E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last...

34
NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES (Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru 560 029 Ph: 26995023/5913/5923 E-mail: [email protected] Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender E-Procurement Global Tender No. STR1C/NIMHANS/2017-18/IND50 23.12.2017 Purchase section Page 1 of 34 GLOBAL TENDER NOTIFICATION (Through e-procurement portal only) The Director, NIMHANS invites tender from eligible tenderers through the Karnataka Government E-Procurement portal for supply of following equipments. Sl. No. Name of the Item Quantity (in Nos.) EMD (in `) 1. Upgradation of Existing Philips Achieva 3T MR System to the Latest Generation Hardware and Software MRI System 01 10,00,000/- Tender Schedule Downloading of Tender documents from website - https://eproc.karnataka.gov.in/eportal/index.seam From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and time 25.01.2018 upto 11:00 AM Technical bid will be opened online by the authorized officer on 27.01.2018 at 11:00 AM Sd/-, Director TENDER DOCUMENT Terms and conditions 1. The bid documents should be uploaded in E Procurement portal only on or before the due date. 2. The tender bid should be valid for four months from the due date. NIMHANS, Bengaluru will not take any responsibility for any technical issues. 3. Earnest Money Deposit (EMD): 3.1. The (EMD) shall be denominated in Indian Rupees and shall be paid in the e-procurement portal using the following payment modes: a. Credit Card. b. Direct Debit. c. Net Banking d. National Electronic Funds Transfer (NEFT) 3.2. The EMD shall not bear any interest and will be refunded to a. successful tenderer on receipt of Agreement and Bank Guarantee. b. unsuccessful tenderer upon finalization of tender bid and award of tender to successful bidder. c. all the tenderers if the tendered item is cancelled or retendered.

Transcript of E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last...

Page 1: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 1 of

34

GLOBAL TENDER NOTIFICATION

(Through e-procurement portal only)

The Director, NIMHANS invites tender from eligible tenderers through the Karnataka Government

E-Procurement portal for supply of following equipments.

Sl.

No. Name of the Item

Quantity

(in Nos.)

EMD

(in `)

1. Upgradation of Existing Philips Achieva 3T MR System to

the Latest Generation Hardware and Software MRI System 01 10,00,000/-

Tender Schedule

Downloading of Tender documents from website -

https://eproc.karnataka.gov.in/eportal/index.seam From 23.12.2017 Onwards

Last date for tender enquiry 04.01.2018 upto 11:00 AM

Tender submission last date and time 25.01.2018 upto 11:00 AM

Technical bid will be opened online by the authorized

officer on 27.01.2018 at 11:00 AM

Sd/-, Director

TENDER DOCUMENT

Terms and conditions

1. The bid documents should be uploaded in E Procurement portal only on or before the due date.

2. The tender bid should be valid for four months from the due date. NIMHANS, Bengaluru will

not take any responsibility for any technical issues.

3. Earnest Money Deposit (EMD):

3.1. The (EMD) shall be denominated in Indian Rupees and shall be paid in the e-procurement

portal using the following payment modes:

a. Credit Card.

b. Direct Debit.

c. Net Banking

d. National Electronic Funds Transfer (NEFT)

3.2. The EMD shall not bear any interest and will be refunded to

a. successful tenderer on receipt of Agreement and Bank Guarantee.

b. unsuccessful tenderer upon finalization of tender bid and award of tender to successful

bidder.

c. all the tenderers if the tendered item is cancelled or retendered.

Page 2: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 2 of

34

4. The tender documents and all correspondence’s relating to the bid should be in English language

only.

5. Technical bid should comprise of (uploaded copy of documents should be self attested and

stamped) -

5.1 Brochure/Catalogue and Data sheet of the equipment.

5.2 Proprietary certificate from the manufacturer mentioning the unique technology or feature/s

mentioned apart from the brand name (If applicable).

5.3 Pre requirements required at the installation site (Before submitting the bid, the tenderer

should make pre-visit to the installation site and indicate the requirement along with the price

bid wherever necessary)

5.4 Delivery Period of the item to be supplied and Time required for installation from the date of

purchase order has to be indicated.

5.5 List of Institutes where the equipment has been supplied.

5.6 Copy of GST, PAN, TIN document

5.7 Whether tenderer is manufacturer / accredited agent / sole representative, indicate details of

principal’s name & address. The offers of tenderer who are not manufacturer or direct

authorized agent will be summarily rejected. Sub- distributors will not be accepted.

5.8 Non – blacklisting certification that the firm has not been blacklisted in the past by any

government/Private institution and certification for No Vigilance/CBI case pending against

the firm/supplier by making an affidavit on non – judicial stamp paper of `10/-.

5.9 Declaration towards acceptance of all terms and conditions should also be provided.

6. Price Bid should comprise of-

6.1. Quotation should be only for Ex-NIMHANS and should have detailed information as per

tendered specifications (such as main equipment cost, each article wise/spares rates, taxes,

other Government levies, Customs duty, any local agency commission, transportation,

delivery of the equipment to the Institute premises, installation and commissioning etc.

separately along with total cost) with manufacturers name, License number and name of the

brand/make. Tender bids without price bid/quotation will be rejected.

6.2. The tenderer should also submit separate quotation towards regular servicing/maintenance

duly mentioning the number of visits per annum for the AMC/CMC period after the

guarantee/warranty period is over. AMC/CMC should be quoted in INR only.

7.2.1 In case of Import, Customs Duty will be considered only at 5.15% of the total

Purchase order value and the required Customs clearance documents will be provided

by NIMHANS on prior intimation (atleast 5 working days prior intimation) of

shipment along with details and relevant documents from the supplier.

7.2.2 If the tenderer is quoting in Indian Rupees (INR) for items NOT

MANUFACTURING IN INDIA (NMIC), the CUSTOM DUTY EXEMPTION

CERTIFICATE WILL NOT BE ISSUED BY THE INSTITUTE. The Rate quoted

should be inclusive of Custom duty & other incidental charges.

Page 3: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 3 of

34

6.3. Exchange rates for Foreign Currency will be considered as per the closing value on previous

working day from website https://rbi.org.in/scripts/ReferenceRateArchive.aspx (only for

GBP, EURO, USD & JPY) and for other currencies as per the decision of the Institute.

7. Successful tenderer decision will be made on the basis of base price + AMC/CMC price after the

guarantee/warranty period (wherever applicable).

8. The tender bids (technical and price bid) should be typewritten; every correction in the tender

should be initialed along with seal by the tenderer, failing which the tender will be rejected. All

pages of the bid submitted must be signed along with seal and sequentially numbered by the

tenderer.

9. Evaluation of Bids:-

The technical bid of the tenderer will be evaluated to determine whether

a. They are complete with respect to specifications.

b. They are free from computational errors.

c. The requisite documents have been submitted and properly signed.

10. Tender Opening:

a. The Technical bids will be unlocked through E procurement portal in the Committee Room,

Adjacent to Registrar Chamber, NIMHANS, Bengaluru on the date specified in presence of

tenderers or their representatives who choose to attend.

The Tenderers' or representatives who are present shall submit authorization letter along with

copy of Photo id proof and shall sign a register evidencing their attendance. b. The Financial bid of the technically qualified tenderer/s only will be opened on a notified

date.

NIMHANS will inform all the Technically Qualified Tenderers through e-tendering system,

after decryption of their Financial bid which could be viewed automatically by the respective

technically qualified tenderers. In this regard no separate intimation shall be made by the

Purchaser.

11. Equipment and its accessories should be covered with minimum warranty period of 1 year for

normal or regular wear & tear from the date of complete installation (Ready to use in all

respects). In case of software’s, the validity of the license key should be clearly mentioned and

should have user define provision with option to switch over from one system to other system of

the same kind within the validity period.

12. Software Updates:

The selected firm for the supply of tendered item should provide free updates of software up to

1 year from the date of complete installation.

13. Supply of spares should be guaranteed for a minimum period of 10 years from the date of supply

or from the date of cessation of production of the model for 10 years, whichever is later, at the

rates prevailing against payment.

