e-procurement global tender no. str 1a/eqpt/gtn...

48
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. STR1A/EQPT/GTN-02/2017-18 11.10.2017 Purchase section Page 1 of 8 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. Advanced Anaesthesia Work Station (With Integrated Ventilator) 03 1,20,000/- 2. Advanced Multiparameter OT Monitor (including BIS, Entropy, Cardiac Output Module) 03 72,600/- 3 a. ICU Ventilators 15 4,80,000/- b. Highly advanced ICU Ventilators 10 4. ICU Monitors 25 2,50,000/- 5. Neuronavigation System with Robotized Coil Positioning System 01 3,74,000/- 6. Transcranial Paired pulse Magnetic Stimulator with 2 additional coils (figure of 8 and round) with accessories 01 78,000/- 7. 100 Hz Repetitive Transcranial Magnetic Stimulator (rTMS) with real and placebo coils 01 1,44,000/- 8. 256 Channel EEG System with accessories (Proprietary) 01 4,00,000/- 9. 64 Channel Wireless Video-EEG System 02 1,60,000/- 10. 17 Channel Standalone EMG/NCS/EP Measuring System 01 80,000/- 11. High Resolution Ultrasound System 01 80,000/- 12. Operating Microscope 01 4,00,000/- 13. Electrical Neurosurgery Drills 02 80,000/- 14. Operating Table 02 1,40,000/- 15. Mobile C-Arm - Image Intensifier 01 1,20,000/- 16. Server 08 1,00,000/- Tender Schedule Downloading of Tender documents from website - https://eproc.karnataka.gov.in/eportal/index.seam From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017 upto 11:00 AM Tender submission last date and time 13.11.2017 upto 11:00 AM Technical bid will be opened online by the authorized officer on 14.11.2017 at 11:00 AM Sd/-, Director

Upload: hoangmien

Post on 01-Feb-2018

217 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

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–1A/EQPT/GTN-02/2017-18 11.10.2017

Purchase section Page 1 of 8

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. Advanced Anaesthesia Work Station (With Integrated

Ventilator) 03 1,20,000/-

2. Advanced Multiparameter OT Monitor (including BIS,

Entropy, Cardiac Output Module) 03 72,600/-

3 a. ICU Ventilators 15

4,80,000/- b. Highly advanced ICU Ventilators 10

4. ICU Monitors 25 2,50,000/-

5. Neuronavigation System with Robotized Coil Positioning System 01 3,74,000/-

6. Transcranial Paired pulse Magnetic Stimulator with 2 additional

coils (figure of 8 and round) with accessories 01 78,000/-

7. 100 Hz Repetitive Transcranial Magnetic Stimulator (rTMS) with

real and placebo coils 01 1,44,000/-

8. 256 Channel EEG System with accessories (Proprietary) 01 4,00,000/-

9. 64 Channel Wireless Video-EEG System 02 1,60,000/-

10. 17 Channel Standalone EMG/NCS/EP Measuring System 01 80,000/-

11. High Resolution Ultrasound System 01 80,000/-

12. Operating Microscope 01 4,00,000/-

13. Electrical Neurosurgery Drills 02 80,000/-

14. Operating Table 02 1,40,000/-

15. Mobile C-Arm - Image Intensifier 01 1,20,000/-

16. Server 08 1,00,000/-

Tender Schedule

Downloading of Tender documents from website -

https://eproc.karnataka.gov.in/eportal/index.seam From 13.10.2017 Onwards

Last date for tender enquiry 23.10.2017 upto 11:00 AM

Tender submission last date and time 13.11.2017 upto 11:00 AM

Technical bid will be opened online by the authorized

officer on 14.11.2017 at 11:00 AM

Sd/-, Director

Page 2: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

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–1A/EQPT/GTN-02/2017-18 11.10.2017

Purchase section Page 2 of 8

TENDER DOCUMENT

Terms and conditions

1. The bid documents for the above items should be addressed to “The Director, National

Institute of Mental Health & Neuro Sciences, Post Box No. 2900, Hosur Road, Bengaluru –

560 029, Karnataka, India” and should 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.

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) -

6.1 Brochure/Catalogue and Data sheet of the equipment.

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

mentioned apart from the brand name (If applicable).

6.3 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)

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

purchase order has to be indicated.

6.5 List of Institutes where the equipment has been supplied.

6.6 Copy of GST, PAN, TIN document

6.7 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.

Page 3: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

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–1A/EQPT/GTN-02/2017-18 11.10.2017

Purchase section Page 3 of 8

6.8 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/-.

6.9 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.

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.

Page 4: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

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–1A/EQPT/GTN-02/2017-18 11.10.2017

Purchase section Page 4 of 8

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 5 years 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

5 years 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

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

Page 5: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

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–1A/EQPT/GTN-02/2017-18 11.10.2017

Purchase section Page 5 of 8

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). Subsequently if downtime exceeds 5% of 365 days, 1% of PO

Value 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% of PO Value from the date on

which the equipment broke down beyond 5% permissible downtime. 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.

Page 6: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

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–1A/EQPT/GTN-02/2017-18 11.10.2017

Purchase section Page 6 of 8

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 7: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

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–1A/EQPT/GTN-02/2017-18 11.10.2017

Purchase section Page 7 of 8

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 8: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

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–1A/EQPT/GTN-02/2017-18 11.10.2017

Purchase section Page 8 of 8

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. Delivery Period

b. Warranty Period

c. Installation Period

5 years

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. AMC & CMC cost after 5 years 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 9: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 1 of 40

GLOBAL TENDER FOR THE SUPPLY OF “ADVANCED ANAESTHESIA WORK STATION (WITH INTEGRATED VENTILATOR)”

Department Neuroanaesthesia

Quantity Required 03 Nos. End User Contact Details

Name Dr. Ramesh

Designation Professor & Head

Mobile No. +91- 9844432607

EMD ` 1,20,000/- Office No. +91-80-26995422

Email [email protected]

SL.

NO. SPECIFICATIONS

01.

Specifications for Advanced Anaesthesia work station (with integrated ventilator)

A. BASIC MACHINE

1. Compact 3 gases (02, N2O & Air) Anaesthesia Machine for Adult & Pedicatric application and integrated airway monitor for

airway pressures and volume with atleast 1 drawers.

2. Should have separate provision for connecting central pipeline supply & cylinder with pressure indicating gauges.

3. Should have Gas specific Cylinder and Pipeline inlet fittings to ISO standards.

4. Should have guarded color coated Flow Control knobs to prevent accidental Operation.

5. Should have Emergency Oxygen Flush>35LPM.

6. Antihypoxic Guard to ensure minimum supply of 25% oxygen concentration at any time.

7. Should have automatic N2O shut off in case of oxygen failure.

8. Should have 30 mins battery backup.

9. Should have compact integrated breathing system suitable for low flow &minimal flow anesthesia.

10. Machine should have RS 232 connectivity port

11. Facility to integrate into the available anaesthesia information network/ electronic medical record

12. Facility to store and retrieve the data into another device

B. VAPORISER

1. Should have one selected type Temperature and Back-Pressure Compensated vaporizers.

2. Provision to mount two vaporizers at a time with interlocking facility

Page 10: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 2 of 40

3. Only one gas delivery from the vaporizer should happen at a time

C. ABSORBER

1. Should be of quick release canister with capacity of more than 1 Kg.

2. Should allow quick change over from open circuit to close circuit and from manual mode to ventilator mode without

interchanging connection.

3. Should be fully autoclaveable.

4. Manometer for measuring circuit pressure.

5. Inbuilt beg vent witch & APL valve.

D. ANAESTHESIA VENTILATOR

1. The ventilator should be advanced, microprocessor controlled, suitable for use on pediatric as well as adult patients.

2. Ventilator should be electrically driven electronically controlled.

3. The ventilator should have volume controlled as well as pressure controlled modes pressure support ventilation, spontaneous,

(VCV, PCV, SIMV, PS & PEEP)

4. The ventilator parameters, waveforms should be displayed on a large TFT of at least 8 inch size with both touch screen & track

wheel control.

5. Assisted mode of breathing should be flow triggered.

6. Monitoring of delivered anaesthesia gases, volumes and airway pressures

7. The ventilator should have saving & recalling facility of stored parameters.

8. The ventilator should have pressure & flow waveform.

9. On switching on the ventilator system should be able to and shall give the user a choice of doing a compliance test or

bypassing in the case of an emergency.

