation and while running of the unit subsequently and, for
directly coordinating with counterparts in university administration, without any responsibility or
intervention by any third party. Also a technical office is to be established by the bidder under the
supervision of Head, Department of Radiodiagnosis, IMS for the purpose of equipment Installation and all
other related issues till successful commissioning and running of the unit for a pre-decided period.
Competitive technical bid in two identical hard copies and one soft copy are invited. No financial details
should be mentioned/disclosed in the technical bid.
The equipment should be capable of large volume and high resolution imaging in conventional, ultra fast
mode including echo planer imaging (EPI) with state-of-the-art features, fully functional and having facility
for multinuclear imaging and spectroscopy and functional MRI. System must be DICOM-3 standard
compliant. The system should be cost effective, reliable and provide excellent performance with technical
features for clinical imaging and spectroscopy with advanced biomedical research. All the specifications
quoted should be supported by data sheet duly signed and certified by the bidder. Exact page number
and reference of each fact should be mentioned in the technical bid. In case the vendor/bidder
wants to provide any information regarding a feature which may be better/more advanced than
that asked for in the tender document, clarification should accompany in the form of
letter/certificate from appropriate authority with suitable references and justifications as an
appendix (but not in the main document). Additional technical features suitable to our requirement will
be given due preference. However, it would solely be the prerogative of the Technical evaluation
committee (T.E.C) to evaluate and consider such submissions and the decision of T.E.C shall be final and
binding on the bidder. Please donot leave any field/column blank in the technical bid and strictly follow the
same pattern as mentioned in the tender document. Please also provide the duplicated technical bid on
an excel sheet (make sure not to omit any fact in the excel sheet). Apart from compliance statement in
each field brief mention of facts/figures would be desirable.
Competitive price bid in two identical hard copies and one soft copy are invited from each bidder.
Page 26 of 57
1. MAGNET
1.1
Element in magnet coil
Please specify
1.2
Operational Magnetic field strength
3T (127.5MHz) suitable for
high resolution imaging
1.3
With shielded Magnet _______ Distance of the 0.5mT line from
isocentre
a. X – axis meter (inch) b. Y – axis meter (inch) c. Z – axis meter (inch)
Please specify.
Please provide a scaled line
map of magnet room and
surrounding areas with
marking of the 3G and 5G
lines.
1.4
Length- With and Without magnet cover
Minimum preferred
1.5
Temporal stability
Specify in ppm/hr
1.6
Dimensions of Bore
A. Bore Diameter B. Total bore length C. Bore opening
Should be at least 60cm
well lit and ventilated after
positioning of gradient coil,
body coil, Shim and RF
antenna.
Should be flared at both
ends. Mention the
dimension of flare portion
Page 27 of 57
1.7
LCD Display panel Physiological signals – like ECG / VCG, respiratory
signals etc., and table position should be displayed in the console.
Display of identification of connected coil, table position and also
remote selection of coil element must also be possible
1.8
Magnet weight
Mention the weight with
100% topped up liquid
helium, tank and gradient
coils
1.9
Helium tank capacity in liters
Please specify
1.10
Helium Refill Interval
In days- Should be
maximum
1.11
Helium boil off rate in stand by and operational modes and effect of high
gradient on boils off
Please specify
1.12
Helium level monitoring equipment in the magnet and facility for
appropriate quick shut down of the magnet in the event of emergency.
Should be available
1.13
Type of shielding - Active /passive
Please specify
1.14
Is magnet shielded against external interference? (eg. Moving
ferromagnetic objects, transformers)
Please specify
Page 28 of 57
1.15
Is this shielding against external interference active during a scan?
1.16
Specify active shimming and passive shimming. Should have provision
for automatic in vivo dynamic shimming to improve homogeneity of
magnetic field and stability
1.17
Off centre FOV Shimming feasibility
1.18
Specify homogeneity of system before and after shimming (shim turned
off and on) using volume RMS multipoint plot. Details on number of
plane plots used for measurement as well as number of measurement
point per plane should be clearly specified. The space should be
minimum (small ppm the better). Homogeneity should be measured in
at least 20 planes and 20 point in each plane inside a spherical volume in
ppm .
45/50cm DSV ±
40cm DSV ±
30cm DSV ±
20cm DSV ±
10cm DSV ±
Eg: 40cm DSV = 0.5ppm
1.19
Maximum FOV with uniform fat saturation
Please specify
1.20
Long-term stability of the magnetic field ppm/hour
Specify the limit in ppm/hour
1. 21
Noise level inside the examination room should be minimum as possible
Specify db level. Any special technique used to reduce noise level and its effect on SNR should be mentioned
1.22
Internal light for patient alignment (specify source)
1.23
Built – in 2 way Intercom facility to communicate with patient is required
Page 29 of 57
1.24
Emergency helium release button should be provided at least in two places [inside MR examination room and console room]
1.25
Please mention the exact dimensions and structure details of the Faraday Cage (Please note that larger but optimum dimensions would be an added advantage)
2. Patient handling system / Patient Table
2.1
Computer controlled patient table movement in vertical and horizontal direction.
2.2
Specify the type of patient table: whether conventional removable trolley type or fixed type.
2.3
If fixed type what facility is incorporated for shifting the patients on MR table.
2.4
Separate patient transport system, non-magnetic stretcher (at least 2 in number) for separate patient transport, at no added cost.
Dock-able will be preferred with 2 such tables.