14. Any modification or revision of bids after submission will not be entertained under any

circumstances. Conditions such as “subject to the availability of stocks”, supplies will be made

Page 4: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 4 of

34

as and when supplies received from the principles etc., will not be considered under any

circumstances.

15. A tenderer having once given a tender bid shall not withdraw it after its acceptance/opening and

if does, the EMD paid by the tenderer will be forfeited and the tenderer is liable to make good the

loss sustained.

16. If required, the tenderer should demonstrate the quoted model of the equipment at the institute

during the technical evaluation, failing which their bid/offer shall be rejected. The tenderer will

be intimated that they should get ready for demonstration. No request for extending time for

demonstration will be entertained. Failure to demonstrate, their offer will be rejected.

17. The tenderer should supply the circuit diagram and instruction manual of the tendered

equipment/s at the time of supply of the equipment.

18. Necessary training / instructions on operation of the system should be given by the qualified

engineers of the tenderer firm to NIMHANS technical staff/s at free of cost after completion of

the installation.

19. The successful tenderer should immediately submit an acceptance letter duly signed and sealed

for the rate/s and offers agreed by both the parties to the Head of the Institution within

reasonable time on receipt of the Purchase Order (Agreement Specimen will be enclosed with

Purchase order & Stamp duty to be paid by the tenderer). The successful tenderer should also

furnish a Bank guarantee only from a Nationalized bank to the extent of 10% of the total

purchase order value, valid for 60 days beyond the completion of the warranty period of the

equipment, no split period bank guarantee will be entertained.

In the event of the successful tenderer failed to supply the item/execute the agreement/submit the

Bank Guarantee the EMD deposited by them shall stands forfeited.

20. Payment terms:

18.1 Payment will be made only after good working condition of the equipment certified by the

end user. NO ADVANCE PAYMENT WILL BE ENTERTAINED.

18.2 In case of foreign payments made by Letter of Credit (LC) or wire transfer, bank incidental

charges within India will be borne by the Institute and outside of India should be borne by

tenderer.

18.3 Any amendment or extension of LC sought by the tenderer thereafter should be borne by the

tenderer.

21. Uptime Guarantee:

Penalty Clause for non-functioning of equipment in term of hardship to the patients and financial

loss to institute: 95% up time of 365 days (24 hours a day) that is from the day of successful

handing over of the whole complex. The company takes the responsibility for the functioning of

all the components and equipment, including the third party items supplied and included in the

project. The total downtime annually for any reason/involvement of any of the components

cannot exceed 5% (all inclusive). No penalty will be levied for the first 24 hours after

breakdown. Subsequently, 1.00 Lakh will be levied as penalty for every 24 hours of downtime

until 7 days from the day of breakdown. If downtime exceeds 7 days the penalty will be 2.00

Page 5: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 5 of

34

Lakh/day from the date on which the equipment broke down. In addition to this, warranty period

will be extended at double the rate of the downtime period.

22. If, at any time, during the said period, the supplier reduce the said prices of such

Materials/Equipment or sales such Materials/Equipment to any other person/organization/

Institution at a price lower than the chargeable, the company shall forthwith notify such reduction

or sale to the Director, NIMHANS and the price payable for the Materials supplied after the date

of coming into force of such reduction or sale shall stand correspondingly reduced.

23. The losses to NIMHANS, Bengaluru, if any incurred on account of purchase made elsewhere by

failure, neglect or refusal on the part of the tenderer to supply according to the terms of

agreement will be recovered from them. If any article or things supplied by the tenderer have

been partially or wholly used or consumed in the hospital and they are subsequently found to be

in bad condition, unsound, inferior in quality or description, not in accordance with samples or

otherwise faulty or unit for use, the wholesome of the contract price or price of such articles or

things will be recovered from the tenderer. The tenderer will not be entitled for any payment

whatsoever, for such articles for infringements of the stipulation of the conditions or for

justifiable reasons the contract may be terminated by the Director and the tenderer shall be liable

for losses sustained by the NIMHANS on the consequences of the termination which may be

recovered from the EMD/Bank Guarantee or from their invoices due to them. In the event of

such amount being insufficient, the balance will be recovered personally from the tenderer.

24. Any corrections/changes in the tender will be uploaded as corrigendum in the NIMHANS and E

procurement websites only.

25. If the tender last/opening date falls on any general/government/institute holiday(s), then the

successive dates will be postponed by equivalent days of holiday(s), however the time remains

unchanged.

26. The Director reserves the right of ordering/not ordering/cancelling/increase or decrease the

quantity and to reject any or all tender quotations without assigning any reason. The decision of

the Director, NIMHANS, Bengaluru, shall be final in all the controversies that may arise in the

matter. Any dispute arising out of this will be subject to the jurisdiction of the Court in

Bengaluru.

27. Failure to adhere any of the above terms and conditions the bid(s) may be rejected and EMD may

be forfeited.

28. None of the terms and conditions of the supplier shall be applicable to the purchase contemplated

hereunder, irrespective of it being attached to any documents to be provided to NIMHANS. Such

exercise shall have no meaning and binding effect unless the same is accepted by NIMHANS in

writing.

NOTE: Please keep checking the NIMHANS and E-Procurement websites regularly for any

further updates.

Sd/-, Director

Page 6: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 6 of

34

DECLARATION

(TO BE UPLOADED BY THE TENDERER)

Sl. No. of the Item :………………………………………..…

Name of the company (tenderer) :…………………………………………..

To

The Director,

National Institute of Mental Health & Neuro Sciences

(Institute of National Importance)

Post Box No. 2900,

Hosur Road, Bengaluru – 560 029

Dear Sir,

1. I/We hereby submit my/our tender bid for the ……………………………………………………..

2. I/We have remitted the application fee and EMD of ` ………………… through Credit

Card/Direct Debit/Net Banking/National Electronic Funds Transfer (NEFT).

3. I/We have gone through all terms and conditions of the tender documents before submitting the

same.

4. I/We hereby agree to all the terms and conditions, stipulated by the NIMHANS, in this

connection including delivery, Installation, Warranty, Penalty etc. All relevant documents and

Technical bid are uploaded as per the tender terms and conditions. Any violation in uploading

the documents, my/our tender bid may be disqualified.

5. Financial bid is quoted as per tender terms and conditions clause no. 6, failing which it will be

presumed that the rates are door delivery price.

6. Tender bids are duly signed (No thumb impression should be affixed).

7. I/We undertake to sign the contract/agreement, if required, within reasonable time from the date

of issue of the letter of acceptance, failing which our/my security money deposited may be

forfeited and our/my name may be removed from the list of suppliers at the NIMHANS,

Bengaluru.

Yours faithfully,

Signature of Tenderer & seal

Page 7: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 7 of

34

CHECK LIST

(TO BE UPLOADED BY THE TENDERER)

1 Name & Address of the tenderer

2 Name & Address of the

Manufacturer

3 Name of the Equipment & Model

Quoted

4 Validity of the Quotation 4 months from the due date

5 a. Installation Period

b. Warranty Period

30 Days from the date of site handover

1 Year from the date of successful installation

6 Technical Bid

(Yes or No against each item)

a. Application Fee submitted

b. EMD enclosed submitted

c. Brochure/Catalogue & Data Sheet enclosed

d. Manufacturer Proprietary certificate enclosed

e. Pre requirements details enclosed

f. List of users enclosed

g. Copy of GST, PAN, TIN document

h. Distributor authorization letter

i. Non-blacklisting certification enclosed

j. Declaration enclosed

7

Financial Bid Submitted (Yes or

No against item a & b, currency

symbol against item c)

a. Ex-Nimhans equipment cost quoted

b. CMC cost for 9 years after 1 year warranty

c. Currency in which financial bid is quoted

8 Training provided (Yes or No)

9

a. Whether after sales, service is

available in Bengaluru?

If yes, quote

b. What is the arrangement for

post contract / Warranty

monitoring of the equipment?