10. Appropriate alarm & user set alarm limits.

E. Supply with accessories and spare as above

1. Disposable adult and paediatric circuit- 1 each

2. Adult & paediatric silicon face mask with silicon rebreathing bag -1 each all size

3. Servo controller stabilizer and other standard accessories of make all parameter working.

4. Medical grade power strip.

F. Necessary conditions :

1. The entire system should be of one manufacturer for better service backup.

2. The entire system should be US FDA approved and CE marked

G. Warranty: 5 years

Page 11: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 3 of 40

GLOBAL TENDER FOR THE SUPPLY OF “ADVANCED MULTI PARAMETER OT MONITOR”

Department Neuroanaesthesia

Quantity Required 03 Nos. End User Contact Details

Name Dr. Ramesh

Designation Professor & Head

Mobile No. +91- 9844432607

EMD ` 72,600/- Office No. +91-80-26995422

Email [email protected]

SL.

NO. SPECIFICATIONS

02.

Specifications for Advanced multi parameter OT monitor

1. Monitor should have capability to display standard 8 waveforms and upgradable to upto 14 Waveforms and upto 22 parameter

numerics box on single display

2. Optionally able to support independently configurable secondary display.

3. Secondary display allows upto 28 waveforms and upto 44 parameter numerics box

4. Dedicated software and parameters to monitor physiological parameters of patient’s in OR

5. Capability to connect Keyboard, Mouse, Remote Control, Touchscreen

6. Each monitor should have Standard parameters: 3/5/12 Ld ECG, 3 Leads Resp, 2 Temp, 2 Invasive Pressures, NIBP, SPo2,

EtCO2, monitoring levels of anaesthetic gases

7. Specific Parameters required on the same monitor (facility required but may not be for all monitors. Can be quoted separately):

AoA (Adequacy of Anesthesia including Entropy& Bispectral index (BIS) , & Neuromuscular Transmission (NMT)), Spirometry,

4 channel EEG, , upgradable to 4/6/8 Invasive Pressures. Can be quoted separately.

8. Minimum 19 inch Medical Grade High Resolution TFT LCD with Touch screen on primary display.

9. Preferably combination of single control knob & active hot keys.

10. Should be able to perform Multi-lead (upto 4) arrhythmia analysis at the bedside

11. Shall be able to perform (automatic and manual) & display True diagnostic quality 12 lead ECG analysis at the bedside with

complete measurement and interpretation.

Page 12: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 4 of 40

12. Shall be able to perform/ review continuous on-line ST analysis upto 12 leads

13. Should have capability to perform realtime QT Analysis at the bedside

14. Should be able to store 100 snapshots at bedside and upto 6 waveforms 72hr Trend @ 20 sec resolution

15. Should be able to detect and review Lethal Arrythmias as well as other ventricular and Atrial Fibrillation as standard.

16. Shall be able to measure and display SpO2 - Low Perfusion, Motion Tolerant Spo2 technology

17. Shall have colour coding for different pressure waveforms.

18. Should be able to perform manual and Automatic Non invasive Blood Pressure measurements

19. Should be able to set alarm limits for all the measured Parameters using single function

20. Should have Audio and Visual alarms with alarm light on display.

21. Should be able to use on Adult, Paediatric and Neonates. Software should be provided standard for all the monitors

22. The monitor should be equipped with support for local area network capable of bed-to-bed & bed-to central station data

communications.

23. Facility to integrate into the available anaesthesia information network/ electronic medical record

24. Able be view other patients on the network from the bedside without the need of a central station

25. Acquisition device should have the capability to rezero the pressure transducers without the need to go the bedside

26. Acquisition device should have the defib/IABP sync port Acquisition standard

27. Shall have capability to superimpose baseline and current ECG complexes

28. Monitor shall have capability to silence alarms at bedside during night and keep the alarms active at central station.

29. Ability to store 12 lead ECG centrally at a ECG management system and interpretation at bedside and compare interpretation with

old ECGs.

30. Should have ability to save/restore configurations over network

31. Should have the capability to remotely service the monitor in the event of breakdown

32. Should have Auto View on Alarm function which automatically shares clinical significant alarms within and across care units.

33. Should have Systolic Pressure Variation (SPV) and Pulse Pressure Variation (PPV) monitoring capability which helps clinician in

guiding fluid management

34. Should be European CE & US FDA certificated

35. Should have all electrical wires, sockets etc required for function of monitor

36. Each monitor should have

a. Anaesthestic agent & Gas monitoring

b. ECG, NIBP, IBP(2),SpO2, Temperature(2)

c. Capable of monitoring other parameters

Page 13: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 5 of 40

37. Warranty: 5 Years

38. Spares required:

a. COMPATIBLE Temperatute probes for adult 10 Nos. , paedetric 10 Nos.

b. COMPATIBLE PULSE OXIMETER PROBES - 10 Nos. (adult)

c. ECG cables with lead - 10 Nos.

d. PEDEATRIC SPO2 PROBES - 10 PROBES, ADULT SPO2 PROBES--20 PROBES

e. SPO2 CABLES - 20 Nos.

f. ADULT BP CUFF (25-35 CMS) - 20 Nos.

g. CHILD BP CUFF (18-26CMS) - 10 Nos.

h. PEDIATRIC BP CUFF- 5 Nos.

39. Others required (quote separately)

a. Compatible Entropy module - 2 Nos. with 4 cable (and 100 sensors)

b. COMPATIBLE BIS module - 1 Nos with 1 cable (and 50 sensors)

c. COMPATIBLE NEUROMUSCULAR MONITOR (NMT) – 1 No. with cable

d. Compatible EEG module - 2 Nos. with 2 cable and electrodes

Page 14: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 6 of 40

GLOBAL TENDER FOR THE SUPPLY OF “ICU VENTILATORS AND HIGHLY ADVANCED ICU VENTILATORS”

Department Neuroanaesthesia

Quantity

Required

ICU ventilators 15 Nos. End User Contact Details

Name Dr. Ramesh Highly advanced

ICU Ventilators 10 Nos.

Designation Professor & Head

Mobile No. +91- 9844432607

EMD ` 4,80,000/- Office No. +91-80-26995422

Email [email protected]

SL.

NO. SPECIFICATIONS

03.

A. Specifications for ICU ventilators (Quantity required – 15 Nos.):

1. High-performance ICU ventilator with integrated trolley. Software should perform a complete self-test and calibration including

the compliance of the system. The system should have facility for up-gradation to additional modes of ventilation at site.

2. The Ventilator should be working on centralised compressed Air pipeline, not any other method.

3. The Ventilator should be suitable for use on Adult and Pediatric patients. Should be able to deliver tidal volume ranging from 20

ml to 2000 ml

4. Respiratory rate ranging from 4 to 60 BPM and peak inspiratory flow of minimum 180 lpm.

5. Should provide the following modes of ventilation.

a. Volume control: CMV / ACMV, SIMV+PS with additional minimum three automated lung protective ventilation

enhancements such as Flow adopted volume control, Patient adjusted Inspiratory flow &Early expiratory flow.

b. Pressure control: CMV / ACMV, SIMV+PS with additional minimum two automated lung protective ventilation software’s

such as Late Inspiratory recruitment &Early expiratory flow.

c. BiPAP mode (or similar with different name)

d. Pressure Regulated Volume control(or similar with different name):

e. Support mode: Pressure Support (PS)

f. Inverse ratio ventilation & Apnoea back-up ventilation in all modes

g. CPAP / PEEP ranging from 0 to 50 cm of H2O

Page 15: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 7 of 40

6. Non-Invasive ventilation modes – Pressure Control & Pressure Support with High leak compensation upto minimum 65 Ltrs./min.

7. Should display Lung mechanics without manoeuvre includes Platu Pressure, Time constant, Auto PEEP, P0.1, Shallow Breathing

Index, Work of Breathing Ventilator&Patient, Static compliance, Inspiratory & Expiratory resistance.

8. Should provide pressure- and flow-triggering options. For better sensitivity, low work of breathing and less oxygen consumption,

the bias flow / trigger flow should be not more than 2 lpm.

9. Should be able to deliver user-specified inspired oxygen concentrations ranging from 21% to 100%. The oxygen concentration

monitoring technique should be Ultrasonic based or any other advanced technique which is consumables free.

