2ND REVISED BID SOLICITATION DOCUMENTS
Transcript of 2ND REVISED BID SOLICITATION DOCUMENTS
`
Government of Khyber Pakhtunkhwa
Health Department
2ND REVISED BID SOLICITATION DOCUMENTS
(After Pre-bid Meeting)
FOR
SUPPLY, INSTALLATION, TESTING AND COMMISSIONING OF MEDICAL EQUIPMENT, INSTRUMENTS, HOSPITAL FURNITURE FOR
SAIDU GROUP OF TEACHING HOSPITALS, SWAT.
APRIL 2021
Page No. 1
Preface
These Standard Bidding Documents have been prepared for Procurement of Medical
Equipment, Instruments and Hospital Furniture for Saidu Group of Teaching Hospitals, Swat
through National Competitive Bidding (NCB) under Khyber Pakhtunkhwa Procurement Act 2012
and Khyber Pakhtunkhwa Procurement of Goods, Works & Services Rules 2014.
These Bidding Documents are grouped in two parts based on provisions which are fixed
and that which are specific for this procurement accordingly.
The fixed part of the book carries the rules followed by Procurement Specific Conditions
and Provision for the bid to be prepared. The fixed provisions in Part-I are Instructions to Bidders
(ITB), Additional Instructions to Bidders and General Conditions of Contract (GCC) while Part-II
having eight sections i.e.
i. Invitation for bids
ii. Bid Data Sheet
iii. Special Conditions of Contract
iv. Schedule of Requirements
v. Technical Evaluation Criteria
vi. Technical Specifications
vii. Sample Forms
viii. Eligible Countries
This bidding document is prepared with consultation of technical committee members, end
users and purchase committee as well not only to simplify the bidding documents but also to
procure quality equipment for Saidu Group of Teaching Hospitals, Swat.
Page No. 2
Table of Contents
Content (s) Page #
Instructions to Bidders 3 to 21
General Conditions of Contract (GCC) 22 to 29
Invitation for Bids 30
Bid Data Sheet 31
Special Conditions of Contract 32 to 35
Schedule of Requirements 36
Technical Evaluation Criteria 37 to 42
Lists of Required Items 43 to 44
Technical Specifications 45 to 84
Sample Forms 85 to 97
Eligible Countries 97
Integrity Pact 98
Page No. 3
A. Instructions to Bidders (ITB)
1. Scope of Bid
1.1 The Saidu Group of Teaching Hospitals, Swat, Health Department Govt. of Khyber Pakhtunkhwa invites bids for supply of Goods specified in the Schedule of Requirements along with Technical Specifications and related services incidental thereto to meet the requirement of (SGTH) with Bid Reference Number for the procurement activity as mentioned in Bid Data Sheet (BDS).
a. Bidding process will be based on “LOT wise procurement” and it is advised to all bidders that they must quote for the complete scope of work of each LOT. Any bid covering partial scope of work / partial items of any single LOT will be rejected as non-responsive.
b. One bid one bidder as a standard rule; no alternate bid for the same lot will be accepted both in technical as well as financial. In the wake of any such occurrence, bid will be declared non- responsive.
c. Envelops should be marked as “TECHNICAL BID” and “FINANCIAL BID” in bold and legible/readable letters.
d. The rates should be quoted in both CFR and DDP. e. The bidder will bear all the charges of freight, insurance, clearing
charges, godown rent, Delivery Charges (DO) Charges and transportation (from manufacturer to installation site at Swat) and labor.
f. In case of CFR, Exemption Certificates of custom duty /Income tax /GST from the Government of Pakistan will be provided by Procuring Entity that the import has been made for the Hospital use so as to avail the facility of exemption of duty/taxes as per Government Rules.
g. The Bidder has to quote only one rate for each item (along with standard accessories) as per tender Specification provided in the Bidding Documents.
h. Pre-bid meeting will be held for on 08-04-2021 at 10:00 a.m. sharp under section 24(6) of KPPRA Act 2012. The purpose of the pre-bid will be to clarify the requirements of the procuring entity and the feedback from the bidders so offered. This is in line with the general principles of procurement as communicated in under section 03 of KPPRA Act 2012.
i. This document has been prepared in harmony with KPPRA Rules 2014 and KPPRA Act 2012. In case of any conflict/discrepancies/differences in standard bidding documents then both KPPRA Rules 2014, KPPRA Act 2012 & donor agency will have an over ridding effect over this document (Saidu Group of Teaching Hospitals, Swat, standard bidding documents).
j. GCC shall remain intact, unmodified and SSC would qualify the GCC as per instructions of KPPRA.
k. Letter of credit (LC) will be established by the procuring entity if applicable. LC will be established to the equipment manufacturer (principal).