10 What is the Agency commission

payable? If applicable

11 Details of the EMD Submitted Transaction No............................... for `…………. Bank name:

12 Any Other Information (Enclose

separately in letter head – Yes/No)

Signature of Tenderer & seal

Page 8: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 8 of

34

End user Contact details:

Dr. A.K. Gupta

HOD, NIIR,

NIMHANS, Bengaluru – 560 029

UPGRADATION OF EXISTING PHILIPS ACHIEVA 3T MR SYSTEM TO THE LATEST

GENERATION HARDWARE AND SOFTWARE MRI SYSTEM

Competitive bids (Technical and price separately) are invited for the UPGRADATION OF existing

PHILIPS ACHIEVA 3T MR System to fully DICOM- 3 compatible true whole body stable state of

the art 3 Tesla MR system with high homogeneity and latest high performance gradients having

digital radio frequency system with optimized matching multi-channel coils. System must be capable

of large volume and high resolution imaging in conventional, ultra-fast mode including echo planer

imaging (EPI) with state of the art fully digital whole body MRI features.

The present PHILIPS MRI system is a 60cm bore 32 channel machine and needs to be upgraded.

Broad specifications, essential configuration and capabilities of the proposed upgraded system are

given below. The quotations may be submitted for the latest technology available at the time of

quotation. All quotations must be submitted in the format given below. Specifications quoted are

essential requirement of this equipment while terms & conditions are mentioned separately. System

must be DICOM-3/HL7 standard compliant. The upgraded system should be cost effective, reliable

and provide excellent performance with technical features for clinical imaging and with high patient

throughput for at least next ten years from the time of upgradation. All the specifications quoted

should be supported by the authentic data sheet. When the standard vendor data sheet disagrees with

the bid response, clarification should accompany in the form of letter/certificate from appropriate

authority in the absence of which vendor data sheet will prevail for the purpose of evaluation and

decision of the technical evaluation committee. Committee decision shall be final and binding on the

supplier. Any item not covered under standard set should be quoted separately.

Bidder must note that all items mentioned in the compliance statement submitted by vendor in

response to tender document and specifications should be based on their equipment brochure which

is enclosed along with bidding document. A comparative charting of all the companies will be

prepared by the Institute based on the bidding documents and at the time of installation, the awarded

bidder must supply the equipment, accessories, software and hardware, item by item (quoted in the

bidding document and decided at the purchase committee meeting) even if it is overlooked in the

final purchase order. Non-inclusion of the tender items in their financial bid is the responsibility of

the bidder and this will not be the excuse for not supplying the item mentioned in the compliance

statement & comparative charting. Any improvement in the quoted hardware and software or newly

Page 9: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 9 of

34

developed hardware and software available at the time of order with the company and essential for

the system must be supplied.

Please make separate bids for the technical and price components. Cost of items/features wherever

asked should be quoted in the price bid only, failure would automatically disqualify the bidder. Price

of each item must be quoted separately. Total price of the upgradation as per tender specifications

must be quoted categorically. Please respond to each specification in the same format and order as

mentioned in the document, and specify the verification document from the data sheet against each

column. All compliance to the Tender should be in the form of Original Data sheet or Original

Certificate from the manufacturer. Items under Work in Progress will be considered only for research

agreement. Please respond to each point in detail and do not mention yes or no only. Additional

relevant technical features suitable for our requirement will be given due preference. If required,

additional information should be provided as a separate document with reference to the specific

section being addressed. Also note that if any new developments occurs and better system becomes

available between the notification of this tender and the time of finalization of the bid, then the newer

upgradation version must be provided. To implement the research protocol along with essential

requirement will be provided by the vendor (software, hardware, and training).

All commercially available software for clinical use, and also and research protocols should be

supplied with the equipment at the time of installation. In addition, all future, free comprehensive

software updates guarantee must be provided. Once products offered as Research

protocol/sequences/software or work in progress becomes marketing product, it must be provided

along with upgradation process free of cost. These products will become integral part of the order for

the upgradation.

After upgradation the system should have software that is latest in production line and company must

support all the hardware & software supplied with the system and accessories for next 10 years. The

detailed specification that follows shall be understood to be minimum requirement. Offer should

comprise delivery, installation, official release and safety acceptance until hand over the system

including the accessories necessary for operation. Please note that the bidder should visit the institute

and take appropriate details from the end user department regarding the system that needs to be

upgraded.

Page 10: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 10 of

34

NATIONAL INSTITUTE OF MENTAL HEALTH & NEUROSCIENCES

"Institute of National Importance"

P.B.NO. 2900, HOSUR ROAD, BANGALORE – 560 029, INDIA SPECIFICATIONS

MRI SYSTEM

1. MAGNET

Vendor can utilize the existing magnet and upgrade the entire system.

1.1 The magnet should be actively shielded, stable extremely homogeneous, lightweight ultra-short

length whole-body super conducting magnet with operational field strength of ~ 3Tesla and

external interference shielding suitable for high resolution imaging and spectroscopy. Magnet

must have actively Shielded gradient system.

In addition, please provide details additional details for the following:

1.2 Operational Magnetic field strength and Operational Frequency of the system 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)

1.4 Size of sweet spot

1.5 Operating frequency of your system

Temporal stability of the magnet in range of ….ppm/ hour

1.6 Magnet weight

In tune of … tons with 100% topped up liquid helium, tank and gradient coils.

1.7 Maximum FOV (Field of View) with uniform fat sat:

(Maximum field of view should be at least 45 cm in all three axes)

1.8 Gradient Linearity at 50cm and 10 cm DSV.

1.9 Long-term stability of the magnetic field ppm/hour

Specify the limit in ppm/hr. Field instability not to exceed 0.1% ppm.

2. BORE/GANTRY

Dimensions of Bore/Gantry Size - should be atleast 60cm. It must be well lit and ventilated

after positioning of gradient coil, body coil, Shim and RF antenna. Bore opening should be

flared at both end. Mention the dimension of flare portion

Please provide additional details under following headings:

Page 11: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 11 of

34

2.1

A. Bore Diameter (after the upgradation)

B. Total bore length (after the upgradation)

C. Bore opening (after the upgradation)

D. Dimension of flare portion (after the upgradation)

2.2 Noise level inside the gantry and examination room should be minimum possible and should

conform to the standard set by FDA/NEMA/both.

Specify db level. Any special technique used to reduce noise level and its effect on SNR should

be mentioned.

2.3 Provide Physiological signal display on Gantry/ Remote.

Remote display of gating signals (pulse, ECG, respiratory, external trigger, etc.) must be visible

in both magnet room and MRI console on the magnet. Specify the Gauss limits for the magnet

room monitoring device.

2.4 Internal light for patient alignment (specify source)

2.5 Built-in 2-way Intercom facility to communicate with patient is required

3. LIQUID HELIUM

3. Cryogen vessel to be of Helium only with appropriate super thermal shielding & refrigeration

facility for minimum/ zero Helium boils off. Please state Helium tank capacity in liters and

provide additional details under the following headings Helium boil off rate in stand by and

operational modes and effect of high gradient on boils off.

3.1 Helium level monitoring equipment in the magnet and facility for appropriate quick shut down

of the magnet in the event of emergency.

3.2 Emergency helium release button should be provided at least in two places [inside MR

examination room and console room]

3.3 Vendor is responsible for maintaining the requisite level in the system and Liquid helium

should be supplied for 10 years if necessary

3.4 Repairable cold head or replaceable cold head.

4. SHIELDING

Type of shielding – Must be Active

4.1 After upgradation, Magnet should be shielded against external interference? (eg. Moving

ferromagnetic objects (eg. lifts), transformers. System should include features that prevent static

and dynamic environmental interference from the ferrous objects in the vicinity while the

acquisition is going on. Please provide additional details

4.2 Specify fringe field. Please specify 5 Gauss and 10 Gauss Line in X,Y,Z axis of your system

from the center of the magnet in meter or cm. After upgradation of the system, these lines have

to be drawn in the magnet room.

Page 12: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 12 of

34

4.3 SHIMMING:

High performance and highly stable shim system with global and localized manual and auto-

shimming for high homogeneity magnetic field for imaging (MRI/fMRI), Magnetic resonance

spectroscopy (MRS).

Auto shim (global and voxel shim) should take minimum time to shim the magnet with patient

in position. Total number of shim coils, details of higher order shimming and time for

shimming should be specified.