10. Single piece reusable type (non-disposable)flow sensor. The expiratory flow sensor & expiratory valve should be easily removable

for sterilising after every patient use

11. Expiratory flow sensor measurement technique should be advance technology such as Ultrasonic type. To reduce expiratory

airway resistance, the expiratory flow sensor should not be obstructing the expiratory path.

12. Ventilator display – In-built Minimum 12” Colour TFT with touch screen facility and also should have dedicated direct control

knobs for setting vital parameters such as FiO2, PEEP, Rate, Vt, / PC.

13. Should provide a real-time display of ventilatory parameters such as respiratory rate, tidal volume (inspiratory and expiratory),

minute volume (expiratory), peak airway pressure, and I:E ratio.

14. Should provide single view of real-time breath to breath graphical display of pressure-time, volume-time, and flow-time scalars.

Also provide breath-to-breath display of pressure-volume and flow-volume loops.

15. Should have the facility for display of 24 hour trend and zoom in, also recall for alarm & event.

16. Should have the facility for ‘inspiratory-hold’ and ‘expiratory-hold’ manoeuvres to measure respiratory dynamics.

17. Should have pre-programmed suction support with facility to ventilate with 100% oxygen pre-suction for 2 min and post-suction

for 1 min. during window period of 1 Min. airway suctioning.

18. Should have the following audio-visual alarms: mains failure, ventilator failure, high/low airway pressure, low minute volume,

apnoea, high respiratory rate, etc.

19. Should have an in-built battery back-up of at least 60 min.

20. Should be CE / US FDA approved

21. Micro-pump technology Nebulizer for operating offline should be supplied along with the supply. The Nebulizer should have

minimum fine particle fraction of <3μm.

22. Should be supplied with advanced humidifier with advanced heated breathing circuit-servo controlled (without the inner heating

coil. The coil should be incorporated into the circuit eg: Hamilton H 900. OR fisher paykel MR850 with evaqua2 circuit OR

similar)- three adult and one paediatric circuit with each ventilator

23. The supply should also have the below: -

Page 16: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 8 of 40

a. ICU Ventilator with Trolley & support arm.

b. Nebulizer &1 No each NIV mask (Large & Medium) with each ventilator.

24. Warranty: 5 Years

B. Specifications for Highly advanced ICU Ventilators (Quantity required – 10 Nos.):

1. Same specifications mentioned above for ICU ventilators + mentioned below:

2. They should include few of the advanced technologies mentioned below but not limited to

a. Proportional assist ventilation

b. Adaptive support ventilation

c. Protective ventilation tool

d. Volumetric capnography

e. NAVA

f. Open lung tool

g. Transpulmonary pressure measurement

h. Any other new technology

3. Warranty: 5 Years

Prior demonstration of the ventilator is essential.

Adequate training of the physicians and nurses is essential

These ventilators from reputed companies will be selected based on the technology offered and the cost.

Page 17: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 9 of 40

GLOBAL TENDER FOR THE SUPPLY OF “ICU MONITORS”

Department Neuroanaesthesia

Quantity Required 25 Nos. End User Contact Details

Name Dr. Ramesh

Designation Professor & Head

Mobile No. +91- 9844432607

EMD ` 2,50,000/- Office No. +91-80-26995422

Email [email protected]

SL.

NO. SPECIFICATIONS

04.

Specifications for ICU monitors:

System should be from a reputed manufacturer with US FDA certificate and with the following specifications:

1. Minimum 16”colour TFT display with up to 8 waveforms Display.

2. Capability to measure ECG,SPO2, NIBP, IBP(two) DUAL TEMPERATURE & Respiration

3. Should have capability to monitor EtCO2, EEG, BIS, (these are optional. To be quoted separately)

4. Should be able to monitor Adult, Paediatric and neonatal patients.

5. Audible and visual alarms with adjustable alarm ranges.

6. SPO2 pulse-tone variation with a reading range up to 100% of Spo2.

7. Minimum 96 Hrs Graphic and tabular trends for all parameters.

8. Minimum 500 NIBP measurements storage.

9. 50 alarm events recall facility.

10. 720 seconds waveform frozen facility.

11. Minimum 50 arrhythmia events with waveforms recall.

12. Detachable, latest technology Li ion batteries with minimum 2 hrs operating time.

13. ST Segment Measurement, Arrythmia Detection with alarm facility & Hemodynamic calculation Facilities.

14. Should be able to use as an apnea monitor.

15. Electro surgical and defibrillator protection.

Page 18: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 10 of 40

16. Over pressure protection in NIBP.

17. Should have USB port for data storage on a USB drive.

18. Should be US FDA approved for adult, pediatric & neonatal applications.

19. Should have bed rail hook as a standard feature.

20. Wi – Fi compatible.

21. Should be able to integrate with e-charting software

22. Monitor should be Light weight

23. System should be supplied with:

a. 3/5 Lead ECG cable - 05 Nos/monitor.

b. SPO2 adult probe – 06 Nos adult and 2 paedetric/monitor

c. NIBP cuff -7 Nos/monitor, ( adult-5, paedetric -2)

d. Etco2 side stream transparent tubes-10/monitor

e. Nasopharyngeal Temperature sensor – 2 /monitor

f. Sturdy and safe wall mounting to all monitors

24. Warranty: 5 Years

Page 19: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 11 of 40

GLOBAL TENDER FOR THE SUPPLY OF “NEURONAVIGATION SYSTEM WITH ROBOTIZED COIL POSITIONING SYSTEM”

Department Neurology

Quantity Required 01 No. End User Contact Details

Name Dr. Pramod Kumar Pal

Designation Professor & Head

Mobile No. +91-9480829406

EMD ` 3,74,000/- Office No. +91-80-26995147

Email [email protected]

SL.

NO. SPECIFICATIONS

05.

Specifications for Neuronavigation System with Robotized Coil Positioning System

NEURONAVIGATION SOFTWARE:

1. Facility of 3D visualization of MRI, fMRI, PET, EEG, sensors, dipoles, etc.

2. Visualization of TMS intensity on MRI brain anatomy.

3. Target marked positions within brain.

4. Repeat previously performed TMS stimuli.

5. Accuracy of position and orientation within 2mm.

6. Real-time tracking, up to 20Hz.

7. Real-time feedback with coil positioning error to the user.

8. Simultaneous tracking of at least 2 TMS coils.

9. Compatible with most TMS machines.

10. Support DICOM, Analyze, NIFTY and more data formats using anatomical landmarks.

11. No head fixation necessary due to automatic head movement compensation.

12. Quick and easy calibration of coils; validation of correct coil/tool positioning.

13. Should have sophisticated display of induced brain activation in freely rotating cutting planes as well as in curvilinear maps.

14. Should have optional facility of 2 Channel EMG motor mapping

15. Should have MRI display: Tri-planar and curvi-linear, 3D Cutting planes through MRI.

Page 20: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 12 of 40

16. Should have MRI Semi-automated segmentation of scalp, skull, brain and cortex.

17. Should have 2-way: MNI / Talairach to subject space and transformation of MRI to Talairach (export of MRI).

18. Should have optional Facility of E-field calculation using realistic head shape (BEM).

19. Should have optional Facility of Offline E-field analysis with complete field distribution at any depth for each stimulus.

20. Should have optional facility of Averaging of E-field over multiple coil positions.

21. Should Have optional facility of Online and offline Snap MRI slices to E-field maximal value.

22. Can Export image data from Bitmap, JPEG, GIF, PNG, AVI formats.

23. Can Export positions from Text, ASA electrode file, Mat lab, MS Excel.

24. Possible MRI Data Import DICOM, Analyze, SPM, Nifty, ASA, Neuromag

25. MRI Data Export of stim. positions (visible in MRI) DICOM, Analyze, Nifty

26. Possibility of Co-registration for MRI, fMRI, source analysis, SPM, anatomical landmarks

27. Should have TTL link between TMS stimulator and navigation system

28. Should be supplied with patient comfortable chair

ROBOTIZED COIL POSITIONING:

1. Robotic Arm:

It should be an adaptable arm type robot with at least 6-axis or more designed for multiple applications. The arm should have:

a. Flexible and accurate positioning with complete control

b. Automatic segmentation of the scalp

c. Placement of the coil tangentially to the head should be possible

d. Compensation of the movements of the subject’s head

e. Repetition of previous stimulation target positions

f. Reach: at least 750-800 mm

g. Maximum Pay load: 2.0-2.5 Kg (rated) 4-5.0 Kg (max)

h. Repeatability (XYZ): ±0.025 to ±0.030 mm

i. Mounting: On Table

j. Environmental Requirements: Ambient temperature up to 40o C

k. Power Requirements for Motion sensor: 24VDC (± 10%), 150W (6A), 200V to 240V, AC,

l. Single phase 50Hz

m. Our electrical supply is 200-240 V, AC, 50 Hz

n. Appropriate adapters/converters should be provided for controller and motion sensors.

