Anda di halaman 1dari 8

ALL INDIA INSTITUTE OF MEDICAL SCIENCES

DEPARTMENT OF SURGICAL DISCIPLINES


ANSARI NAGAR, NEW DELHI-110029
Email: storesection.newsurgicalblock@gmail.com
(Surgical Block)

Our Ref.39/Surgical Block/2016-17/St. Dated: 16.12.2016

TENDER CORRIGENDUM

Subject: Purchase of various Machinery & Equipment items for new Surgical Block-Uploading of
specifications after pre-bid meeting thereof.
*********
In continuation to our Global Tender issued vide NIT No. 02/Surgical Block/2016-2017/St.,
published through leading news papers, ITJ, AIIMS/Govt. website for purchase of different
machinery & equipment items for New Surgical Block and subsequent corrigendum issued on
different dates regarding extension of date of sale & submission of different tenders up to
30.12,2016, the prospective bidders may kindly see the fresh/revised specifications duly approved
by Technical Specification Committee after pre bid meetings and submit your quotation
accordingly. The information related to extension of date of submission & date of opening of
quotations have already uploaded on AIIMS/Govt. website vide our corrigendum dated
14.12.2016. The fresh/revised technical specifications are annexed herewith for your ready
reference.

All prospective bidders interested to participate in above tenders may kindly see the fresh
revised specifications after pre bid meetings and submit your quotation accordingly.

All other entries, terms & conditions mentioned in original NIT will remain unaltered

Stores Officer, Surgical Block


Encl: Fresh specifications.
39/Surgical Block/2016-17/St.

TECHNICAL SPECIFICATIONS OF FULL FIELD DIGITAL MAMMOGRAPHY SYSTEM WITH


DIGITAL BREAST TOMOSYNTHESIS AND STEREOTACTIC BIOPSY FACILITY

Total Number required : 1No.


Cost per unit: 300 Lakhs

Specifications

The system should have following features:


1. X- Ray generator
a. X-ray generator should deliver high frequency constant potential, inverter type with
minimum rating of 5.0KW with 100 mA at 35 kV.
b. Kv : 23kV to 35kV or more in 1 kV increment.
c. mAs range should be 3.0 to 400 mAs or more. Range of mA should be 10 to
100mA at large focal spot and 10 to 50mA at small focal spot.
d. Automatic exposure control with manual override facility
e. Exposure lock to prevent accidental double exposure

2. X Ray Tube
a. Heat storage capacity of the x ray tube must be 150 KHU or more.
b. Dual focal spot size of 0.3mm (Large) & 0.1mm (Small).
c. Dual or triple filtration mode . Fully automatic or user selectable collimation for
different sizes.
d. Cross-hair shadow marker

3. C- Arm assembly
a. Fully motorized vertical and isocentric rotation.
b. SID 65cm or more with removable patient face shield.
c. Anti scatter grid with auto retract for geometric magnification views
d. Fully automated compression mode with compression paddle tilt. (motorized/ User
selectable)
e. Magnification factor of 1.5X or more
4. Compression paddles
a. Two standard compression paddles of width 15 cm or more and 24 cm or more
b. Spot compression and axilla compression paddles
c. Localisation cross -hairs
d. Stereotactic biopsy paddle with open window
e. Wire localization paddle with open window
f. Original (OEM) wall mounted hanger for compact docking of above mentioned
paddles
5. Digital flat panel detector
a. Solid state direct/indirect conversion type, size 24x30 cm (+ 1 cm)
b. Pixel size of 100 micron or less. Specify image matrix (in pixel) and image size (in
MB)

6. Digital breast tomosynthesis


a. Fully integrated digital breast tomosynthesis system to be supplied as the standard
component.
b. It should be possible to perform tomosynthesis in both CC and MLO views. Please
specify time taken for tomosymthesis.

7. Acquisition Workstation
a. 3 mega pixel or more grey scale medical grade LCD Display.
b. User interface display with 1.2 Mega pixel color LCD Display. Facility for Work list,
print, storage commitment, query/ retrieve, modality performed procedure step,
scheduled workflow, patient information, reconciliation, and mammography image.
c. Image storage capacity of 5000 images or more

8. Reporting Workstation
a. High end Dual processor window based 3GB high Speed RAM with high speed
Hard disc of minimum 1.2 TB (or total equivalent external hard dic)
b. 5MP or more monochrome medical grade dual monitors approved for
mammography with in-built calibration.
c. Dedicated mammography workflow keypad
d. Mammography and tomosynthesis viewing and post processing facility
e. Customizable workflow, image layout and image orientation
f. It should be ready for multimodality (ultrasound, CT, MRI) viewing
g. DICOM storage, query, retrieve, print in ready to use configuration
h. Storage capacity of minimum 20,000 images

9. Image documentation and transfer


a. It should be possible to transfer images on DVD and USB drive in DICOM and PC
format
b. The workstation is to be integrated with DICOM compliant network of the institute
c. Mammography and tomosynthesis images should be vendor neutral so that viewing
at any other workstation and storage in departmental PACS server is possible. If
these image formats are proprietary, appropriate licences should be provided to
convert them for general viewing.
d. Dicom modality work list (DMWL) and modality pre procedure setup (MPPS) should
be enabled on the main unit.
10. Digital Stereotactic Breast Biopsy
a. Upright stereotactic biopsy unit, which should allow biopsy in both CC and ML
orientation of the gantry.
b. It should be ready to use with standard FNAC needles, hookwire needles, 14G core
biopsy guns and vacuum assisted biopsy probes. Needle holders, biopsy guides
and any other hardware or software required for this purpose should be included
with the unit.