Page No. 4
1.2 Means of communication for the bidders will be true and original signed copies of documents and letters to be submitted either in person or through registered post/courier service with proof of receipt. Phone, fax, telex and email can be used only for information/inquiry purposes.
2. Source of Funds
2.1 The Procuring Entity has arranged funds from the Government of Khyber Pakhtunkhwa/Development partner i.e. PDMA/USAID towards the cost for the Supply, Installation, Testing and Commissioning of Medical Equipment, Instruments, and hospital furniture for SAIDU GROUP OF TEACHING HOSPITALS SWAT, Government of Khyber Pakhtunkhwa and it is intended that part of the proceeds of this fund will be applied to eligible payments under the Contract for which this Bidding Documents are issued. 2.2 The funds referred to above in addition shall be “Public Fund” which according to 2 (l) of KPP Rules 2014 means ( i ) Provincial Consolidated Fund; ( ii) foreign assistance; ( iii) all moneys standing in the Public Account; and (iv) Funds of enterprises wholly or partly owned or managed or controlled by Government. 2.3 Payment by the Fund will be made only at the request of the Procuring agency and upon approval by the Government of Khyber Pakhtunkhwa., and in case of a project will be subject in all respect to the terms and conditions of the agreement. The Project Agreement prohibits a withdrawal from the allocated fund account for the purpose of any payment to persons or entities, or for any import of goods, if such payment or import, to the knowledge of the Federal Government/ Khyber Pakhtunkhwa Government, is prohibited by a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations. No party other than the Procuring agency shall derive any rights from the Project Agreement or have any claim to the allocated fund proceeds.
3. Eligible Bidders.
3.1 This Invitation for Bids (IFB) is open to all eligible/Pre-Qualified manufacturers or their authorized agents in Pakistan for supply of Goods as mentioned in the Bid Data Sheet (BDS) and more specifically described in the Schedule of Requirement in Part-Two: Section-III of these Standard Bidding Documents.
3.2 Government-owned enterprises in Pakistan may participate only if they are legally and financially autonomous and authorized to participate in bidding.
3.3 The Importer/Agent must possess valid authorization from the Manufacturer and shall have to submit a copy of License/ Memorandum of Association/Partnership deed registered with the Registrar of Companies. However, in case of Manufacturer, they should have a documentary proof as prescribed in the Bid Form 3B: Section IV of these Standard Bidding
Page No. 5
Documents to the effect that they are the pre-qualified Manufacturer of the required specifications of Goods.
3.4 Bidders under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial or Local) or a public sector organization are NOT ELIGIBLE.
3.5 A Bidder shall not have a conflict of interest. All bidders found to have conflict of interest shall be disqualified. Bidders may be considered to have a conflict of interest with one or more parties in this bidding process, if they:
(a) are or have been associated in the past, with a firm or any of its affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under these Standard Bidding Documents ; or
(b) submit more than one bid in this bidding process, except for alternative
offers permitted under ITB Clause 15.6 of these Standard Bidding documents. However, this does not limit the participation of subcontractors in more than one bid.
3.6 Bidders shall provide such evidence of their continued eligibility satisfactory to the Purchaser, as the Purchaser shall reasonably request.