Page 21: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 13 of 40

2. Camera System:

It should be based on the Infrared camera system. The tracking hardware should use infrared light to track the position of the

pointer or other tools. Each tool should be equipped with multiple passive markers. The position and the orientation of the tools

should be inferred from the infrared light reflected back to the position sensor. Accuracy to be guaranteed to be in the sub-mm

range as below:

a. Accuracy:

i. Pyramid: 0.25 mm RMS

ii. AAK: 0.35 mm RMS

iii. 95% Confidence Interval

b. Pyramid: 0.5 mm

c. Maximum Update Rate: 60 Hz

d. Operating Temperature: up to 50 C

e. Measurement Volume: Pyramid

f. Data Communication Interface: USB (3.0 type interface)

g. Power Requirements: 200-240 V, AC, 50 Hz, 0.5 A

h. Mounting: Tripod, wall or ceiling

3. Control unit:

The control unit should operate the robot arm, the optical tracking system and should run the software module seamlessly. The

following specifications should be met:

a. External start / stop /pause control

b. TCP/IP (Ethernet-switch or 2nd Ethernet card)

c. High performance PC with at least 4GB RAM, fast processor of latest configuration graphics card, 4x Ethernet card, COM-

Port, USB3.0 Ports, 1 TB HDD, Operating System Windows latest configuration compatible with existing rTMS systems

(magstim rapid2)

4. Software:

The software module should allow planning the stimulation treatment by defining the stimulation targets and the desired coil

orientations. The following specifications are required:

a. MRI Import: DICOM, NIFTI

b. Target Definition: Single Targets based on real scalp surface, by pointing at scalp with the pointer tool, based on computer

rendered surface of subject and mouse clicks and based on MRI / CT data and mouse clicks, automatically generated target

grids, width adjustable height, width and target spacing starting from a previously defined single target.

Page 22: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 14 of 40

c. Subject Registration: Anatomical landmarks based and/or ICP based. The ICP is based on surface points automatically

collected while moving the pointer over the scalp.

d. Targeting Mode: Static (without movement compensation)

Dynamic (with movement compensation)

e. Stimulation Mode:

i. Manual: Upon target selection, the robot arm places the coil at the defined position.

ii. Automatic: The robot arm places the coil at all defined target positions.

iii. In the specified order

iv. Randomly

f. Export of stimulated positions: As text file

g. Dynamic response latency: < 50 ms

h. Relative Accuracy (static target): < 0.01 mm

i. In-Session-repeatability (static target): 0.03 mm

j. Inter-session-repeatability (static target): 0.03 mm (same fixation)

k. Warranty: 5 years

Page 23: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 15 of 40

GLOBAL TENDER FOR THE SUPPLY OF “TRANSCRANIAL PAIRED PULSE MAGNETIC STIMULATOR WITH 2 ADDITIONAL

COILS (FIGURE OF 8 AND ROUND) WITH ACCESSORIES”

Department Neurology

Quantity Required 01 No. End User Contact Details

Name Dr. Pramod Kumar Pal

Designation Professor & Head

Mobile No. +91-9480829406

EMD ` 78,000/- Office No. +91-80-26995147

Email [email protected]

SL.

NO. SPECIFICATIONS

06.

Specification for Transcranial Paired pulse Magnetic Stimulator with 2 additional coils (figure of 8 and round) with

accessories

1. It should have the facility to deliver fully programmable paired stimulation through a single stimulating coil for intracortical

inhibition and excitation.

2. It should have the facility to break the unit to 2 independent monophasic magnetic stimulators to carry out bihemispheric

stimulation.

3. Should be able to deliver single high power pulse equal to or greater than 110% of the single pulse power.

4. The maximum power output of each system should be 100% of the maximum output at a frequency of 0.25 Hz.

5. It should have upper frequency of 0.5 Hz & burst frequency of 0.5 Hz with minimum pulse interval of 2 Sec.

6. Should be able to adjust inter-pulse spacing

a. 1 ms to 999 ms in 1m sec increments or less

b. 1 ms to 99.9 ms in 0.1ms increments or less

7. The System needs to be supplied with Two CE Approved double 70-mm coil.

8. Accessories:

a. CED micro1401 – 3 high performance laboratory interface system including 2 metre screened data cable with USB host

interface

Page 24: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 16 of 40

b. Waveform analysis software (CED Signal software for windows from Cambridge Electronics Device, UK)

c. Desktop Computer:

i. CPU:Intel Core i7

ii. RAM:16GB DDR

iii. STORAGE: 2 TB

iv. OS: Windows 10

v. Display: 22.0" Screen

vi. Graphic card

vii. Antivirus software

viii. Microsoft office (2016)

d. Laserjet Black and White Printer and Scanner

9. Warranty: 5 years

Page 25: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 17 of 40

GLOBAL TENDER FOR THE SUPPLY OF “100 Hz REPETITIVE TRANSCRANIAL MAGNETIC STIMULATOR (rTMS) WITH

REAL AND PLACEBO COILS”

Department Neurology

Quantity Required 01 No. End User Contact Details

Name Dr. Pramod Kumar Pal

Designation Professor & Head

Mobile No. +91-9480829406

EMD ` 1,44,000/- Office No. +91-80-26995147

Email [email protected]

SL.

NO. SPECIFICATIONS

07.

Specifications for 100 Hz Repetitive Transcranial Magnetic Stimulator (rTMS) with real and placebo coils

1. It should be a highly effective non-invasive repetitive biphasic magnetic stimulator for bilateral cortical or peripheral and central

nerve pathways stimulation.

2. The system should be able to deliver output power as per the following

a. should deliver 100% power at 41-42Hz.

b. should deliver 50% output at 96-100 Hz.

3. The system should have

a. Integrated color touch screen display

b. Integrated 2 channel Motor Evoked Potential monitoring with acquisition software for marking of latency and amplitude

cursors; 6 no’s of electrodes to be provided for MEP recording.

c. Should be programmable to deliver Single pulse or Repetitive train of sessions.

d. Theta Burst Protocol option.

4. The pulse train interval should be user selectable with 0.1s increment and pulse width of 400microsec with maximum upper

frequency of 100Hz.

5. The system should be CE/ ISO certified.

6. The machine should be provided with EMG Interface module.

Page 26: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 18 of 40

7. The system should be supplied with following

a. 70 mm air cooled coil - 1 no. Should be CE approved

b. 70 mm Air film - 1 no. The coil should have integrated air circulation system which should deliver up to 3000 pulses at 120%

motor threshold at 10Hz stimulation (Biphasic waveform) over a 30 minute period and remains within allowed temperature

limits.

c. 70 mm double Placebo coil - 1 no. CE approved

d. 360 degree articulated coil Stand for positioning coil at any position on patient.

8. Should have facility for charge delay for TMS Synchronized EEG.

9. Should be supplied with patient comfortable chair and coil holder.

10. The equipment should also have provision to attach other coil such as 90mm high power circular coil, 110mm double cone coil

with rTMS system and the rates of these coils should be quoted separately.

11. Warranty: 5 years

Page 27: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 19 of 40

GLOBAL TENDER FOR THE SUPPLY OF “256 CHANNEL EEG SYSTEM WITH ACCESSORIES”

Department Neurology

Quantity Required 01 No. End User Contact Details

Name Dr. Sanjib Sinha

Designation Professor

Mobile No. +91-9480829407

EMD ` 4,00,000/- Office No. +91-80-26995123

Email [email protected]

SL.

NO. SPECIFICATIONS

08.