Provide active shimming and passive (iron etc.) shimming. Should have provision for automatic

in vivo dynamic shimming to improve homogeneity of magnetic field and stability.

Please provide additional details

4.4 Mention the number of independent shim coils used for active shimming.

4.5 Off Centre FOV shimming should be provided

4.6 Is it possible to automatically improve the field homogeneity according to the individual patient

(at the touch of a button)? Provide details

4.7 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? If yes,

provide additional details.

b. Provide patient specific advanced high order shim for on line correction. Provide details

for the same.

4.8 Specify homogeneity of system 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.

5. PATIENT HANDLING SYSTEM/PATIENT TABLE:

5.1 PATIENT HANDLING SYSTEM

Necessary accessories for subject comfort, including facility for communication with the

subject, MR compatible padding, LED lighting and related accessories must be provided.

MR-compatible patient monitoring device with Pulse oxymeter, CO2, O2, BP, Respiratory rate,

ECG 2 monitors (all MR compatible) to be provided.

5.1.1 CCTV (color) system including color CCD video camera with LCD display to observe the

patient and status of eye opening on the table.

Page 13: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 13 of

34

5.1.2 Two way communications should be possible with the patient from the console room.

MR compatible audio system should be available both in the console and gantry room for

patient comfort.

5.1.3 To start, stop and pause a scan at the magnet control panel. Provide details of the same.

5.2 TABLES

MR table should be able to take at least 150 kg patient load.

5.2.1 Panel at the front of the magnet for controlling table movement (including home, isocentre, in

and out movement as well as movement in vertical and horizontal directions), start/stop/pause

scan, ventilation and lighting. Table must be patient friendly.

Please mention additional details and specifications for the following.

5.2.2 Lowest table height.

5.2.3 The table should have patient auto alarm system.

5.2.4 The table should deliver the protocols for automatic positioning, with automatic table

movement.

5.2.5 Specify scannable range and accuracy.

5.2.6 Digital display of table position on panel on front of magnet.

5.2.7 Availability of table control from console.

5.2.8 Longitudinal table speed– specify the speed

5.2.9 Table should be spill free

with adult and pediatric probe (2 each)

Provide details of patient immobilization devices available with the vendor and make and

model.

5.2.10 Home positioning (out) just by push button.

Gating hardware to be provided.

Immediate table release and manual table move from gantry in case of emergency.

All parts of the table should be protected from liquid spill.

5.2.11 Fresh air ventilation.

5.2.12 Intercom system from console to magnet room and vice versa.

5.2.13 Diffuse interior light with long lasting light source in magnet room and in the gantry.

Page 14: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 14 of

34

5.2.14 All patient essential accessories and comfort aid to be listed. Cushions, mattresses, and other

patient comfort accessories to be provided.

5.2.15 Hand held/auto patient alarm system.

5.2.16 Music entertainment system for patient (integrated, inclusive of CD/DVD player and radio and

disc interface

Patient music head set must be magnet compatible inside the magnet bore and should be able to

fit in the ears with head coil in place

6. GRADIENT SYSTEM

6.1 The latest generation high performance system 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. The gradients must be having digital radio

frequency system with optimized matching multi-channel coils.

6.2 Gradient Fidelity (as defined in terms of peak instantaneous time integral of error between input

and output over 100 EPI waveforms). Provide additional details

6.3 Actively shielded gradient system in X, Y, Z and other planes. Capable of performing single

shot EPI and multi shot EPI including conventional, fluoroscopic and spectroscopic imaging in

all planes.

6.4 Maximum gradient field strength must be at least 40 mT/m in all three planes (X,Y,Z)

(independently) in homogenous volume or above. The maximum gradient strength quoted

should be applicable in all directions individually and also to all sequences and to all

applications. Provide additional details stating specifically the field strength in all three planes.

6.5 Specify the gradient Efficiency (mT/m/A)

6.6 Effective gradient field strength (diagonal in X,Y,Z directions). Please specify and give details

6.7 Max slew rate for each of x-, y- and z-axes independently must be in the range of at least 100 to

200 T/m/s for overall better duty cycle performance of the gradient. Please specify the

maximum slew rate for each of x-, y- and z-axes independently.

6.8 Duty cycle at maximum and minimum strength at full peak -100% for full field of view

6.9 Rise time must be fast enough in each axis independently and capable of performing single shot

EPI including conventional and fluoroscopic imaging in all planes

Specify Gradient rise time profile with increment of 0.5mT/m to maximum

X – gradient rise time from 0 to maximum amplitude

Y – gradient rise time from 0 to maximum amplitude

Z -- gradient time from 0 to maximum amplitude.

Page 15: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 15 of

34

6.10 Specify type of gradient strength wave forms possible at maximum gradient strength and

minimum rise time specified above for your system. Different type of waveform generated by

gradient system of your equipment.

6.11 Type of the gradient – resonant or non-resonant.

Specify minimum gradient slew rate of system with amplitude and rise time in non – resonant

mode.

6.12 The system should have efficient and adequate provision for eddy current compensation.

Please specify the Level of eddy current compensation in % and drift.

6.13 Type of Cooling -Details of effective cooling system for gradient coil, power supply and heat

dissipation and maintenance of its temperature. Gradient amplifier should be liquid cooled for

better duty cycle performance. Provide additional details.

6.14 Accessories should be provided to reduce acoustic noise in fast and EPI mode in the magnet.

6.15 Power supply for gradient coil system. Is the same gradient power supply being used for EPI

and conventional imaging? If yes, provide additional details.

6.16 Smallest field of view in 2D and 3D EPI. Give details

6.17 Give details of Largest field of view with guaranteed homogeneity of +/-1ppm or lower.

6.18 Give details of Maximum Field of view at the maximum gradient strength.

6.19 Please confirm that max FOV quoted above is available on all three axes - x-y-z (This is a

critical aspect and the peak gradient quoted should be available in imaging mode across all the

3 axes.).

6.20 Give details of Shortest TE in 3D gradient Echo at 256 X 256 matrix.

6.21 Give details if there is a provision of ultra-short TE imaging? Please elaborate if yes

6.22 Give details of Minimum Slice thickness in 2D –

6.23 Give details of Minimum Slice thickness in 3D –

6.24 The system should provide minimum TR, TE and slice thickness in EPI including all other

imaging modes and minimum volume localization in spectroscopy.

6.25 Confirm the availability of following Measurement Matrix and give details

128 X 128 to 1024 X 1024 in 2D & 3D

eg. 1282, 256

2, 512

2, 1024

2

6.26 Future upgradation of the gradient performance in terms of amplitude and rise time should be

possible at site.

Page 16: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 16 of

34

6.28 Give details of Mechanism / safety measures to avoid peripheral nerve stimulation by high

gradient stimulation.

7. RADIOFREQUENCY SYSTEM

7.1 A fully digital RF system capable of transmitting power of at least 15 KW. RF system with

latest technology for Signal Digitization should be offered which improves SNR and reduces

signal loss. Transfer of digital signals to the Recon engine should be through fiber optic cables.

The vendor should offer multi coil acquisition in order to optimize throughput increase and

larger effective FOV. Individual acquisition elements of every coil should be mentioned.

Minimum of 32 independent RF receive channels or more, with each having receiver bandwidth

of 1MHz or more capable of producing 32 independent images should be provided.

It should support parallel and multiband acquisition techniques and achieve a large effective

FOV

It should have necessary hardware to support quadrature phased array and flexi coils

7.2 Digital solid state, broad band RF System.

Capable of EPI spectroscopy, with latest technology to be offered as standard.

Digital transmitter and receiver capable of precise frequency and phase control of RF pulses

with the smallest incremental frequency range of 1KW.

7.3 High receiver broad bandwidth (=/> minimum 1MHz each channel) for superior RF receiver

performance for EPI application with at least 32 independent RF receiver channels capable of

producing 32 independent images should be provided.

Receiver to support 12 or more elements of parallel acquisition coils, compatible with parallel

imaging techniques with scan time reduction factors of at least up to 4 or more in 2D & 3D

sequences.