2.5
Lowest table height
2.6
Positional accuracy of the patient table should be specified. Better accuracy and reproducibility in advanced application such as CE MRA is preferred. Peripheral MRA with stepping table movement.
2.7
Accuracy of repositioning
Please specify
2.8
Scannable range and accuracy
Specify
2.9
Digital display of table position
Page 30 of 57
2.10
Table control from console (eg. for peripheral MRA)
2.11
To start, stop and pause a scan at the magnet control panel
Specify
2.12
Longitudinal table speed
Please specify
2.13
Patient load capability
Please specify (in Kgs)
2.14
Integrated patient physiological signal monitoring. (ECG, respiration and pulse). Gating hardware and software for ECG, Pulse, respiration etc provided or not
2.15
Does physiological measurement unit travel with the patient table?
2.16
Availability of additional display of physiological data in the examination room.
2.17
One button iso-center positioning
2.18
Home positioning (out) just by push button
2.19
Gating hardware provided or not for external interface
2.20
Immediate table release and manual table move from gantry in case of emergency
2.21
Cushions, mattresses, and other patient comfort accessories
2.22
All parts of the table should be protected from liquid spill
2.23
Provide detail on Patient immobilization devices. e.g. Security straps and cushions.
Page 31 of 57
2.24
Fresh air ventilation
2.25
Intercom system (as in point 1.23)
2.26
Diffuse interior light with long lasting light source
2.27
Duplicate controls and indicator
2.28
All patient essential accessories and comfort aid to be listed. Close circuit TV and CCD video camera for patient monitoring. (Visual paradigm generator should be included)
2.29
Hand held patient alarm system
2.30
Music entertainment for patient (integrated, inclusive of CD disc interface)
2.31
Patient music head set must be magnet compatible inside the magnet bore
2.32
a. MR compatible syringe/infusion pump, non- magnetic IV stand, non-magnetic oxygen cylinder (2) along with a MR compatible anesthesia machine with a vaporizer and ventilator of standard make. b. Patient monitoring device with Pulse oxymeter), O2 monitor, NIBP, Et CO
2 sampling line, MR compatible Laryngoscope for adults and
children etc
for adult and pediatric applications, please specify the make and model with adult and pediatric probe, please specify the make and model
3. SHIM System
3.1
High performance and highly stable shim system with global and localized manual & auto shimming for high homogeneity magnetic field for imaging and spectroscopy.
3.2
Type of shim
Page 32 of 57
a Active b Passive (Iron etc) c a + b
3.3
Number of independent active shim channels
Please specify
3.4
Number of installed shim coils used for active shimming
Please specify
3.5
Is it possible to automatically improve the field homogeneity according to the individual patient (at the touch of a button)
3.6
Extended shim system a. Is an extended shim system available for precise additional fine-tuning of homogeneity for non-linear high order terms once the patient is positioned inside the system? b. Provide patient specific advanced high order shim for on line manual correction
Auto or
4. Gradient System
4.1 The gradient system should be the latest generation to deliver maximum
performance in terms of short TR, TE, and Echo Spacing in EPI and
short TE capability in DWI. High order of stability, linearity and
minimum acoustic noise is required.
4.2 Gradient Fidelity (as defined in terms of peak instantaneous time
integral of error between input and output over 100 EPI waveforms)
Please specify
4.3 Actively shielded gradient system in X, Y, Z and other planes. Capable of performing single shot EPI and multi shot EPI including conventional and fluoroscopic imaging in all planes and multi nuclear spectroscopy.
4.4 Maximum gradient field strength (mT/m) in XYZ planes in homogenous volume
4.5 Effective gradient field strength (diagonal in X,Y, Z direction)
4.6 Duty cycle at maximum and minimum strength at full peak – 100%
Page 33 of 57
4.7 Minimum rise time with a slew rate of at least 150T/m/s with maximum gradient field
4.8 X – gradient rise time
4.9 Y – gradient rise time
4.10 Z - gradient time
4.11 Specify minimum gradient slew rate of system with amplitude and rise time in non – resonant mode. Type of the gradient – resonant or non-resonant.
from 0 to maximum amplitude
4.12 The system should have efficient and adequate provision for eddy current compensation
4.13 Effective cooling system for gradient coil and power supply.
4.14 Specify Gradient rise time profile with increment of 0.5mT/m from 0 to maximum amplitude
4.15 Accessories provided to reduce acoustic noise in fast and EPI mode in the magnet
4.16 Type of gradient system for EPI
4.17 Is the same gradient power supply being used for EPI and conventional imaging?
4.18 Different type of waveform generated by gradient system of your equipment
Specify
4.19 Power supply for gradient coil
4.20 Details of gradient coil cooling, heat dissipation and need to maintain its temperature.
Specify
4.21 Type of Cooling:
4.22 Smallest field of view in 2D and 3D EPI
4.23 Largest field of view with guaranteed homogeneity of ±1ppm
Page 34 of 57
4.24 Please confirm that max FOV quoted above is available on all three axes x-y-z
4.25 Shortest TE in 3D gradient Echo at 256 X 256 matrix
4.26 Is there a provision of ultra-short TE imaging? Please elaborate if yes.
4.27 Minimum Slice thickness in 2D
4.28 Minimum Slice thickness in 3D
4.29 Minimum TR, TE and slice thickness in EPI including other imaging modes and minimum volume localization in spectroscopy.