Specifications for 256 channel EEG system with accessories

1. Amplifier- Net Amps 400 - 1

2. Mac Pro with Software for the Mac - 2

3. Norton Antivirus – 3 years automatic upgrade

4. 27 inch Apple Thunderbolt Display - 2

5. Net Station Software License and HASP - 1

6. Articulating Arm - 1

7. Photic Stimulator Package - 1

8. Video- recording package - 1

9. Event Marker Button - 1

10. Net Support Kit -1

11. Cart with amp and arm mount - 1

12. MEG Upgrade Package - 1

13. Warranty: 5 Years

14. 256 Channel Pediatric & adult size electrode cap/net - 5 each

15. ERP Package -1

16. Geodesic Photogrammetry System (GPS) - 1

Page 28: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 20 of 40

GLOBAL TENDER FOR THE SUPPLY OF “64 CHANNEL DIGITAL EEG SYSTEM”

Department Neurology

Quantity Required 02 Nos. End User Contact Details

Name Dr. Sanjib Sinha

Designation Professor

Mobile No. +91-9480829407

EMD ` 1,60,000/- Office No. +91-80-26995123

Email [email protected]

SL.

NO. SPECIFICATIONS

09.

Specifications for 64 Channel Digital EEG System

1. The system should be a high end, high performance imported EEG machine with 64 AC Monopolar inputs and 8 Bipolar inputs (4

pairs of DC Channels)

2. Sampling Rate upto 8 KHz on all the 64 channels All channels should be able to store with maximum sampling rate (No of

recording channels should not decrease with the increase in sampling frequency)

3. The amplifier need to have the minimum bandwidth of 0.1 – 2,000Hz

4. The amplifier should have minimum 16 Bit A/D converter

5. The Amplifier should have a sensitivity/resolution of 0.125µV/Bit, CMRR>160 dB, Input Impedance 180 MΩ and input noise

0.3v to ensure high fidelity recording.

6. The PC work station should have the latest Intel Server Grade Processor and 8 GB of RAM. A laserjet printer, Color 27’’LED

Monitor and CD/DVD/Bluray writer, 2 TB of HDD also to be provided.

7. The system should operate on Windows platform

8. The EEG Software should support data archival on Bluray discs

9. The system should have an imported custom cart from the system manufacturer to house all components of the EEG with

retractable keyboard rack, integrated power supply and isolation transformer.

10. The CD/DVD/Bluray writer should be able to archive EEG data on a CD/DVD/Bluray which should have the capability to be read

on any PC without any additional software. Similar archiving should be available with Pen drives or any other removable storage

Page 29: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 21 of 40

media.

11. EEG data export facility in EDF, EDF+ and ASCII formats.

12. The System should have an inbuilt impedance check facility. The impedance check should be able to perform both at the PC side

and with the head box side.

13. The system should be capable to upgrade upto 256 Channels by just adding 64 Channel Amplifier modules

14. The system should be complete with a remote floor stand for acquisition Unit and high energy LED flash stimulator with variable

intensity control.

15. Comprehensive database management with user definable patient and data codes should be available.

16. The system should comply with CE, FDA and IEC standards and quality marks.

17. The EEG system also should have the possibility to upgrade to wireless mode

18. The system should be able to upgrade to Video EEG with optional video EEG kit

19. The system should be compatible with the existing EEG Network (server based) and patient management system.By just plugging

the system to the existing network, the data should be recorded to the present pateint database on the server and the recorded data

should be reviewed on all the present reporting stations without using any additional software.

20. The System Should be supplied with 100 Nos. of EEG Disk Electrodes,30 Nos of Ten 20 EEG Paste (228gm)

21. Warranty: 5 years.

Page 30: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 22 of 40

GLOBAL TENDER FOR THE SUPPLY OF “17 CHANNEL STANDALONE EMG/NCS/EP MEASURING SYSTEM”

Department Neurology

Quantity Required 01 No. End User Contact Details

Name Dr. A. Nalini,

Designation Professor

Mobile No. +91-9480829405

EMD ` 80,000/- Office No. +91-80-26995139

Email [email protected]

SL.

NO. SPECIFICATIONS

10.

Specifications for 17 channel Standalone EMG/NCS/EP Measuring System

1. 17 Channel Standalone EMG/NCS/EP Measuring system for clinical & research purpose should have at least the following

essential specifications.

2. The computer should be supplied with the system, after passing the strict in-house quality checks by the manufacturer to comply

with medical equipment standard.

3. The main system and all its peripherals in direct or indirect contact with the patient and operator must be isolated by an isolation

transformer and the same must be supplied by the equipment manufacturer to comply with medical equipment standard to avoid

any leakage current causing hazards to the patient or operator.

4. EMG/NCS/EP Measuring system should have 12 channels of on-screen montage junction box for easy and accurate EP

measurement without shorting lead, 4 channels of Active electrode connection for more stable and artifact free NCS measurement.

5. The system should be based on Windows-7 operating system in Desktop PC with minimum Intel Core i5, 3.10 GHz CPU, 2 GB

RAM, 250 GB Hard Disk, DVD RW super multi drive, Gigabit network interface card, 22” color TFT LCD display, Laser jet

Printer and UPS with min 30 minutes back up, good quality mouse and keyboard or higher specification.

6. Amplifiers should have optically isolated channels with 18 bit ADC with conversion speed of 5 micro sec / channel maximum,

Signal bandwidth of 0.01 Hz to 20 KHz, CMRR should be greater than 106 dB (balanced mode), Differential mode input

impedance 200 M Ohms, Sensitivity from 1 micro V/Div to 10 mV/Div and Noise < 0.6 micro volt RMS.

7. Acquisition system should have 18 bit average with max. 9999 averages in multiple stage, time base of 0.1 sec/Div to 1 sec/Div

Page 31: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 23 of 40

individually selected for each Channel for up to 6 channels, Data points 2048/20 Div and Artifact reject inhibit range of ±1 to ±5

div in 0.1 div steps & Off.

8. Main unit should be connected to the computer through the simple and powerful USB-2.0 interface with Visual & Auditory

stimulators must be integrated in the main unit. System must be compact with dedicated and ergonomic design control panel for all

the necessary buttons for EMG, NCS & EP Measurement with waveform management and latency marking.

9. System must have different trigger mode options like Recurrent, Random, Foot Switch, Single Stimulation, Signal 1 to 5, External

1 to 6, Somato-1, Somato-3 etc. with Single, Double and Train wave mode with a trigger rate of 0.01 to 100 Hz.

10. System should have dual channel constant current electrical stimulation port upgradable up to 4 constant current stimulator with

current range of 0 to 100 mA in 0.1, 0.2 & 1 mA step, Stim pulse duration of 0.01 ms to 1 ms. A compact and easy to use Somato

control box for stimulating the nerves in conduction study with stim intensity variation, stim trigger and two programmable

buttons, should be supplied with the system.

11. There should have provision to set electric stimulation output to monophasic or biphasic with artifact compensation. Body

temperature measurement for calculating Compensated Conduction Velocity (CCV) with temperature probe must be standard part

of the system.

12. System should be able to upgrade to High current stimulation (0 to 200 mA) and amplifier extension with two break out boxes and

stimulator extension with one stimulation pod for Intra Operative Monitoring.

13. System should have a provision of connecting 6 external devices at a time and to trigger in / out 6 devices with Line input / output.

14. System should have auditory stim output with headphone and earphone connectivity, Click and Tone burst type wave, with

polarity of condensation, rarefaction and alternating, Stimulation Intensity 1 to 135 dB SPL, Contralateral white noise masking.

15. System should have Visual Stimulators like Pattern reversal (Full, Left Half, Right Half, Upper half, Lower half, Upper left,

Lower left, Upper right and Lower right field), LED Goggles (Left, Right & Both) and External light source option.

16. System should have Six channels Trigger In/Out facility to interface with MEP Stimulator or Magnetic Stimulator at any time

without additional hardware or software.

17. The system must have the following application protocols as standard.

a. Nerve Conduction Studies (NCS, MCS, SCS, F-Wave, H-Reflex, Blink Reflex, Collision, Repetitive Nerve Stimulation-

Manual, automatic & tetanic) & inching studies. User should be able to create own NCS protocols with more than 40

examinations in Quick Nerve Conduction Study.

b. Brainstem Auditory Evoked Potential study (ABR, MLR, SVR & EcochG). Automatic separation of AP and CM waveforms

in EcochG. Simultaneous ABR and MLR measurement on the screen. Automatic hearing threshold detection program for

Neonatal screening.

c. Visual Evoked Potential study (PRVEP, LED Goggle VEP, ERG, EOG). EOG Velocity waveform display with original EOG

Page 32: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 24 of 40

signal.

d. Somatosensory Evoked Potential study with signal triggering and back averaging (SEP, SSEP, ECG Triggered SSEP, ESCP).