Specify the number of RF receiver channels, their technical specifications and the maximum

number of elements/channels it can support in an RF coil.

7.4 Give details of No. of receiver channel for phased array coils system

Give details of No of channels in brain, spine, neck coils

7.5 Give details of Band width of each receiving channel

7.6 Give details of Receiver signal resolution:

7.7 Give details of Receiver signal dynamic:

7.8 Give details of Extended radio frequency (RF system).

7.9 Maximum number of simultaneously receiving elements: single, dual or multiple. Please

specify maximum number of coils simultaneously connected.

7.10 Have all channels the same band width? Give details of the same.

Page 17: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 17 of

34

7.11 Phase resolution ------- 0.1 degree / step or better. Give details

7.12 Specify transmitter frequency range (eg.10 – 86 MHz).

7.13 RF synthesizer resolution in Hz [0.01 - 0.6Hz/step ]. Give details of the same

7.14 Give details of Range receiver band width - Receiver Minimum 1 MHz (not sampling

bandwidth).

7.15 Is RF spoiling possible? Provide technical details.

7.16 Gradient spoiling if possible may be provided. Provide technical details

7.17 Provide technical details of Bandwidth of each additional receiver channel

7.18 Provide technical details of Sampling rate of analog digital converter (ADC)

Do all ADCs have the same sampling rate?

7.19 System should include RF room shielding and include RF door screen to minimize radio

frequency (RF) interference to a minimum level.

7.20 Provide technical details of Noise (in db) of the preamplifier.

7.21 Accessories should be provided to reduce acoustic noise in fast and EPI mode in the magnet.

Supply of available silent sequences is must.

7.22 Smallest field of view in 2D and 3D EPI. Provide detail.

7.23 Largest field of view with guaranteed homogeneity of +/-1ppm or lower.

7.24 Maximum Field of view at the maximum gradient strength.

7.25 Please confirm that max FOV quoted above is available on all three axes - x-y-z (This is critical

aspect and the peak gradient quoted should be available in imaging mode across all the 3 axes.).

7.26 Shortest TE in 3D gradient Echo at 256 X 256 matrix.

7.27 Minimum Slice thickness in 2D and in 3D

7.28 Minimum TR, TE and slice thickness in EPI including other imaging modes and minimum

volume localization in spectroscopy.

7.29 Provide details of mechanism / safety measures to avoid peripheral nerve stimulation by high

gradient stimulation.

Page 18: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 18 of

34

8. RADIOFREQUENCY COIL

8.1 Following coils must be provided –

Head &, neck and spine coils: Ergonomically designed patient friendly fatigue free imaging of

Brain, Head & neck, Cervical spine, Thoracic spine, Lumbar spine and Whole spine should be

possible. At least 16 or higher channel and neurovascular imaging for entire neck should be

possible. Should be a standard coil or the combination of coil elements to cover entire neck

from the aortic arch up to and including the circle of Willis. 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).

Multichannel Head coil –At least 32 channels for cranial application.

Phased array body coil – minimum 32 channel.

Flex coils large and medium.

Knee coil.

T/R head coil

8.2 Description of offered coils - under following heads to be given

a. Type of coil

b. Number of channels and name of coil (head coil, neck coil, spine coil)

c. Application

d. Number of Flexible or rigid coil elements

Specify, the type and speed and technique applied with the coils. Coil sensitivity technique for

reducing the acquisition time by factor of four or more. Specify your channels and elements in

coil and technique available with the coil.

8.3 Simultaneous use of a surface coil and quad coil may be provided.

8.4 Imaging from multiple coils – simultaneous acquisitions from 2 or more array coils with

simultaneous elements activation from different coils should be possible.

8.5 Remote coil selection (head neck spine) - in conjunction with above. Facility to select the coil

elements from the main console should be provided.

8.6 Coil tuning, impedance matching, RF power parameter and preamp gain adjustment must be

fully computer automated and optimized for each patient. All coils should have built in pre-

amplification to ensure high SNR.

Page 19: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 19 of

34

8.7 Coil storage cart which has designated space for each coil and other accessories.

8.8 Multiband imaging or equivalent and compressed sensing should be quoted if available as

product or to be provided as work in progress and at no additional cost when available at

commercial level.

9 HOST COMPUTER AND ARRAY PROCESSORS

COMPUTER SYSTEM / IMAGE PROCESSOR / OPERATOR CONSOLE

9.1 1 (One) Workstation should be provided along with main console workstation capable of

viewing and processing capabilities like the main console. It should freely communicate with

the PACS as well as with the main console and provide unconstrained operations. Necessary

interface for data transfer and recording must be provided. All post processing and visualization

capabilities must be provided on the slave workstation.

9.2 Provide technical details of Host computer

(the most capable system should be provided) should possess these minimum requirements:

Latest, efficient, fast and powerful computer system with color 19 inches or more LCD /LED

monitor to visualize MR with sufficient memory and computational speed (1024x1024 matrix

image display, high end processor (latest available at time of supply) to match the single shot

echo planar imaging [EPI], multiplanar, three dimensional [3D] reconstruction, surface

rendering and dynamic imaging, functional imaging with in-line display, DTI, and adequate

storage for the images and adequate storage for the images and other applications. The

configuration of the computers provided should be the latest with highest possible RAM and

Memory capacity available at the time of delivery of the machine. CD-R & DVD-R writer,

TCP/IP port, post-processing software should be installed.

Computer should possess highest available configuration at time of supply. Final workstation

configuration will be decided at time of supply.

9.3 Provide technical details of Image processor

Necessary image processor with sufficiently large memory for ultrafast image reconstruction

capable of performing real time image reconstruction in 50ms or less for the above application

mode and dedicated hardware for fix data conditioning and digital filtering. Quote highest order

computer available with you.

9.4 Provide technical details of Reconstruction speed:

Quote reconstruction speed, number of images per second, with what matrix?

9.5 Hard disc capacity for 256 X 256 matrix size images 100000 or more

Mention Hard disc capacity in or TB. Higher will be preferred

DVD/CD or latest mode available, for dynamic data manipulations, specify the capacity in tens

of 512 x 512 matrix and image storing capabilities

9.6 Provision for archival of k-space data and raw (unprocessed) images. Provision for utilization

of raw data by third party programmes.

Page 20: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 20 of

34

9.7 DICOM-3 interface to hook DICOM dry laser camera (of reputed make) capable of storing,

printing 1024 X 1024 matrix images in various formats (1-20) without loss of digital resolution

must be made available.

9.8 One special port [serial / parallel] with necessary interface for inter - linking the machine with a

PC of Windows XP/window 7/UNIX/LINIX loaded Operating System and TCP/IP

communication protocol for transfer of data [image; spectra (raw & processed) and text] over

Internet.

9.9 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.

9.10 Displayed images in all section must show Right, Left, Superior, Inferior, in sagittal from right

to left or Left to Right.

9.11 Provide technical details of Type and number of reconstruction processor

9.12 Provide technical details of Operator's Console & Work Station –

Latest available console and work station.

Detailed specifications to be provided.

Console with color display identical in performance as measurement console with evaluation

capabilities like MIP, MPR, surface reconstruction, spectral analysis and calculation, etc. This

should be swappable with the measurement console / workstation for MR acquisition. The

system should be DICOM ready (3.0 or higher with all supporting services like, send, receive,

print, storage, worklist, acknowledgement, etc.).

It should have all processing capabilities. should have necessary and adequate hardware and

software (networking) for sending and receiving the patient data [text + images and spectra

(raw and processed) from Hospital information System/existing PACS to communicate over

DICOM 3.0 bus or the latest model. Necessary efficient connections should be provided plus all

the post-processing software for MR spectroscopy, diffusion, DTI (with colour map), fMRI etc.

Requirements for work station:

Processor memory (RAM) 23” LED monitor, 1280x1024 screen resolution, CD-R & DVD-R

writer, TCP/IP port, post processing software installed, synchronized with scanner.

9.13 Necessary image processor with large RAM for ultra-fast image reconstruction should be

provided. It should be with high available RAM. Please specify RAM and reconstruction speed

in images per second for full FOV 256 matrix.