4.30 Future up-gradation of gradient performance in term of amplitude and rise time should be possible at site.
4.31 Mechanism / safety measures to avoid peripheral nerve stimulation by high gradient stimulation.
4.32 High performance gradient insert for use of animal imaging - peak strength = 600 mT/m; peak slew rate = 3200 T/m/s
Quote as optional
5. RF System Minimum 32 channels or more with 1MHz receiver band with each channel
5.1 Digital solid state, broad band RF System. Capable of EPI and multinuclear capability [13C, 23Na] Digital transmitter and digital receiver capable of precise frequency and phase control of RF pulses.
5.2 RF transmitter power to be adequate for high resolution imaging with acceptable power deposition (SAR check) in conventional and EPI mode. It should be possible to monitor RF power deposition in the real time mode.
5.3 RF synthesizer resolution in Hz [.01 – 0.6Hz/step]
5.4 Is RF spoiling possible?
5.5 Range receiver band width Receiver Minimum 1 MHz (not sampling
bandwidth)
5.6 Bandwidth of each additional receiver channel
Page 35 of 57
5.7 Have all channels the same band width
5.8 Phase resolution ------- 0.1 degree / step or better
5.9 System should have necessary hardware to support quadrature phased array and flexi coils.
5.10 Broad Band RF receiver with at least 32 channel system in transmitter as well as receiver side. Receiver Bandwidth for superior RF performance (=/> 1 MHz). Receiver to support 12 or more elements of parallel acquisition coils, compatible with parallel imaging techniques with Scan time reduction factors of at least upto 4 or more in 2D & 3D sequences.
5.11 No. of receiver channel for phase array coils system
5.12 No. of channel in brain (head coil), abdomen , spine, cardiac imaging coil and in other coils
5.13 Receiver signal resolution 32 bit
5.14 Receiver signal dynamic up to 16 bit
5.15 Extended radio frequency (RF system).
5.16 An extended RF system with a higher number of simultaneously usable receiving channels
5.17 Maximum number of simultaneously receiving element. Single, dual or multiple.
Please specify maximum No. coils simultaneously connected
5.18 Is tuning of RF coil necessary (auto tuning)?
5.19 System should have necessary hardware to perform 1H, 13C, and 23Na, imaging and spectroscopy for brain, heart and body.
5.20 Double resonant RF channel for spectroscopy and imaging provided or not, to enable proton decoupled studies
5.21 System should include RF room shielding and include RF door screen to minimize radio frequency (RF) interference to a minimum level.
6. Radiofrequency coil
Page 36 of 57
6.1 RF coils in addition to main body coil (Transmit / Receive or receive coils) auto tune, array or no tune coils. Coil / RF design should support compatibility to coils manufactured by other manufacturers. All array coils should be compatible with parallel imaging technique/s. (In all cases specify whether transmit-receive, receive only, and the number of elements and channels)
Please confirm that the system can adapt to coils developed and manufactured by other manufacturers. Please specify the measures taken to prevent dielectric artifacts? Please specify the number of channels and elements available for each coil. Please mention the true acceleration factor for each of the array coils.
6.2 Complete package of flexible and rigid quadrature coils with specification including pediatric coils.
6.3 Is it possible for phased array coils to receive signal from multiple surface coils simultaneously without switching or splitting hardware/software?
6.4 Possibility of simultaneous use of a surface coil and quad coil?
6.5 Multi channel array coils for High Speed parallel acquisition Technique – mention the coils and other elements
6.6 Remote coil selection – in conjunction with above, confirm if facility to select the coil elements from the main console should be there
6.7 Hardware required for imaging two general purpose flexible coils (flexi coil interface)
6.8 Body coil must be actively decoupled during surface coil imaging
6.9 Following coils must be provided (as from 6.11 to 6.29)
6.10 Description of offered coils – under following head a. Type of coil - Number of channels and name of coil b. Application c. Number of coil elements d. Flexible or rigid
6.11 Integrated body array coil / resonator – circular polarized / quadrature
6.12 16/32 channel or higher Head array Coil.
Page 37 of 57
6.13 Dual tuned Head and knee coils for 23Na imaging
6.14 At least 12-16 channel Neurovascular imaging coil. Should be a
standard coil or the combination of coil elements preferably quadrature
to cover entire neck from the aortic arch up to and including the circle
of Willis
6.15 At least 12-16 channel Coil for Head –Neck – Spine to be quoted as
standard
6.16 At least 12-16 channel C-T-L Spine Coil to be quoted as standard. Coil
for C,T and L Spine – should be phase array/quadrature (CP)
6.17 Body array coil (at least 16-32 channel) for thorax, abdominal, pelvic
application, peripheral angios. Should be ‘array’ and quadrature (CP)
6.18 Flexible coil small – CP or Quadrature for extremity or joint Quote as optional
6.19 Peripheral Angio Coil –Peripheral angio coil or equivalent coil with
CP/quadrature and array technology should be quoted for performing
renal to ankle angio coverage
6.20 Cardiac coil – dedicated cardiac for high speed and high resolution
imaging. Please specify the elements
Higher will be preferred
6.21 Bilateral orbit coil or equivalent Higher will be preferred Quote as optional
6.22 Phased array shoulder coil for high resolution imaging Higher will be preferred
6.23 Flexi coil for research purpose (General purpose 3” and 5” coils)
6.24 TR /phased array wrist coil
6.25 8-12 Channel Breast Coil
6.26 Volume array coil (proton) for animal studies Quote as optional
6.27 Rat head coil for proton brain imaging with animal holder and air eating Quote as optional
Page 38 of 57
6.28 B/L Temporomandibular joint coil Quote as optional
6.29 MR compatible Incubator with integrated neonatal head coil with
monitoring facility and temperature and humidity control with MR
compatible ventilator with 3 MR compatible gas cylinders with non
magnetic valve, pressure reducer and flow regulator
6.30 Coil tuning, impedance matching, RF power parameter and preamp gain
adjustment must be fully computer automated and optimized for each
patient.