Simultaneous SEP and SSEP measurement.

e. Electromyogram study (Free run needle EMG, MUAP analysis, Interference pattern, Auto MUP detection and classification

and real time turn amplitude analysis), Single fiber EMG, Stimulated SFEMG & Macro EMG. Continuous live EMG storage

of 10 minutes up to 99 sites per muscle examined. EMG play back with waveform and sound of minimum 10 minutes should

be possible in any PC.

f. Other studies like SSR, C-Reflex, Long Loop Reflex, Vestibular Evoked Myogenic Potential measurement

18. The system should be able to upgrade to Autonomic Nervous system testing protocols (R-R Interval, Microneurography & SSR),

Event Related Potential Software (P-300, CNV & MRCP) with patient response switch, Trend Monitoring Software for

Intraoperative Multimodality Evoked Potential Recording) and Motor Unit Number Estimation on site at any time.

19. Should be able to perform Skin electrode impedance check at both junction box and console to give the exact impedance in

numeric values.

20. System must have programmable measurement conditions up to 384 examination and atleast 12 test protocols can be opened

simultaneously.

21. System must have on-screen examination guide / Neuro navigator shows examination information, electrode, stimulation positions

for NCS and other examinations.

22. System Patient Administration software and Advanced report generation should run on a SQL server based software for easier

data comparison and making normative data.

23. Automatic data back up if any sudden power failure or computer crash

24. Should have FDA, CE approval and IPXO approval (For Degree of protection against harmful ingress of water).

25. The system should be supplied with standard set of Accessories and consumables as follows

a. Headphone (Adult) – 1 No.

b. Earphone with insert tips (4 different size) – 1 Set

c. LED Goggles – 1 No.

d. 19” Square TFT LED Display for PRVEP – 1 No.

e. Active Electrode Cable set for NCS – 1 set

f. Surface Recording Electrodes – 2 sets

g. Ground Electrode Strap type – 2 sets

h. Disc type ground electrode – 1 No

i. Reusable EMG Needle electrodes – 10 Nos.

Page 33: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 25 of 40

j. Reusable SFEMG Needle – 1 No.

k. Needle Extension Cable – 2 sets

l. Surface Stimulating electrode – 2 sets

m. Nerve Conduction Electrode – 1 set

n. Electrodes for EP measurement – 15 Nos.

o. Digital ring electrode – 2 sets

p. EEG Paste 400 grams jar – 3 Nos.

q. Skin Prepping gel 135 grams tube – 2 Nos.

r. Disposable EMG Needle (25 pcs) with Needle Extension Cable – 1 Set

s. Temperature probe – 1 No.

26. Warranty: 5 years

Page 34: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 26 of 40

GLOBAL TENDER FOR THE SUPPLY OF “HIGH RESOLUTION ULTRASOUND SYSTEM”

Department Neurology

Quantity Required 01 No. End User Contact Details

Name Dr. M. Veerendrakumar

Designation Professor

Mobile No. +91-9480829403

EMD ` 80,000/- Office No. +91-80-26995144

Email [email protected]

SL.

NO. SPECIFICATIONS

11.

Specifications for High Resolution Ultrasound System

Following facilities/ features should be present

A. Hardware:

1. Number of Probes = 4

a. Phased Array 2 to 4 MHz (± 1 MHz)

b. Linear 4 to 12 MHz (± 1 MHz)

c. Very high frequency Linear 5 to ≥ 18 MHz ((± 1 MHz)

2. Number of Probe Ports ≥ 4 Imaging universal active probe ports with electronic switching facility from keyboard without

probe adapter

3. It should support broad band probes (1-18 MHz or more)

4. Continuous and Pulsed wave Doppler

5. Number of elements ( phased array > 80, Linear and very high frequency probe > 200); number of digital channels ( ≥ 4

Lakhs)

6. Ultrasound Intensity

7. Amplification, Gain (≥ 60 dB), Time gain compensation (TGC) and lateral gain control

8. Details of Analog to Digital Conversion (ADC), Signal processor and Image Processor

9. Dynamic range ≥ 250 dB; Gray maps, Edge Enhance

Page 35: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 27 of 40

10. Scanning Depth (≥ 30 cm), focus, Time gain compensation for image optimisation

11. Duty factor

12. Thermal Index and Mechanical Index

13. Image display

a. ≥ 21 inch, High Resolution Flat Panel Medical grade Display monitor with 1920x1080 resolution, and wide viewing angle

b. Touch screen (≥ 10 inch)

14. Image Display: Contrast and Temporal Resolution, Refresh rate

15. Axial resolution (≤ 0.25 mm) and Lateral resolution (≤ 0.5 mm)

16. Coded Excitation, Tissue Harmonic Imaging (THI) - available in Power Doppler mode as well, combined mode (THI and real

time compound imaging) and Panoramic Imaging with magnification facility, Parallel Processing

17. Colour controls: colour window location, size, steering angle, colour map inversion, wall filter (range), priority, baseline shift,

Velocity range (pulse repetition frequency), colour map selection, variance, smoothing and ensemble length (number)

18. Display port Video Export facility

19. Image Output - laser printer, Hard disk (≥ 500 GB), USB port (≥ 2 ports) and DVD -RW drive

20. On cart diagnostics, software maintenance tool, and Transducer testing

21. High fidelity Stereo speakers with subwoofers

22. System cart

B. Software:

1. Colour Doppler, Power doppler and Spectral Doppler

2. Operating modes

a. B-mode, M-Mode, B/M Mode,

b. Doppler Mode, Color flow, Power Doppler,

c. Directional Color Angio /Directional Power Angio,

d. Contrast Imaging, B/Color flow, PW Doppler, CW Doppler. Triplex for simultaneous 2D, color flow, PW Doppler.

e. Triplex for simultaneous 2D, CPA, PW Doppler, Color compare.

f. B-mode and B colour flow should be available for simultaneous, side by side display

g. Duplex system (link CW or PW doppler features and real time B scanners so that doppler can interrogate specific locations

in the B-scan image)

3. Applications

a. Vascular - Neck vessels, peripheral blood vessels, Trans-cranial Doppler,

b. Echo-cardiography

Page 36: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 28 of 40

c. Should be upgradable for Musculoskeletal imaging, Nerve imaging, Strain Elastography

4. Digital zoom facility (real time and on frozen images)

5. Automatic real time & frozen tracing of instantaneous peak velocity & instantaneous mean velocity (or frequency)

6. Automated Intima Media Thickness (IMT) Quantification

7. Vascular Plaque Quantification

8. Post-processing Image Manipulation

Annotations, distance, circumference and area measurements, area or diameter percent reductions, gray scale adjustment and

compensations

9. Labels and User defined labels, User comments, and reports

10. Image processing software (to reduce speckle and clutter artifacts)

11. Picture and Video editing software - Picture archiving, cine loop editing etc.

12. Video recording and system frame rate (≥ 1500 frames/sec in 2D mode)

13. Cine loop or cine scroll facility (≥ 1500 frames)

14. Speckle Reduction, Compound Imaging, Line Density, Persistence (frame averaging)

15. Feasibility to create custom presets

16. Patient Directory, Manual Data Entry, and Measurement Data Export

17. DICOM should be provided as standard feature

18. Data security, Data maintenance, and Network connectivity (wired and wireless)

C. Others:

a. Technical data sheet from the manufacturer (parent company) should be enclosed in technical bid to support the various hard

ware and software details.

b. Spare part availability for ten years (from date of purchase)

c. Minimum of 10 installations of the quoted model in reputed institutes (Installation List should to be enclosed)

d. Personnel Education and training

D. Warranty: 5 Years

Page 37: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 29 of 40

GLOBAL TENDER FOR THE SUPPLY OF “OPERATING MICROSCOPE”

Department Neurosurgery

Quantity Required 01 No. End User Contact Details

Name Dr. Malla Bhaskara Rao

Designation Professor & Head

Mobile No. +91-9480829600

EMD ` 4,00,000/- Office No. +91-80-26995405

Email [email protected]

SL.

NO. SPECIFICATIONS

12.

Specifications for Operating Microscope

Sl.

No. Microscope Description

1 Classification Class 1

2 Optics Carrier The Height of the optics carrier should be preferably less from the main surgeon's binocular to

the Objective. Please mention the height of the optics carrier from the binocular to the objective.

3 Working distance 200- 500mm Variable through motorised multifocal lens, activated through Hand switch,

Footswitch and through control panel. Manually adjustable override.