11. Standard accessories


a. USFDA approved vendor neutral, DICOM compatible Breast density software. It
should be capable of volumetric computation. It should be able to display individual
breast volumes in cc, volumes of fibroglandular density in cc, percentage density
score and ACR BI-RADS (5th edition) density score in tabulated form.
b. USFDA approved vendor neutral 2D CAD solution. CAD should identify vascular
calcification, lymph nodes, nipple and eclude it from markings. CAD marking should
be easily toggled on and off.
c. Imported, motorized mobile biopsy chair cum couch (Acrus or DBI or equivalent)
suitable for stereotactic biopsy in sitting and lateral decubitus position
d. Vendor to get QA done as per AERB norms as and when required
e. Radiation shield with 0.3 mm lead equivalent
f. Compact dry chemistry film camera (minimum 500 DPI), approved for
mammography with 5 packets each of 8X10 and 10X12 size films should be
supplied along with the system.
g. UPS for 30 minutes of complete system with all accessories back-up
h. Three zero lead light weight lead aprons
i. One set of atest BI-RADS-RADS atlas (5th Edition 2013).

12. Optional items (prices to be separately mentioned in the price bid)

a. Vacuum assisted breast biopsy system with facility for dual suction and saline
irrigation (Mammotome-revolve or Suros or BARD-encore or equivalent). It should
be configured ready to use with stereotactic as well as hand held ultrasound
guidance. Complete consumable sets for stereotactic and hand held ultrasound
guided biopsy (20 nos each) and biopsy site marker clips (20 nos) should also be
supplied
b. Dual energy contrast enhanced spectral mammography package
c. Capability to synthesize 2D view from tomosynthesis data.
d. Tomosynthesis guided biopsy facility
e. Specimen Radiography System for high quality images to allow for instant
verification of samples right in the procedure room
i. Micro-focused x-ray tube, specimen image processing algorithms and selenium-
based detector
ii. 12 cm x 14 cm active imaging area
iii. Enhanced image optimization for improved lesion conspicuity
iv. 1.5 X and 1.8 X geometric magnification
v. Automatic Exposure Control (AEC) optimized for breast excisions and core
biopsies

13. Other features

a. Quoted unit should be approved by USFDA Certified and necessary documentary


evidences must be enclosed.
b. The unit should have AERB type approval or NOC for import and use in India.
c. The vendor should assist and facilitate registration and certification of the facility
by AERB.
d. Vendor should not be blacklisted from any Govt. institution or judicial or semi
judicial authority. An affidavit to this effect should be submitted.
e. The Firm must have atleast 5 installations of Digital Mammography units in India
with atleast 1 with tomosynthesis within India, firm is requested to submit the
performance certificate from the User with the bid.

14. Warranty/After Sale Service


a. Five year comprehensive on site warranty of entire system (Spares and labour)
including X-ray tube and all accessories and civil, electrical and air conditioning
works. This will be followed by 5 years comprehensive AMC.
b. 95% uptime guarantee should be given. In case down time exceeds 5%, penalty in
the form of extended warranty, double the number of days for which the equipment
goes out of service, will be applied.
c. If the unit is being quoted by Indian agency which is not a direct subsidiary of the
principals; an undertaking from the principals must be provided that in case of
discontinuation or change of the agency, merger, acquisition or any corporate
rearrangement, the principal will arrange for onsite maintenance of the unit and
abide by all terms and conditions of the tender.

15. Installation and Turnkey


a. All turnkey work proposed by the selected firm will require approval of Head of the
department of Radio-diagnosis and competent authorities including engineering
section, of the institute before implementation.
b. The vendor should inspect the site before quoting and ensure that the unit can be
installed in the available space without any functional compromise.
c. Reporting workstation will be located in reporting room separate from
mammography room. Necessary networking, furniture, fixture and modification in
reporting room for this purpose will be vendors responsibility.
d. Optimal Radiation safety requirements must be taken into consideration.
e. The cost of alteration and preparation in a specified built in area on turn key basis
which will include civil, electrical and air conditioning and maintenance of air
conditioning is to be borne by the firm.
f. Requirement of power and air conditioning must be clearly specified. Power supply
by the institute will be terminated at desired point. All electrical provisions including
earthing etc. will be vendors responsibility.
g. A state of art fire fighting system with alarm and smoke detectors to be installed and
connected to central facility of the hospital.
h. Internal finishes: Flooring and skirting of branded antiskid ceramic (vitrified) tiles of
reputable firm; walls-POP with plastic emulsion paint; GI powder coated ceiling
system
i. Lead lining of the walls and doors as required.
j. Changing room with powder coated aluminum section of required size.