7. Host computer and array processor
7.1 Efficient, fast, powerful and latest computer system with color 18” or
more LCD monitor and with sufficient memory and computational
speed (RAM >2GB) to match the single shot echo planar imaging [EPI],
interactive angiogram, multiplaner, three dimensional [3D]
reconstruction, surface rendering and dynamic imaging, vascular
imaging/angiography, functional imaging, DTI, cardiac
evaluation(calculation of ejection factor etc) fluoroscopic imaging and
adequate storage for the images and other applications.
7.2 Necessary image processor (>4GB RAM) with sufficiently large
memory for ultra fast image reconstruction capable of performing real
time image reconstruction in 50ms or less for the above application
mode and dedicated hardware for data conditioning and digital filtering.
7.3 Word length – must be 64 bit – 128 bit Quote reconstruction Speed, Number of images per second
7.4 Main Memory (RAM) Expandable, Image RAM capacity, 4 GB or more
7.5 Hard disc capacity for 256 X 256 matrix size images 100000 or more.
7.6 Two DVD Read/write drive for writing of images, spectra and raw data
along with the necessary software for reading the images and spectra on
CD – ROM.
Give configuration
7.7 Provision for archival of k-space data and raw (unprocessed) images. 1 Terabyte or more
Page 39 of 57
7.8 DICOM-3 interface to hook DICOM laser camera (dry view) capable of
storing, printing 1024 X 1024 matrix images in various formats (1-20)
without loss of digital resolution to be made available.
7.9 One special port [serial / parallel] with necessary interface for inter –
linking the machine with a PC of Windows XP/Vista loaded Operating
System and TCP/IP communication protocol for transfer of data
[image, spectra (raw & processed) and text] over Internet.
7.10 Image display capabilities of 1024 X 1024 matrix
7.11 Necessary image format including header and footer information of
stored imaging and spectroscopy data are to be provided with necessary
hardware and software to access the raw data.
7.12 Access to advanced source code for generating new sequences is to be
provided with necessary and adequate literature and hardware support
including cross compiler or any other relevant software for pulse
programming.
7.13 A list of sequences (imaging and spectroscopy) which can be opened,
read and modified by trained persons working on sequence
programming (Research collaboration)
For research purpose
7.14 Upgradeability of the Host CPU – company must upgrade the host CPU
hardware for a period of five year as and when it is upgraded by the firm
with out any extra cost.
7.15 Acquisition of next sequence must be possible while the image for last
sequence are being reconstructed
7.16 Operator’s Console – Provide detailed specification including
resolution, workstation based and operating platform
(as from 7.17 to 7.22)
7.17 Online display
7.18 The possibility of automatically displaying images immediately after
reconstruction should be available
7.19 Simultaneous use of the main console for other task
Page 40 of 57
7.20 Can next scan be started before the reconstruction of the previous scan
has been ended (parallel scan and reconstruction)
7.21 How many data sets can be reconstructed simultaneously (Actual scan
not yet finished plus number of previous scans still being reconstructed)
7.22 Monitor size at least 18” TFT flat/colour monitor magnetically
shielded. Display matrix – 1024 X 1024 (1K) or more
Specify resolution
7.23 Does operator’s console contains the following.
7.24 • Emergency scan abort capability
• Manual Over ride
• Audio system for communication
• Integrated respiratory, pulse and cardiac wave form display
7.25 Provision of necessary hardware and software for pulse programming
and pulse generation. Access to sequence generator must be provided
As a part of research agreement
7.26 Two separate multi modality Work Stations capable of calculation, post
processing etc including MIP, MPR and spectral analysis. EPI functional
imaging and filming. These work stations should be able to receive
DICOM images from CT, DSA lab etc. Printing must be possible from
all these workstations.
Should be identical in performance as main measurement console and having same user interface (controllable from the keyboard and mouse facility) with evaluation capabilities like MIP, MPR, surface reconstruction and spectral analysis etc. This may provide the clinician with the ability to independently
manipulate and analyze images separate from the operator’s console. It
must be completely independent to allow totally unconstrained
operation. It should have its own CPU and array processor. Necessary
interface for data transfer, along with recording must be provided:
a. The image format must conforms to ACR-NEMA format standard
b. Provide details of image format and header information for imaging
and spectroscopy data
c. The main console and work station should operate on the same
platform preferably with the immediate image transfer (Automatic Data
transfer capabilities).
d. Image documentation should be possible from the main console as
Specify the following
for work station
Type of CPU
Word length Main Memory (RAM) Hard disc storage capacity of 1 TB or higher and DVD writer to be included Type of array processor Raw data memory Word length of array processor Array processor memory (RAM) Colour monitor at least 18” LCD / TFT / Flat colour monitor - provide detail specify make & resolution (1024 X 1024 dot resolution or better)
Page 41 of 57
well as the workstations
e. Additional post-processing software on the workstations, and display
facility must be provided.