4 Mangnification range 1.5x - 17x with 10x eyepiece

5 Field of View 12.5mm - 143mm with 10X Eyepiece

6 Focusing Motorised, via multifocal lens activated through Hand Switch, Footswitch & Control panel.

Manually adjustable override

7 Eyepieces Wide - field eyepiece for spectacle wearers 10X or 12.5X, dioptric setting +/- 5 with adjustable

eye cup

8 Observation wide range of observation: Two observers should view simultaneously .

9 Light Source Main Lamp should be minimum 300W Xenon Illumination

10 Emergency Lamp Back-up also should be 300 W Xenon

Page 38: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 30 of 40

11 Illumation Power supply Please mention the details of main and back up illumination supply

12 Illumination Field

Diameter

Should have Built in automatic zoom-synchronized illumination field diameter, with manual

override and reset feature

13 Automated illumination

control

Should have Automated illumination Brightness control should be linked to working distance

14 Binocular tube Flexible ergonomic height adjustment for optimal body position at the microscope.

15 Asepsis for all controls Sterilisable Protective glass for objective. Sterilisable components for all drive knobs/drapes

16 Co-Observer attachment Stereo Co-Observer attachment for Cranial and for Spine attachment

17 Rotation of optics Please mention the range.

18 Lateral Tilt Please mention the range.

19 Inclination Til Please mention the range.

20 Handles/Joystick controls for microscope zoom position, variable working distance via multifocal lens, XY

movement , and the 6 electro-magnetic brakes

21 Balancing Full Auto Balancing of the whole system by one button push / touch.

22 Inter-operative Auto

balance

The System should preferably have inter-operative Auto balance facility during the case without

breaking sterility by pushing a simple button

STAND

23 Floor stand Floor Stand with 6 Electro-magnetic brakes

24 Range of Cantilever To be mentioned

25 Compact Base To be mentioned

26 Control Unit Second generation of intuitive touch panel technology with built in diagnostic Menu and

indication for Lamp remaining hours.

27 HD camera HD 1080P Camera with excellent video output. Please mention the details of the camera.

28 Recording System

High Definition(1080P) Recording system with built in Monitor

Live duplicating - file storage on any of the external storage device viz., Pen drive, USB storage

device etc.,

Video format - MPEG -4

Fire wire input/output

Storage capacity of 320GB HDD

Operating System should be Windows XP Professional

Page 39: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 31 of 40

Video Compression should be MPEG4 & Still Image bmp & jpeg

Optional DICOM compatible

29 Navigation

Microscope should be compatible with all the existing major navigation systems in the market for

image guided surgery. All the necessary software for the same should be incorporated.

The microscope should be compatible and should have facility for integration with

neuronavigation. The microscope should have facility for fluorescence guided tumor and vascular

surgery and intra operative ICG angiography.

30 Fluorescence

The microscope should be upgradable to intra operative fluorescence package such as vascular

fluorescence, tumor fluorescence etc. Please mention the camera configuration and resolution

available for the fluorescence surgery. It may be preferable if it is integrated with the microscope.

31 Image injection in the

eyepiece

Dual image injection on the eyepiece, to be present

32 The equipment should have international certification like CE, IEC etc.

33 The supplier should be of good standing in Indian market for at least 5 years

34 Warranty: 5 years

Page 40: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 32 of 40

GLOBAL TENDER FOR THE SUPPLY OF “ELECTRICAL NEUROSURGERY DRILL”

Department Neurosurgery

Quantity Required 02 Nos. End User Contact Details

Name Dr. Malla Bhaskara Rao

Designation Professor & Head

Mobile No. +91-9480829600

EMD ` 80,000/- Office No. +91-80-26995405

Email [email protected]

SL.

NO. SPECIFICATIONS

13.

Specifications for Electrical Neurosurgery Drill

1. Should be a versatile powered system, having cranial & spine applications

2. Should have in built user friendly interactive menu and illustrative help guide

3. Should have large Touch screen monitor

4. The various parameters should be able to adjust either from touch screen panel or from the multifunction foot switch

5. Should be able to connect multiple hand pieces like Neuro Drills (Up to 75000RPM),

6. Console should recognize the various hand pieces and automatically adjust the settings accordingly

7. Should have inbuilt pumps each for Irrigation

8. Should have multifunction ergonomically designed foot control

9. Should be able to control Speed / Mode, Forward / Reverse toggle, Active hand piece change from the Foot control itself

10. Should have the provision to mount the console on various sizes of IV pole

11. Should quote attachments per set like medium range between 9 cm - 14 cm (4 Nos. i.e. angled - 2 No. and straight -2 No.) one

long angled - 1 no.

12. Should Quote Adult craniotomy attachment with 10 No’s Tools.

13. Tool sets for each drill system:

a. Tools for 9 cm tubing:

Page 41: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 33 of 40

i. Acorn shape 6mm, 7.5mm tip diameter-3 No’s

ii. Ball sharp cutting 5mm,7.5mm, tip diameter-each 2 No’s

iii. Ball Diamond 4MM tip diameter-each 2 No’s

b. Tool for14 cm tubing:

i. Ball Sharp cutting 4mm,5mm, tip diameter-each 2 No’s

ii. Ball Diamond 4mm,5mm, tip diameter-each 2 No’s

c. Tools for10 cm tubing:.

i. Ball sharp cutting 3mm,4mm,5mm, tip diameter-each 2 No’s.

ii. Ball Diamond 2mm,3mm,4mm,5mm,6mm tip diameter-2 No’s

d. Tools for 15 cm tubing:

i. Ball sharp cutting tip 3mm,4mm,5mm diameter-each 3 No’s

ii. Ball Diamond tip 3mm,4mm diameter-each 2 No’s

14. The equipment should have international certification like CE, IEC etc.

15. The supplier should be of good standing in Indian market for at least 5 years

16. Warranty : 5 years

Page 42: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 34 of 40

GLOBAL TENDER FOR THE SUPPLY OF “OT TABLE FOR NEUROSURGICAL OPERATING THEATRE”

Department Neurosurgery

Quantity Required 02 Nos. End User Contact Details

Name Dr. Malla Bhaskara Rao

Designation Professor & Head

Mobile No. +91-9480829600

EMD ` 1,40,000/- Office No. +91-80-26995405

Email [email protected]

SL.

NO. SPECIFICATIONS

14.

Specifications for OT Table for Neurosurgical operating theatre

1. Constructed of stainless steel / nickel chromium alloys or other high quality materials with a mobile base.

2. Please mention the maximum weight load capability in normal orientation and in full articulation.

3. Size – Minimum 200cm length and 58 cm width

4. Height should be adjustable. The lowest height should be minimum 70cm from floor to table top. Please mention the minimum

and maximum height reachable in the table.

5. Table should be mobile on wheels and castors.

6. Should have minimum 4 sections.

7. The Head and leg sections should be removable and inter changeable

8. The table top – full length should be antistatic and X-Ray translucent.

9. Should be C-arm compatible. There should be a facility to adjust the table base position over the table column to enable C arm

placement in spine surgeries. Please mention the extent of table base movement possible over the column.

10. Please mention the extent of mobility in various planes and directions.

11. Should have locking facility, be electro hydraulically operated with corded hand control of functions

12. Should have leather back up

13. mattresses to be fully radiolucent, antistatic, detachable, impermeable to fluids,, easily cleanable.

14. The column and base should be covered with stainless steel or water resistant material.

Page 43: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 35 of 40

15. should have side rails on both sides for attaching accessories / clamps.

16. Should have inbuilt rechargeable battery backup with a capacity to operate the table in case of mains AC power failure.

17. should have hand control and manual override.

18. The table should have international certification like CE, IEC 601.1

19. The supplier should be of good standing in Indian market for at least 5 years

20. Warranty: 5 years

Accessories

1. Arm rests - 2 pairs.

2. Body straps - 2 pairs.

3. Two Clamps to attach accessories.

4. adult ( 2 nos.) and paediatric ( 2 nos.) horse shoe with accessories to fix to table

5. 3 pin head clamp (May field) - two sets per OT table with accessories to fit to table with adult and paediatric pin sets.

Page 44: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 36 of 40

GLOBAL TENDER FOR THE SUPPLY OF “MOBILE C-ARM - IMAGE INTENSIFIER WITH 1K X 1K IMAGE

RESOLUTION WITH CONNECTIVITY TO 2D NAVIGATION SYSTEM AND DSA”

Department Neurosurgery

Quantity Required 01 No. End User Contact Details

Name Dr. Malla Bhaskara Rao

Designation Professor & Head

Mobile No. +91-9480829600

EMD ` 1,20,000/- Office No. +91-80-26995405

Email [email protected]

SL.