9.14 Computational Speed to match the single shot Echo Planar Imaging (EPI), multi-planar three

dimensional (3D) reconstructions, Surface rendering, dynamic Imaging, Functional imaging,

DTI, spectroscopy

9.15 Total hard disk memory to be sufficient to store at least 250,000 images of 256 x 256 matrix

data size. Systems offering higher’ storage will be preferred. The system should have CD/DVD

archiving facility on the main console and work station. Provide technical details.

Page 21: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 21 of

34

9.16 Online display

9.17 The possibility of automatically displaying images immediately after reconstruction should be

available

9.18 Simultaneous use of the main console for other task.

9.19 Can next scan be started before the reconstruction of the previous scan has been ended (parallel

scan and reconstruction). Provide technical details.

9.20 The main host computer console Monitor size at least 23" LED flat/colour monitor

magnetically shielded. Display matrix -1024 X 1024 (1 K) or more

Specify resolution of monitor quoted

9.21 The console room should have provision for the following:

a. Emergency scan abort capability should be provided.

b. Manual Override

c. Audio system for communication

d. Integrated respiratory, pulse and cardiac wave etc gating form display.

e. Ergonomically designed operator chair -2

f. Provision for entering pulse programme and pulse generator (The system must have sequence

manipulation as well as pulse programming capabilities).

9.22 Acquisition of next sequence must be possible while the image for last sequence is being

reconstructed. Simultaneous scan, reconstruction and image display capabilities.

Access to advanced source code for generating new sequences is to be provided with necessary

vendor support which includes both software and hardware support to the trained researcher.

(Research collaboration)

a. The image format must conform 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 well as the workstations

e. Additional post-processing software on the workstations display facility must be provided.

f. Provide details of software on main and additional console.

9.23 Display of cine images in movie mode with rapid AVI (Automatic Virtual Imaging) creation.

Graphic display of output calculation of flow and velocity parameter with colour coded display

of velocity parameters.

Complete comprehensive post processing software for MR images like MIP, MPR, SSD, DTI

processing, f-MRI processing, fusion, image registration, MTR calculation, T1/T2/T2*

calculations, ASL processing etc, should be provided with regular future upgrades for 10 yrs.in

future.

Page 22: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 22 of

34

9.24 Processing of 2D/3D CSI (Chemical Shift Imaging) with paramagnetic parametric metabolic

mapping

9.25 Post processing of BOLD data sets for colour overlay of functional and anatomical data should

be real time.

9.26 Should have capability to calculate colour display of real MTT, real CBV, real CBF process

DSC perfusion as well as DCE perfusion.

9.27 Analysis of vessel disease with the possibility of detection of vessel segments and to quantify

changes in vessel size.

9.28 Following hardware and software options should be made available with the console

/workstation

All software for post processing of MR images available with vendor at the time of purchase

must be provided

3D Spin Echo sequences

EPI

DTI

The system should perform functional MRI

The system should perform cerebral perfusion imaging.

Fat quantification sequence and processing tool.

9.29 The main console should have facility for filming and adequate storage for images and other

applications.

9.30 Connection with existing PACS must be provided.

9.31 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.

9.32 Type and number of reconstruction processor.

10 QUALITY CONTROL

10.1 MR Quality control and other required tools for daily, weekly, monthly, yearly analysis will be

the responsibility of supplier and will be covered under Warranty and CMC. All regulatory

compliances will be responsibility of the supplier. However, Institute will provide all necessary

information and support.

MR Quality control phantoms which are available in the dept. may be used for quality control

(multi-modality phantom) for MRI-MRS- studies. ACR phantom and other required tools for

daily, weekly, monthly, yearly analysis should be supplier’s responsibility.

11. DATA ACQUISITION SYSTEM

11.1 Imaging Specifications: Provide technical details of the following

a. Minimum TE in Gradient Echo

Page 23: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 23 of

34

b. 2D

c. 3D

a. Minimum TR in Gradient Echo

b. 2D

c. 3D

11.2 Minimum slice thickness 2D for all sequences.

Should not be greater than 0.2 mm

11.3 Minimum slice thickness 3D for all sequences.

Should be less than or equal to 0.1mm.

11.4 Minimum FOV for all sequences (2D & 3D):

1 cm or better.

11.5 Maximum FOV for all sequences (2D and 3D)

40 cm and above (Maximum gradient amplitude should be possible over this FOV).

11.6 Prospective motion detection and correction 1D - 2D

11.7 Is an acquisition technique with prospective motion correction available?

11.8 Prospective motion detection correction - 3D motion correction available? If yes, does it

include a correction in all 3 linear directions and especially all three rotational directions? Is it

suited for functional MRI with increased sensitivity and specificity?

11.9 Is it possible to simultaneously acquire several slice packages with different angulations (multi

slice, multi angle)

11.10 Is it possible to perform scans with arbitrarily sorted K - space filling (elliptical sequential,

arbitrary assignment etc)

11.11 Is it possible to perform scans with arbitrarily sorted K - space filling (elliptical sequential,

arbitrary assignment etc)

Is it possible to perform scan with segmented K - space?

11.12 Is it possible to perform all fat and water saturation techniques including in phase and out phase

imaging with a single sequence?

11.13 Use of magnetization transfer contrast technique (MTC) for all sequences possible? Please

list the sequences where it is not possible.

11.14 Ensure the availability of

Frequency selective fat saturation

Frequency selective water excitation

Enumerate fat saturation techniques available.

11.15 B-factor (Diffusion studies)

Specify number of b values possible, Lowest and highest b value possible

Page 24: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 24 of

34

11.16 1024 X 1024 acquisition must be available

11.17 1024 X 1024 reconstruction must be available

11.18 Minimum echo spacing EPI at 128 X 128

11.19 Rectangular FOV

11.20 Half Fourier Imaging – Provide detail – Rectangular matrix size, rectangular FOV.

11.21 Maximum ETL, 128 or better in full Fourier transformation

11.22 3D sequences

Please list the 3D sequences both gradient and spin echo type with submillimeter isotropic

resolution

11.23 ECG Trigger including one set of patient lead wires, Two fiber optic peripheral gating probe -

one adult and one pediatric

11.24 Physiological synchronization

- Displaying and triggering of ECG, pulse, respiration and external triggering

sources on main console.

To perform a scan with an external trigger source eg. Pulse generator for functional imaging.

11.25 Display the ECG on magnet.

11.26 Advanced trigger detection.

11.27 Arrhythmia minimization.

11.28 Peripheral trigger.

11.29 Gating physiological signal -- Pulse / Respiratory trigger/ ECG triggering.

11.30 2D multi slice imaging should be possible in all planes (axial - sagittal - coronal. Oblique &

double oblique)

11.31 Matrix - 128 X 128, 256 X 256, 512 X 512, 1024 X 1024 and rectangular matrix selectable in

steps of 1.

11.32 Specify pulse sequences and techniques where 1024 x 1024 matrix can be employed. 3D

volume, multiple continuous slabs, multiple inter leaved and multiple overlapping slabs.

11.33 Slice thickness in 2D & partition in 3D to be freely selectable.

11.34 Dynamic acquisition (Serial imaging with capability to initiate scan sequence) either from the

magnet panel or from the console.

Dynamic acquisition: number of repeat scans with delay time either identical time interval or

selectable.

Page 25: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 25 of

34

11.35 Auto slice positioning from the localizer imaging

11.36 Maximum off center positioning anterior - posterior and lateral direction should be selectable

11.37 Selection of VOI's from oblique slices should be possible while doing spectroscopy

11.38 Artifact reduction INCLUDING METAL / imaging enhancement / imaging filtering / image

subtraction / addition / multiplication / division techniques. Flow - 1st and 2nd order flow

artifact compensation.

11.39 Presentation slabs - a number of re-locatable saturation bands be able to be placed either inside

or outside the region of interest.

11.40 Fat saturation techniques, frequency selective RF pulses to suppress fat signals in the measured

image FOV.

11.41 Magnetization transfer saturation: Off resonance RF pulses to suppress signals from stationary

tissue in FOV phase contrast capability in 2D & 3D mode.