7.27 Connection with PACS must be provided with all supporting software.
8. SOFTWARE PACKAGES on WORKSTATION
8.1 Compatible with data from high resolution MRI Units All the software packages available on the main console should also be available on both workstation also
9. DATA acquisition
All Coils should be capable of running all sequences
including Diffusion imaging and Proton spectroscopy
9.1 System should be capable of 2D & 3D acquisitions in conventional, fast,
ultra fast spin echo and gradient echo modes so that real time online
images can be observed.
9.2 2D multi slice imaging should be possible in all planes (axial – sagittal –
coronal. Oblique & double oblique)
9.3 Matrix – 128 X 128, 256 X 256, 512 X 512, 1024 X 1024 and
rectangular matrix selectable in steps of 1.
Specify pulse sequences and
techniques where 1024 x
1024 matrix can be
employed.
9.4 Half Fourier or other technique to reduce scan acquisition time while
maintaining adequate SNR.
9.5 3D volume, multiple continuous slabs, multiple inter leaved and
multiple overlapping slabs.
9.6 Slice thickness in 2D & partition in 3D to be freely selectable.
Page 42 of 57
9.7 Dynamic acquisition (Serial imaging with capability to initiate scan
sequence) either from the magnet panel or from the console.
9.8 Dynamic acquisition: number of repeat scans with delay time either
identical time interval or selectable.
9.9 Auto slice positioning from the localizer imaging
9.10 Maximum off center positioning anterior – posterior and lateral
direction should be selectable.
9.11 Gating physiological signal like ECG, pulse, respiratory, external signal
triggering (interface for triggering input pulse from external source)
9.12 Simultaneous acquisition, processing and display of image data in multi
slice mode.
9.13 Selection of VOI’s from oblique slices should be possible while doing
spectroscopy.
9.14 Artifact reduction / imaging enhancement / imaging filtering / image
subtraction / addition / multiplication / division techniques
9.15 Flow 1st and 2nd order flow artifact compensation.
9.16 A number of re-locatable saturation bands be able to be placed either
inside or outside the region of interest.
9.17 Fat saturation techniques, frequency selective RF pulses to suppress fat
signals in the measured image FOV.
9.18 Magnetization transfer saturation: Off resonance RF pulses to suppress
signals from stationary tissue in FOV phase contrast capability in 2D &
3D mode.
9.19 Method for efficient SAR management Please provide details of hardware and software methods
9.20 Image intensity correction
9.21 Breath hold acquisition
Page 43 of 57
9.22 Free breathing acquisition (2D, 3D) for thoracic and abdominal imaging
9.23 EPI mode
9.24 Data acquisition in all three standard planes (axial, sagittal, coronal) and
oblique and double oblique planes.
9.25 Higher matrix acquisition capabilities in single shot EPI acquisition time.
TR, TE and slice thickness should be clearly mentioned and supported
by data sheet references.
9.26 Parallel Acquisition – System should have parallel acquisition
capabilities complying the following requirements (as below from 9.27
to 9.30)
9.27 Compatible for all 2D as well as 3D sequences
9.28 Should be combinable with all orientations (Transverse, sagittal,
coronal, oblique and double oblique)
9.29 Should support up to factor 4 or higher for reduction in scan time for all
applications as compared to normal acquisition.
9.30 Should be combinable with all imaging applications (Neuro, Cardiac,
Body, musculoskeletal, angio including CE angio.)
10. Imaging Specifications
10.1 a. Minimum TE in Gradient Echo
b. 2D
c. 3D
Please specify
10.2 a. Minimum TR in Gradient Echo
b. 2D
c. 3D
10.3 Minimum TR in spiral mode
Page 44 of 57
10.4 Minimum TE in spiral mode
10.5 Minimum slice thickness 2D for all sequences. Should not be greater than 0.2 mm
10.6 Minimum slice thickness 3D for all sequences. Should be less than 0.1mm
10.7 Minimum FOV for all sequences (2D & 3D) : 1cm or better
10.8 Maximum FOV for all sequences (2D and 3D) 40 cm above (Maximum gradient amplitude should be possible over this FOV)
10.9 Prospective motion detection and correction 1D – 2D
10.10 Is an acquisition technique with prospective motion correction available
10.11 Prospective motion detection correction 3D motion correction
available?
If yes, does it include a correction in all 3 linear direction and specially all three rotational directions? Is it suited for functional MRI with increased sensitivity and specificity?
10.12 Is it possible to perform scans with arbitrarily sorted K – space filling
(elliptical sequential, arbitrary assignment etc)
10.13 Is it possible to perform scan with segmented K – space? (reduced scan time by a factor of two for different applications)
10.14 Is it possible to perform all fat and water saturation techniques including
in phase out phase imaging with a single sequence?
10.15 Use of magnetization transfer contrast technique (MTC) for all sequences possible? Please list the sequences where it is not possible.
10.16 Maximum ETL, 128 or better in full Fourier transformation Please give the details
10.17 3D sequences, Please list the 3D sequences type with sub-millimeter
isotropic resolution
10.18 ECG Trigger including one set of patient lead wires, Two fiber optic
peripheral gating probe – one adult and one pediatric
Page 45 of 57
10.19 Physiological synchronization
10.20 Displaying and triggering of ECG, pulse, respiration and external triggering sources on main console.
10.21 To perform a scan with an external trigger source eg. Pulse generator
for functional imaging.
10.22 Display the ECG on magnet
10.23 Advanced trigger detection
10.24 Arrhythmia minimization
10.25 Peripheral trigger
10.26 Pulse / Respiratory trigger
11. BASIC PULSE SEQUENCE
11.1 Spine Echo (SE) – Multi slice single echo, multi slice multi echo (8 echo
or more) with minimum TR & TE. SE with symmetrical and
asymmetrical echo intervals.