NO. SPECIFICATIONS

15.

Specifications for Mobile C-Arm - Image Intensifier with 1K X 1K Image resolution with connectivity to 2D navigation system

and DSA

1. One fully loaded digital mobile 2D C-arm unit needed for all routine and advanced neurosurgical applications including trauma,

vascular, spine and reconstructive surgeries. The system should be compatible with neuronavigation systems and should be usable

for intra operative angiograms. The unit should have following essential features.

2. Mobile Surgical Image Intensifier TV system should be with C-arm for Fluoroscopy, Pulsed Fluoroscopy, digital radiography and

cassette exposure with the following specification:

3. High frequency generator with automatic power line matching adaptation Motor-driven remote controlled collimation system with

iris diaphragm and semi transparent slot diaphragm, with, display on the monitor without radiation. All DICOM functions should

be available.

4. The C-Arm unit should have larger C arm depth at-least 70cms to reach critical areas without repositioning the C-Arm and should

have a Film Focus Distance of at-least 90cm minimum for better geometric definition.

5. Image Intensifier with online dose rate control should be provided to the area of interest.

6. Generator: High Frequency generator: 2 kW or more with 20KHZ inverter frequency or more in single tank construction.

7. Exposure Voltage range: 40 to 110KV or more

8. Fluoroscopy ma Range: 0.2mA to 15mA or higher.

Page 45: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 37 of 40

9. Pulsed Fluoroscopy Range: 0.2mA to 20mA or higher

10. Digital Radiography Range: 0 2mA to 20mA or higher

11. Cassette exposure: Max 20mA,

12. X Ray tube: Rotating anode with focal spot size maximum of 0.6mm. Please specify the heat storage capacity of the tube offered.

13. Fluoroscopy Duration: X-Ray tube should with stand longer fluoroscopy continuously for 45 Min or more.

14. Collimation system: Iris controlled Concentric Collimation and transparent Slot diaphragms. Customer specific Organ program

for all operating modes should be present.

15. 2D Navigation Interface for connectivity to a 2D Navigation system should be possible. All accessories and software required to

integrate the C arm with the neuronavigation system should be provided.

16. DSA: DSA should be standard

17. Image Intensifier: Metal- Enamel Construction with fine detail, high quality input screen and high resolution output screen with

Scattered light trap. Nominal input Diameter 23cm (9”) Format Change over 23/15cm II tube offered with high resolution Grid Pb.

12/40. CCD sensor with high resolution TV Standard 625 lines at 50HZ image rotation Continuous ± 220deg or more.

18. TV Monitor: Two nos. of at least 19” TFT displays for live and reference image display High-contrast, anti-glare TFT displays

for live and reference image display in 256 gray scales. 46cm image diagonal, resolution 1280 x 1024 pixels. Horizontal and

vertical viewing angles of 170° each. Luminance max. 600cd/cm²

19. Digital Image System & Storage Capacity: For disk storage of at least 50,000 images, 1024 X 1024 pixel memory matrix. Image

protection feature against overwriting and deletion. Auto loop for the Fluoroscopy and Pulsed Fluoroscopy modes.

20. Operating Modes: Pulsed fluoroscopy, Pulsed fluoroscopy with last image hold Digital Radiography, Selection of five different

customer specific organ programs for each operating mode. Display of customer specific organ programs.

21. Image Processing: 1024 X 1024 with 12 bits.

22. C- Arm Movements: Orbital Movement - 130°( -40 to +90°), Angulation ±190° Horizontal Travel 20 cm, C Arm Depth. Min 70

cm or more, Swivel range ±12.5°, Vertical Travel Motorized 45 cm, Focus to II distance mm. 100cm or more.

23. Power requirement: Single phase 230V,± 10% 50HZ. Please mention the socket size and the power requirement for the

functioning of the system.

24. Essential accessories:

a. Online UPS 20 KVA should be provided for the functioning of the system independently with at least 30 mins backup for the

C-arm

b. 12 nos. lead aprons

c. 12 nos. thyroid shield

d. Sterile covers for C-arm, X-ray tube and Image Intensifier

Page 46: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 38 of 40

e. Integrated dose measuring chamber

25. Warranty and after sale service

Five year comprehensive onsite warranty of entire system which includes spares and labour and X-ray tube. This will be

followed by 5 years comprehensive AMC

26. Certifications:

a. System should have AERB approval certificate and FDA and EC certificate and should be enclosed compulsorily.

b. System should have minimum 5 installations in the country and end user performance certificates should be enclosed.

Page 47: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 39 of 40

GLOBAL TENDER FOR THE SUPPLY OF “SERVER”

Department Bio Medical Engineer

Quantity Required 01 No. End User Contact Details

Name Smt. Sindhu M.G

Designation Head of Biomedical Engineering Section

Mobile No. +91-9480829700

EMD ` 1,00,000/- Office No. +91-80-26995700

Email [email protected]

SL.

NO. SPECIFICATIONS

16.

Specifications for Server

Sl.

No. Component Description

1 Processor Intel Xeon E5-2650 v4 2.2GHz,30M Cache,9.60GT/s QPI,Turbo,HT,12C/24T

2 Chipset Intel C610 Series or Compatible

3 Memory 8QTY X 32GB RDIMM, 2400MT/s, Dual Rank, x4 Data Width

4 DIMM Slots Server should support Up to 24 DIMMS DDR4 memory and should be scalable upto 768GB

DDR4 memory

5 Memory Property Advanced ECC memory protection, Memory mirroring

Chassis Chassis with up to 16, 2.5" Hard Drives

6 Hard Disk 2QTY X 1.2TB 10K RPM SAS 12Gbps 2.5in Hot-plug Hard Drive, With minimum 2/4 bays

7 RAID Controller Hardware RAID controller, should support Raid 0, 1, 5 and have atleast 2GB of NV Cache and

Battery backed cache.

8 Ethernet Ports/HBA

cards Quad(4 ports) port 1G nic card, dual port 10G base T card and Dual port 8G/12G FC card

9 GPU Server should support GPUs

10 PCI Slots Atleast 6 PCIe slots

Page 48: E-Procurement Global Tender No. STR 1A/EQPT/GTN …14.139.159.100/sites/default/files/tenderfile/gtn-02 for NIMHANS... · From 13.10.2017 Onwards Last date for tender enquiry 23.10.2017

NATIONAL INSTITUTE OF MENTAL HEALTH & NEURO SCIENCES

(Institute of National Importance), Hosur Road, Bengaluru – 560 029

Ph. 26995023/5913/5923 Website: http://www.nimhans.ac.in/tender E-mail: [email protected]

E-Procurement Global Tender No. STR-1A/EQPT/GTN-02/2017-18 Dated 11.10.2017 Due date 13.11.2017 upto 11:00 AM Page 40 of 40

11 Optical Drive DVD+/-RW, SATA, Internal

12

Video Controller

(support VGA or above

resolution)

Yes

13 Remote Management

• Vendor should provide an embedded feature that helps to manage Servers in physical, local and

remote environments, operating in-band or out-of-band, with or without a systems management

software agent.

• Power Management should give historical data for atleast 72 hours.

• Should also support IPv6. Dedicated port

• Should support remote scripted reconfiguration tools.

• Should be able to monitor all systems components (BIOS, HBA’s, NICs, and CNA’s).

Should have USB log monitoring.

14 Redundant Power Supply Redundant Power Supply 750W

15 Hypervisor/Software/OS Should support heterogeneous OS platforms

16 Failure Alerting

Mechanism

The server should be able to alert impending failures on maximum number of components. The

components covered under alerting mechanism should at least include Processors, memory, PCIe

slots, VRMs, power supplies, fans, hard disk drives

17 Form Factor 1U/2U rack

18 Server Management

• Smart Embedded Systems Management should be able to automate task like discovery deploy

monitor and update.

• Should not be dependent on agents to for life cycle management.

• Should be OS Agnostic.

• Should be able to provide Single console to manage Servers.

Should provide USB log monitoring

19 Warranty 5 years with Comprehensive onsite warranty from the OEM

20 Rails Must be supplied with sliding rack rails

21 Installation Installation of Server including firmware upgradation.

23 Cooling Fresh Air Cooling

22 RoHS Compliance Yes