11.42 Method for efficient SAR management. Please provide details of hardware and software

methods

Image intensity correction

Breath hold acquisition and Free breathing acquisition (2D, 3D)

Imaging

a. EPI mode

b. Data acquisition in all three standard planes (axial, sagittal, coronal) and oblique and double

oblique planes.

c. 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.

11.43 Parallel Acquisition - System should have parallel acquisition capabilities complying the

following requirements

a. Compatible for all 2D as well as 3D sequences

b. Should be combinable with all orientations (Transverse, sagittal, coronal, oblique and double

oblique)

c. Should support up to factor 4 or higher for reduction in scan time for all applications as

compared to normal acquisition.

d. Should be combinable with all imaging applications (Neuro, angio including CE angio. And

for other body parts)

e. Dedicated coil for reducing imaging acquisition time should be supplied (Fully compatible

with parallel acquisition technique

Page 26: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 26 of

34

11.44 Processing of 2D/3D CSI (Chemical Shift Imaging) with paramagnetic metabolic mapping.

Post processing of BOLD data sets for colour overlay of functional and anatomical data should

be real time.

11.45 Should have capability to calculate colour display of real MTT, real CBV, real CBF.

11.46 Analysis of vessel disease with the possibility of detection of vessel segments and to quantity

changes in vessel size.

11.47 3D VTR software for visualization of complex anatomy. Complete 3D reformation package

(MR and CT).

11.48 Provide required Interface for existing equipment (CT, MRI, Ultrasound, DSA). in the

department. Enclosed detailed configuration of network.

11.49 Connection with PACS must be provided with all supporting software.

12. BASIC PULSE SEQUENCES & APPLICATION PARAMETERS

PULSE SEQUENCES System should be capable of selecting TR and TE as per requirement in

majority of the pulse sequences

12.1 a. Spine Echo (SE) -

12.1.1 Multi slice single echo, multi slice multi echo (8 echo or more) with minimum TR & TE. SE

with symmetrical and asymmetrical echo intervals.

12.1.2 Inversion Recovery (IR)

12.1.3 Inversion Recovery (IR) including short TI - modified IRSE, FLAIR 2D/3D, DIR (Double

Inversion Recovery) 2D/3D

12.1.4 MT with SE and FLAIR

12.1.5 STIR (Short Tan Inversion Recovery).

12.1.6 SPIR.

12.2 b. 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.

12.2.1 Dynamic study for Pre & post contrast scans time intensity studies (Wash in and wash out) and

Kinematics

Page 27: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 27 of

34

12.3 c. Fast Sequences

12.3.1 i. FSE - Fast spine echo in 2D & 3D mode. Tl, 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 spin echo mode.

12.3.2 ii. Ultra-short fast spin echo

12.3.3 Half Fourier acquisition capabilities should be available with/without diffusion gradient and in

combination with fast spine echo.

12.3.4 iii. Fast spin echo with inversion recovery.

12.3.5 iv. 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.

12.3.6 Fast gradient echo sequences should incorporate RF spoiling & other techniques to

acquire image in ultra-fast 2D & 3D modes

12.3.7 Fat & water suppressed imaging sequences.

12.4 Ultra - Fast sequences

12.4.1 a. EPI (Echo Planar Imaging) Single shot and multi shot optimized sequences for TI, 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.

Specify the number of shots for EPI in 64x64, 128x128 and 256x256 matrices.

12.4.2 b. If any of the items are not available as clinical tool at present and available as research tool,

they may be provided under research agreement.

c. Is it possible to prescribe oblique planes in DTI? If so please provide the processing software

for the same.

d. Please provide the list of sequences that can be opened and modified by a trained person –

under research agreement.

12.4.3 Single shot selectable with all coils including phased array coils for very fast imaging . Provide

technical details of

12.4.4 Optimized sequence package for special applications.

12.4.5 3D ASL sequence. Specify the sequence (PASL/pCASL) to be provided.

Page 28: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 28 of

34

12.4.6 Any other new or relevant sequences may be quoted

12.4.7 Flow quantification in vessel & CSF

12.4.8 Navigator technique for collection of functional imaging data.

12.4.9 a. MR angio - Comprehensive angio software package with and without use of contrast for

the whole body.

b. 2D TOF, 3D TOF, TOF overlapping sequence

c. 2D / 3D phase contrast with and without gating.

d. Magnetization transfer saturation

e. Black Blood angiography for cerebral, pulmonary abdominal and peripheral vessels.

f. For peripheral angio moving table angiography must be provided so that complete limb

can be examined in single go.

g. Bolus tracking software package must be provided.

h. Sequences for breath hold angiography with contrast enhancement should be offered.

i. Time resolved MRA with high temporal resolution and high spatial resolution.

j. 3D Spin Echo sequences/T1/T2/FLAIR/STIR/PD/DIR,

k. Dixon T1W and T2W, Water and fat quantification sequences and required softwares.

l. EPI, DTI, The system should can perform functional MRI.

m. The system should be able to perform cerebral blood flow imaging.

n. Non EPI diffusion for brain and spine.

o. Advanced neurography imaging and black-blood imaging for brain.

12.4.10 Motion controlled scans for the uncooperative patients should be provided, if available.

12.4.11 a. Sequence package for diffusion study in organ like brain, spinal cord, spine, muscle, etc.

Perfusion study in different organ system evaluation package for calculating CBV, CBF, MTT,

Perfusion MAP etc. (Should be possible on main console in real time)

b. Flow quantification in vessel & CSF

c. Optimized breath hold sequences for abdominal studies including angiograms. State

sequences offered with acquisition time.

12.5 In vivo spectroscopy –

Proton spectroscopy must be standard in the system. Hardware compatibility for potential

multinuclear spectroscopy upgrades in the future should be ensured.

12.5.1 System should have necessary hardware to perform H1spectroscopy.

12.5.2 System should include RF room shielding and include RF door screen to minimize radio

frequency (RF) interference to a minimum level.

12.5.3 Water suppression

Page 29: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 29 of

34

12.5.4 Capability for single voxel and multi voxel spectroscopy acquisition for all the nuclei

Specify if whole brain spectroscopy is available.

12.5.5 STEAM, CSI, PRESS, STEAM with CSI, PRESS with CSI with different TR/TE

12.5.6 Multi slice MRSI with outer volume fat and water suppression using SE and EPI techniques.

12.5.7 Post processing should include FFT, base line correction, automatic phase correction, curve

fitting, metabolite image and spectral mapping, quantization of metabolites etc. Sequences for

metabolite mapping

12.5.8 Minimum VOXEL size for 1H (head coil) in a single voxel mode will be preferred

12.5.9 Maximum No. of VOXELS selectable for simultaneous spectroscopy measurement

12.5.10 Provide Simultaneous display and evaluation of image and spectroscopy data

12.5.11 Provide automatic VOXEL shimming

12.5.12 All colour images of spectroscopy must be transferable to PACS for display. Colour printing

from PACS must be possible.

13 PRE-/POST PROCESSING AND EVALUATION SOFTWARE

13.1 Sequence package for diffusion study of the brain and whole body.

13.2 Sequence package for perfusion study in Brain with evaluation package for calculating CBV,

CBF, MTT, Perfusion MAP etc. (Should be possible on main console as well as workstation 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.

13.3 Software to fuse various functional imaging maps. a. Integrated complete hardware, and

software tools for presentation, data collection and analysis solution for fMRI assessment. fMRI

event block and resting state study software must be provided. Generalized task editor etc.

Utilities and suitable software for its evaluation. Please give details of post processing software

and supply them

13.4 2D and / 3D ASL processing tool

13.5 2D/ 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.

13.6 2D/ 3D surface reconstruction and evaluation of a reconstructed image with minimum time.

Page 30: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 30 of

34

13.7 MIP in 2D / 3D mode. Targeted/segmental MIP in any orthogonal axis with minimum

processing time and capable displaying in cine mode.

13.8 Evaluation and display of diffusion images, full DTI post processing software for

tractography (fiber tracking with or without vector display). Fusion of DTI with perfusion, and

FMRI should be possible.

13.9 Perfusion image analysis and evaluation with time intensity graph and other statistical

parameters.