11.2 Inversion Recovery (IR) including short TI – modified IRSE, FLAIR,
DIR (Double Inversion Recovery)
11.3 MT with SE and FLAIR
11.4 STIR (Short Tau Inversion Recovery)
11.5 Gradient Echo – Gradient Echo with transverse gradient / RF spoiling
and transverse gradient re-phasing eg. GRASS etc. 3D gradient echo
with shortest TR & TE, free choice of flip angle selection while
maintaining SNR.
11.6 Dynamic study for Pre & post contrast scans time intensity studies
(Wash in and wash out) and Kinematics
Page 46 of 57
L.1 Fast Sequences
a. FSE – Fast spin echo in 2D & 3D mode. T1, T2 and PD contrast
capable of acquiring maximum of slices with a given TR and minimum
TE, Echo train should be at least 256 or more in fast spine echo mode.
b. Ultra short fast spin echo
c. Half Fourier acquisition capabilities should be available with/without
diffusion gradient and in combination with fast spin echo.
d. Fast spin echo with inversion recovery
e. Fast gradient spin echo IR multi slice, multi echo mode with minimum
turbo factor. Sequences should incorporate RF focusing to acquire ultra
fast gradient spin echo.
f. Fast gradient echo sequences should incorporate RF spoiling & other
techniques to acquire image in ultra fast 2D & 3D modes
g. Fat & water suppressed imaging sequences.
L.2 Ultra – Fast sequences
a.
a. EPI (Echo Planar Imaging) Single shot and multi shot optimized
sequences for T1, T2 and PD imaging. Perfusion, regular diffusion
values (3 directions) EPI – FLAIR, EPI –IR, EPI- FLAIR diffusion
Tensor, EPI - MT – FLAIR. Tensor diffusion for diffusion studies,
suitable artifact / fat suppression techniques to be incorporated in the
sequence to have optimum image quality. There should be capability of
calculating ADC map (Isotropic and anisotropy from regular diffusion
and tensor data.) It should be possible to perform arterial spin labeling
(ASL) of the brain, and the corresponding software to give various
perfusion maps with quantification possibility.
b. If any of the items are not available as clinical tool at present and
available as research tool may be provided under research agreement
c. Is it possible to prescribe oblique planes in DTI? If so pl provide the
processing software for the same.
Specify the number of shots
for EPI in 64x64, 128x128
and 256x256 matrices.
Please specify whether it is possible to perform DTI of the liver in vivo?
Page 47 of 57
b. Single shot selectable with all coils including phased array coils for very
fast imaging of trauma patients.
Please specify
c. Optimized sequence package for special applications
d.
a. MR angio – Comprehensive angio software package with and
with out use of contrast for the whole body.
b. 2D TOF, 3D TOF, TOF overlapping sequence
c. 2D / 3D phase contrast with and without gating and
magnetization transfer saturation
d. Black Blood angiography for cerebral, pulmonary, abdominal and
peripheral vessels.
e. For peripheral angio moving table angiography must be provided so that complete limb can be examined in single go.
f. Bolus tracking software package must be provided. g. Sequences for breath hold angiography with contrast
enhancement should be offered l. Time resolved MRA with high temporal resolution and high
spatial resolution.
e.
Advanced MR cardiac examination package for evaluation of heart
in long and short axis with white as well as black blood cardiac
imaging. Morphology, wall motion, perfusion imaging, cardiac
tagging technique, real time interactive imaging free breathing
cardiac MR examination. Myocardial viability, myocardial
perfusion. Software package for full automated analysis should be
available. Velocity quantification, quantification of aortic and
pulmonary flow should be available.
Please describe full details with specifications on temporal resolution
Package for coronary artery imaging including sequences for motion
compensation, prospective and retrospective gating should be available.
Page 48 of 57
Contrast enhanced and without contrast enhanced sequences.
L.3 SEQUENCES FOR ADVANCED APPLICATIONS
a.
a. Sequence package for diffusion study in organ like brain, Kidney,
muscle, heart, liver etc. Perfusion study in organ system like Kidney,
Brain, Muscle, Heart etc evaluation package for calculating CBV,
CBF, MTT, Perfusion MAP etc. (Should be possible on main console
in real time). Other latest perfusion metrics like Ktrans, Vep etc.
should also be available (the vendor is free to provide agreement with
any third party software for this purpose at no added cost, if not
available on the existing platform).Both T2w DSC and T1w DCE
should be available.
b. Flow quantification in vessel & CSF, hepatobliary system
c. Optimized breath hold sequences for abdominal studies including
angiograms. State sequences offered with acquisition time.