16. Instructions to vendors


a. All information asked must be provided clearly in compliance sheet under same
headings. Haphazardly given information will not be considered.
b. A complete original printed product data sheet must be submitted as a part of
technical bid. Photocopy or computer generated data sheets or emails shall not be
accepted. Product data sheets of quoted third party items must also be supplied.
c. Any technical clarification required which is not mentioned in the product data sheet
should be clarified by the principals or manufacturer.
d. A blank copy of the price bid (with figures deleted) should be attached with
technical bid.
e. On-site training of the staff by application expert should be provided for the period
not less than 4 weeks, as per the convenience of the department.

Note : All the participating firms should quote the price of all required spares and
consumables for upkeep & smooth functioning of the equipment for a period of 5 years. In
case of non compliance, the firm has to replace the spares free of cost till the warranty
period

ALL THE HARDWARE & SOFTWARE UPGRADATION WILL BE


PROVIDED FREE OF COST UPTO 5 YEARS
Trunkey Works

T. No. 39/Surgical Block/2016-17/St.

FULL FIELD DIGITAL MAMMOGRAPHY SYSTEM WITH DIGITAL BREAST


TOMOSYNTHESIS AND STEREOTACTIC BIOPSY FACILITY.

The layout plans (with dimensions) allocated has already been uploaded earlier. Air-
conditioning of appropriate strength/capacity (tonnage) in the area as required shall be done.
Additional standby split air conditioner(s) of appropriate strength/capacity (tonnage) to be fixed
in the main equipment rooms.

Civil work:
In the civil works Modifications/Renovations in the existing rooms by the supplier/vendor
as shown in the layout plan after approval by the Atomic Energy Regulatory Board (AERB) shall be
executed.
The walls of whole Complex should be finished acrylic/plastic emulsion and should be
finished with vitrified tiles up to five feet height from the floor. Colour as approved by Purchaser
shall be provided. The flooring in the Fluoroscopy/DR complex should be as per AERB
regulations. Flooring in all rooms shall be of vitrified tiles of 80 x 80cm size or other close
appropriate size of reputed makes. Colour as approved by Purchaser shall be provided.
Whole area of Complex as in the layout plan approved by the AERB shall be finished with fire
resistant false ceiling material.
All the doors should be provided with necessary fittings with hydraulic type door closures
and with Mortised locks. Main door of the complex in the corridor shall be in glazed aluminum
powder coated with adequate thickness of glass with etching work wherever required. Colour of
aluminium powder coating shall be got approved from Purchaser before execution of works.
Lead Glass window of adequate size will be fixed as per AERB guidelines in the console room.
Proper signage both external and internal to be done.

Electrical work:
The firm is required to specify load requirement i.e. required for the unit, the air conditioning,
room lighting and accessories, if any. The electrical works should have minimum two
separate Earthing with copper plate is to be provided for the each equipment and air-
conditioning equipment as per equipment requirements. The use of earth leakage circuit breaker
will be as required.
A distribution panel of appropriate capacity is to be provided by hospital. The load shall
also be provided by the hospital. From the substation of the hospital to the distribution panel,
cable of appropriate size shall be provided & fixed by the hospital. Vendor shall do cabling from
distribution panel up to the equipment.
The switch gears (MCBs / ACBs/ MCCBs), L.T. distribution board for MCBs etc. Electrical
wires should be of copper of different capacity as per the load.
Telephones to be provided in all rooms with EPABX system having control in office.
Modular range Switches / Sockets should be provided and fixed as per requirement. LED
lights of suitable illumination should be provided of Phillips/GE/ Crompton/Syska make.

Air conditioning:
Split Air conditioners of reputed make to be provided by the vendor in whole complex as
per requirements (to maintain appropriate temperature in the main equipment room & other
rooms) and as per regulations of AERB.
Standby additional split air conditioners of appropriate strength/capacity (tonnage) to be fixed in
the main equipment room.
Hygrometer Nos.1 to be provided.
In-built or External De Humidifier in Equipment, Console and Examination rooms to be provided
as per room layout.

Fire Protection
Non water based fire protection is to be integrated as per requirement. Fire extinguishers
of appropriate types should be fixed in different rooms as per requirement. Heat
detectors/hooters/photoelectric/smoke detectors shall be provided in all the rooms and corridors
as per requirements.
In case the expiry date of fire extinguishers is before the completion of 5 years
comprehensive warranty period, extra set(s) of fire extinguishers will be supplied by the vendor till
the completion of the 5 years comprehensive warranty period. Besides, any works required as per
statutory/Delhi Fire Services norms shall be executed by the vendor.

The vendor to also install the following:

Audio visual Music systems for patient waiting areas. Adequate Pest, insect and rodent
control system to be provided and installed to ensure that area remains insect, pest and rodent
free. Music and Public Address system for calling/ informing the patients in the waiting areas.
Furniture:-
Following furniture will be provided:
Chairs with castors and armrests 2 nos.
Overhead Storage(1.2x0.4x.6m) for CD storage 1 no.
Medicine Trolley 1 No.

Anda mungkin juga menyukai