13.10 Evaluation of functional images of brain. Software for fMRI pre-processing and analyses

13.11 Image statistics - measurement of distance, area, volume angle, SD, mean, image addition,

subtraction, multiplication, division, interpolation, segmentation, threshold, histogram (ROC).

13.12 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.

13.13 Flow quantification package for CSF with dynamic CSF flow imaging at aqua duct and spinal

canal.

13.14 All colour images of spectroscopy must be transfer to PACS for display.

13.15 Internal Ear Imaging-Details of sequences available & post processing software. MR

Cisternography.

13.16 Artifact reducing software for eg. reducing CSF flow artifacts in FLAIR 2D/3D imaging.

13.17 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. MIP in 2D &

3D mode.

13.18 Software for kyphoscoliotic spine 3D reconstruction and evaluation of a reconstructed image

with minimum time.

13.19 Targeted/segmental MIP in any orthogonal axis with minimum processing time and capable

displaying in cine mode.

13.20 Image statistics - measurement of distance, area, volume angle, SD, mean, image addition,

subtraction, multiplication, division, interpolation, segmentation, threshold, histogram (ROC)

13.21 Fusion software for angio (MRI, MRA, and/or DSA) fMRI, DTI, tractography etc

13.22 Overlapping MRA on MRI to see the exact correlation.

Page 31: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 31 of

34

13.23 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.

13.24 T1 and T2 mapping

T1 perfusion imaging -K trans, ve, plasma fraction calculation

13.25 SWI or Equivalent imaging software to be provided as standard.

14 NETWORKING & IMAGE TRANSFER, IMAGE ARCHIVING, IMAGE

EVALUATION TOOLS

14.1 A software interface for a PACS connection to other modalities must be included in the offer.

14.2 DICOM compatibility with networking (send and receive facility) with other imaging systems

and spectroscopy, data transfer to storage device should be provided

14.3 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. One special port (serial/parallel) with necessary interface for inter-linking

the machine with a PC of WINDOWS 7 or 8 loaded OS and TCP/IP communication protocols

for transfer of data [images. & spectra (raw & processed) & text) over the Internet.

14.4 Following DICOM functionalities must be supported

• DICOM query / retrieve

• DICOM work list (HIS / RIS)

• DICOM storage commitment (SC)

• MPPS (Modality performed procedure steps)

14.5 Required Interface for existing equipment (CT, MRI, CT SPECT, DSA, MR PET Ultrasound,

DSA) in the department. Detailed configuration of network is available from the computer

division.

Flawless movement of images between PACS and system should be possible in both ways.

14.6 Vendor should make provison for CD/DVD copying of the data from both console as well as

workstation in the original DICOM formats. Similar provison must also be made for

Spectroscopy raw data in the suitable format for offline processing.

15 MISCELLANEOUS, PATIENT COMMUNICATION SYSTEM, PATIENT

REGISTRATION

Page 32: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 32 of

34

15.1 Customer runnable diagnostic software: for quality assurance and fault finding.

15.2 System should have built in remote service diagnostics

15.3 Facility to send all modalities of images from the work station to other systems should be

provided.

15.4 All the necessary interconnecting interfaces cables, modules & other hardware & software

totally integrate the system for completion to fully operational status.

15.5 Any other advanced application package like interactive imaging package for and spectroscopy

evaluation should be offered. Give all technical details and literature.

15.6 HIS, RIS, HL-7 and PACS connectivity and standards must be provided.

16 THE SYSTEM SHOULD HAVE THE FOLLOWING

16.1 Room oxygen level indicator -Oxygen monitoring system to be provided.

16.2 Gas transfer fitting and accessories.

16.3 Acute voltage regulator with UPS (specify capacity, with backup time 30 minutes)

16.4 Details of gradient cooling - Amplifier Gradient coils

16.5 CD/DVD recorder with interface for online / real time connected to the operator's console for

work station; AVI movie maker

16.6 Patient Accessories. Provide technical details of Patient comfort kit.

16.7 Work station must be able to retrieve and send images to PACS system seamlessly.

16.8 Suitable chiller

16.9 Coil Storage cart system to house all the coils and accessories such as pads, mattresses.

16.10 POWER MANAGEMENT SYSTEM:

a. System should have hardware system to control electrical power circuits for MRI.

b. System should offer hardware for distribution and control of all power supply for all the

devices and components in the Operating Suite.

c. Provision for Power cabinets optimized for high availability through supply from

multiple feed-ins and fall back functions in case of main feed failure should be

provided.

d. The system should have back-up power supply for the entire set-up

a. Clearly state power requirement, heat dissipation details in each room, accessories to be

adapted to local power, water supply, temperature, humidity, dust and other

environmental hazards and variations.

Page 33: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 33 of

34

b. Software and hardware system to centrally control all major electrical power circuits

within the scanner room to be provided.

c. All essential term and condition to ensure optimum performance of the system after

commissioning with minimum down time and life cycle cost.

17. RF-SHIELDED MR WITH INTERIOR FINISH:

Diagnostic room: It should have MR-compatible and MR-shielding wall, ceiling and floor

system including the necessary cuttings and recesses for the installation of individual outlets for

air conditioning, electricity and gas.

All the doors should be RF shielded and completely sound proof. There should be no sound

coming into the adjacent operating rooms from the MRI room.

18 CMC for 9 years after 1 year warranty is mandatory

.TURN KEY AND SITE PREPARATION (Requirements Can Be Obtained By HOES

NIMHANS)

1. Complete RF shielded environment for the scanner, including retrofitting of ceilings, walls and

floors.

2. Chiller for MRI.

3. Power supply works & UPS with 30 min Back Up.

4. Ambient lighting and interior.

5. Installation of the following RF shielded items:

doors - 02

view window - 01

waveguide for pneumatic and hydraulic applications - 01

electrical filter including 04 x BNC & 02 x serial port connections

- 01 (can utilize the present existing items if possible)

As required: waveguides for ventilation systems and electrical filters for lighting,

oxygen sensor and thermostat.

6. Lines and fittings for pressurized medical gases. - 04

7. Magnet quench button to be present in scanner and console room

8. Room oxygen level indicator and alarm

9. 5 Gauss line & safety signages

10. Temperature controlled insulated cabinet for the storage of contrast agents (18-30oC), data

logger, visual display

11. Room Status Display (e.g. Magnet On)

12. Room Temperature, Relative Humidity Detector (calibrated)

13. Reseal and make water tight drop in pit

14. Light in the magnet room.

15. The Vendor will provide the AC for the entire system and shall maintain it for next ten

years

Page 34: E-Procurement Global Tender No. STR 1C/NIMHANS/2017 … GLOBAL... · From 23.12.2017 Onwards Last date for tender enquiry 04.01.2018 upto 11:00 AM Tender submission last date and

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), P.B. No. 2900, Hosur Road, Bengaluru – 560 029

Ph: 26995023/5913/5923 E-mail: [email protected]

Fax: 080-26571563/26564830/2121/6811 Website: www.nimhans.ac.in/tender

E-Procurement Global Tender No. STR–1C/NIMHANS/2017-18/IND50 23.12.2017

Purchase section Page 34 of

34

ADDITIONAL REQUIREMENTS

1. Submission of all relevant documents on technical specifications, brochures of the upgraded MR

system

2. Submission of as-built drawings for site preparation (electricity, HVAC, room layout, etc.)

3. Submission of Operation Manual, Maintenance Schedule, Maintenance Manual, List of Spare-

parts, Trouble-shoot manual (if

available), Dos and Don’ts list. Coordination with BME and HOES.

4. Submission of relevant documents on professional and regulatory approvals / certificates (such as

CE mark, ISPE, etc.)

5. Submission of calculations and diagrams of magnetic Gauss line, shielding calculation,

demonstration of

shielding effectiveness

6. Obtaining necessary regulatory licenses and permits for site preparation and installation, including

OSHE of our site

7. Performance Qualification Documents (including factory acceptance test, site acceptance test,

performance test)

8. Software GAMP compliance (computer access level, software validation (if any), etc.)

9. Fire Safety measures.