(d) Software to fuse various functional imaging maps (as mentioned
previously should be available).
b. a. Integrated complete hardware and software tools for
presentation, data collection and analysis solution for FMRI
assessment
b. Dual computer with software for experimental control, patient management and functional analysis Pentium 4 computer (high end) with CD/DVD drive for experiment presentation loaded with E-prime SW80 GB Hard Disk with at least 2MB video RAM Brain Voyager package or equivalent functionality Master control interface between computer and peripheral devices Large LCD patient display with Head Coil mount in magnet room, patient head phones, patient microphone and 5*2 keypad response unit LCD display should have unrestricted FOV (non-goggle based system must be quoted) LCD display fixed on top of Head Coil RF detector and console enabled TTL triggered for pulse synchronization Fibre Optic cable between Magnet and console. Paradigm generator should have pre-set of paradigms for experiment generation and user programmable paradigm generation should be possible as well CD/DVD for patient entertainment: 3.0T compatible and FDA cleared.
c. Sequence package for functional mapping of brain with
Page 49 of 57
paradigms for motor tasks, perceptual tasks, attention tasks, memory tasks, and cognitive tasks with digital sound editor, graphics editor, generalized task editor etc. Utilities and suitable software for its evaluation.
c. Internal Ear Imaging – Details of sequences available Please give details of post processing software.
d. MR cholangiography, MR pancreatiogram; MR urography, specialized
sequences and processing to perform MRCP. Give details of sequences
available.
e. Flow quantification package for CSF with dynamic CSF flow imaging at
aqua duct and spinal canal.
f. Dynamic MR Elastography-If not available as clinical, may be supplied
under research agreement
Quote as optional
g. Pulmonary 2D/3D MRA sequences
h. Navigator technique for collection of functional imaging data
i. Artifact reducing software for eg. reducing CSF flow artifacts in FLAIR
2D/3D imaging.
j. T1, T1 Rho, T2 and T2* mapping (cartigram, liver iron estimations
etc.)
12. Any other new or relevant sequences may be quoted
12.1 a. System should have capability to perform Multinuclear in vivo
spectroscopy. State minimum TE & TR for spectroscopy sequences.
b. Proton, Carbon-13 with all hardware and software
c. Please provide dynamic nuclear polarization device (dispenser) for
Hyperpolarized Carbon-13 spectroscopy
c. Please quote this device as optional
12.2 Sequence and protocol for multi nuclear spectroscopy (3D, CSI)
Sequences for sodium imaging for head and knee
.
Page 50 of 57
12.3 Water suppression Please provide details of broadband proton decoupling for optimal water suppression
12.4 Capability for single voxel and multi voxel spectroscopy acquisition for
all the nuclei
12.5 STEAM, CSI, PRESS, STEAM with CSI, PRESS with CSI with different
TR/TE
12.6 Multi slice MRSI with outer volume fat and water suppression using SE
and EPI techniques
12.7 Post processing should include FFT, base line correction automatic
phase correction, curve fitting, metabolite image and spectral mapping,
quantization of metabolites etc.
12.8 Minimum VOXEL size for 1H (head coil) in a single voxel mode will be
preferred
12.9 Simultaneous display and evaluation of image and spectroscopy data
12.10 One of the popular advanced MRS quantification softwares should be
provided (with atleast 5 years license/research agreement with third
party if not available on existing platform)
12.11 Susceptibility weighted Imaging and Susceptibility weighted angiography
13. Post Processing and Evaluation Software
13.1 3D multi planar reconstruction (MPR) in any arbitrary plane including
curved planes with freely selectable slice thickness and slice increments
in matrix 256 X 256 X 128. Please provide the software for
kyphoscoliotic spine
13.2 3D surface reconstruction and evaluation of a reconstructed image with
minimum time.
Page 51 of 57
13.3 MIP in 2D & 3D mode. Targeted/segmental MIP in any orthogonal axis
with minimum processing time and capable displaying in cine mode.
13.4 Cardiac evaluation operator selective or automatic contour mapping and
calculation of cardiac parameters like wall thickness, stroke volume EF,
filling rate, myocardial wall motion etc including display of data in table,
graph and in cine mode, blood flow quantification, velocity mapping,
pressure gradient quantification, shunt quantification, regurgitation,
stenosis, blood flow calculation, etc.
These should be usable on
main as well as on
additional workstation.
13.5 Evaluation and display of diffusion imaging.
13.6 Estimation of liver fat and iron and appropriate sequences required to
do the estimation should be available. Please also provide software for
liver whole volume and segmental liver volume calculations
13.7 Evaluation and display of diffusion images, full DTI post-processing
software for tractography (fiber tracking with or with out vector
display). Fusion of DTI with perfusion, and fMRI should be possible.
13.8 Perfusion image analysis and evaluation with time intensity graph and
other statistical parameters
13.9 Flow quantification and evaluation for vascular flow (high & low) CSF
flow
13.10 Evaluation of functional images of brain
13.11 Image statistics – measurement of distance, area, volume, angle, SD,
mean, image addition, subtraction, multiplication, division,
interpolation, segmentation, threshold, histogram (ROC)
13.12 Fusion software for angio (MRI, MRA and/or DSA) fMRI, DTI,
tractography etc
13.13 Evaluation feature like, Zoom, rotation, scroll, roaming, image
synthesis, multipoint T1, T2 calculation (more than 3) Window
stretching, text dialogues, graphics, storing, searching, archiving,
recalling.
Page 52 of 57
13.14 T1 relaxometric measurement (as also mentioned above)
13.15 T1 perfusion imaging –Ktrans,ve, plasma fraction calculation (as also
mentioned above)
13.16 Facility for viewing cross reference on various sequences
14. Multiformat Imager
14.1 Laser camera – DICOM 3.0, Dry. Minimum dpi should be 500 Specify make/model
14.2 System must provide complete batch filming with means to adjust
image contrast and density
14.3 Image must be controlled for exposure from the operator’s consol and
any workstation. An interlock/indicator system must be provided to
prevent image production from one console from being intermixed
with images from other consoles
14.4 Remote keypad, contrast inversion,
14.5 Should be connectable to multiple modalities like CT, MRI,
Angiographic systems, ultrasound, with on line PACS necessary
interface must be provided. Filming must be possible with all
modalities mixed on a film.
14.6 Must be able to do serial processing imaging system wise when
multiple systems are connected to the processor
14.7 Specify various formats which can be had on 14” X 17” films with
detailed software specifications
14.8 All needed software and hardware must be provided
14.9 Filming software should have user definable formats, however
adequate number of preset formats should be provided.
Page 53 of 57
15. Networking
15.1 A software interface for a PACS connection to other modalities must be
included in the offer.
15.2 DICOM 3.0 compatibility for networking (send & receive facility with other imaging system and spectroscopy)
15.3 Network of MRI system with Linux/Unix/Window based PC workstation with necessary hardware and software on the basis of Ethernet. TCP/IP protocol to transfer image data from MR system & PC’s / Workstation and receive processed images back from PC’s / Workstation to main MR system.
15.4 Following DICOM functionalities must be supported
15.5 • DICOM send / receive
15.6 • DICOM query / retrieve
15.7 • DICOM work list (HIS / RIS)
15.8 • DICOM storage commitment (SC)
15.9 • MPPS (Modality performed procedure steps)
16. Miscellaneous
16.1
Phantoms (All type imaging & spectroscopic) including structured
phantoms and quality assurance as per AAPM standard for SNR in
different coils spatial resolution, magnetic field inhomogeneity, eddy
current compensation, RF power & inhomogeneity measurement
AAPM recommended distortion measurement phantom.
16.2 Customer run able diagnostic software for quality assurance and fault
Page 54 of 57
finding
16.3 Hand held metal detector (one)
16.4 All the necessary interconnecting interfaces cables, modules & other
hardware & software totally integrate the system for completion to fully
operational status.
16.5 Any other advanced application package like interactive imaging package
for cardiac imaging and spectroscopy evaluation should be offered. Give
all technical details and literature.
16.6 RIS and PACS connectivity must be provided
17. The system should have the following
17.1 Room oxygen level indicator
17.2 Gas transfer fitting and accessories
17.3 Acute voltage regulator with UPS (specify capacity, with backup time 30 minutes) for MR system and peripherals
17.4 Details of gradient cooling – Amplifier Gradient coils
17.5 CD/DVD recorder with interface for online / real time connected to the operator’s console for work station; AVI movie maker
17.6 Adult and Pediatric leads for ECG, Pulse gaiting and respiratory gaiting
18. Anesthesia Equipment Requirement
18.1 One MRI compatible anesthesia machine with the following facilities eg.
Oxygen, air and nitrous oxide flow meters. Isoflurane & servoflurane
vaporizer, adult, pediatric and neonatal ventilator. Latest safety alarms
as applicable to MRI room and gas failure alarms.
Page 55 of 57
18.2 MRI compatible infusion pump - 2 No Please quote one of these makes : Datex-Ohmeda, Penlon
18.3 Arrangement of Gas lines in recovery room and in magnet room
19. Accessories
19.1 MR compatible EEG system - : 23 electrodes to complete the
requirements of a standard international 10–20 system
19.2 MR compatible laryngoscope
19.3 Lumbar device for simulating weight bearing
19.4 Kinematic devices for cervical spine,
19.5 Kinematic devices for joints
19.6 Auditory stimulation – Ear Phones Please quote as an option
19.7 MR compatible pressure injector with 2000 syringes–for perfusion
imaging, contrast enhancement MRA and bolus tracking,
Give name and model of injector offered (latest available)
19.8 UPS for complete system for 30 minutes
19.9 One color laser printer to print on color laser films (SONY/Codonics)
19.10 Coil Storage cart system to house all the coils and accessories such as
pads, mattresses, phantoms
19.11 Non-magnetic metallic platform for servicing of the magnet at no added
cost
19.12 Satisfy Regulation As per international standard and as approved by FDA. Must match with
Page 56 of 57
Indian standard & law
19.13 Service- Clearly state power requirement, heat dissipation in each room, accessories be adapt to local power, water supply, temperature, humidity, dust and other environmental hazards and variations
All essential term and condition to ensure optimum performance of the system after commissioning with minimum down time and life cycle cost.
19.14 System should have built in remote service diagnostics
19.15 After sales service support at Varanasi
OTHER CONDITIONS
5-Year Hardware Up-gradation and 10-year software up-gradation free
of cost as per the latest released versions after the installation of the
equipment excluding the magnet
Maximum time to supply all the hardware and software agreed upon in
the tender quotations and in the subsequent technical and financial
negotiations should not exceed 3 months. Beyond this period, a financial
penalty clause will be added - 1 lakh/day for the first week of delay and
Penalty will double every week after that.
Academic/ personale interaction/orientation as mutually agreeable.
95% up time of 365 days (24 hrs a day) that is from the day of successful
handing over of the equipment.
.
a. All items in the supply order should be supplied during the time of installation. No
exceptions will be allowed. Items under Research Agreement should be finalized well in
advance (after receipt of supply order), so that there is no delay in delivery of software or
coil or any other accessories.
Page 57 of 57
b. Software upgrades (where hardware upgrades are not required) like new pulse
sequence, new application package, etc, should be provided within one month after
release worldwide (any country, viz. North America / Europe / Germany, etc). In case, the
same is not provided in time, the parent company should undertake the responsibility to
implement the same. This is to make sure that the machine stays updated with similar
products for at least five years.
*********************************************
Recommended