4. Corruption and Fraud.
4.1 The Government of Khyber Pakhtunkhwa defines Corrupt and Fraudulent Practices as “the offering, giving , receiving, or soliciting of anything
of value to influence the action of a public official or the supplier or contractor in the procurement process or in contract execution to the detriment of the Procuring agencies; or misrepresentation of facts in order to influence a procurement process or the execution of a contract, collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring agencies of the benefits of free and open competition and any request for, or solicitation of anything of value by any public official in the course of the exercise of his duty”
4.2 Indulgence in corruption and fraudulent practices is liable to result in rejection of Bids, cancellation of contracts, debarring and blacklisting of the Bidder, for a stated or indefinite period of time. 4.3 Bidders shall not be eligible to bid if they are under a declaration of ineligibility for corrupt and fraudulent practices issued by any government organization in accordance with the Section 44(1) KPP Rules 2014.
5. Eligible Goods and Services.
Page No. 6
5.1 All goods and related services to be supplied under the contract shall have their origin in eligible source countries of the world with whom the Islamic Republic of Pakistan has commercial relations and its Bidding Documents and all expenditures made under the contract will be limited to such goods and services.
5.2 For purposes of this clause, “origin” means the place where the
goods are mined, grown, or produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing, processing, or substantial and major assembly of components, a commercially-recognized product results that is substantially different in basic characteristics or in purpose or utility from its components.
6. Cost of Bidding.
6.1 The Bidding Documents will be available from the date of publishing of the IFB and will be available upto to the period as mentioned in the Bid Data Sheet. The Bidder shall bear all costs associated with the preparation and submission of its bid, and the SGTH, Swat shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
7. Bidding for Selective Lots.
7.1 A Bidder, if he so chooses, can bid for selective lots from the list of goods provided for in the Schedule of Requirements. A Bidder is also at a liberty to bid for all the goods mentioned in the Schedule of Requirements provided he fulfills the requirements. However, a Bidder cannot bid for partial quantities of a lot in the Schedule of requirement. The bid must be for the whole quantity of a lot required in the schedule of requirement.
B. The Bidding Procedure
8. The Governing Rules.
8.1 The Bidding procedure shall be governed by the Khyber Pakhtunkhwa Public Procurement of Goods, Works and Services KKPRA Rules, 2014.
9. Applicable Bidding Procedure.
9.1 The bidding procedure is governed by Rule 06 (2) b “Single Stage two- envelop tendering” Khyber Pakhtunkhwa Public Procurement of Goods, Works and Services (KPPRA Rules, 2014.) Bidders are advised also to refer to the Bid Data Sheet (BDS) to confirm the Bidding procedure applicable in the present bidding process.
9.2 The bidding procedure prescribed in the Bid Data Sheet above is explained below:
Page No. 7
Two Envelope Procedure
i) The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal;
ii) the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion;
iii) Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be
opened; technical proposal is to determine the technical strength and consideration of the illegibility of the firm for the bidding process, which is to be carried out before the opening of the financial bids.
iv) the envelope m ark ed a s “ FINANCIAL PROPOSAL” shall be retained in the custody of SGTH, Swat, without being opened;
v) the procuring agency (Medical Superintendent, SGTH, Swat), shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements;
vi) during the technical evaluation no amendments in the technical proposal shall be permitted;
vii) the financial proposals of bids shall be opened publicly at a time, date
and venue to be announced and communicated to the Bidders in advance;
viii)After the evaluation and approval of the technical proposal the procuring
agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and
ix) The bid found to be the lowest evaluated bid shall be accepted
C. The Bidding Documents
10. Contents of the Bidding Documents
10.1 The bidding documents include: a) Instructions to Bidders (ITB) b) Bid Data Sheet c) General Conditions of Contract (GCC) d) Special Conditions of Contract (SCC) e) Schedule of Requirements f) Technical Specifications g) Bid Form and Price Schedules h) Bid Security Form i) Contract Form j) Performance Security Form k) Manufacturer’s Authorization Form
Page No. 8
10.2 The “Invitation for Bids (IFB)” is not a formal part of the Bidding Documents and is included as a reference only. In case of discrepancies between the Invitation for Bid and the Bidding Documents listed in 10.1 above, the Bidding Documents shall take precedence.
10.3 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect will be at the Bidder’s risk and may result in the rejection of its bid.
11. Clarification(s) on Bidding Documents.
11.1 A prospective Bidder requiring any clarification(s) on the Bidding Documents may notify the procuring agency (Medical Superintendent, SGTH, Swat),in writing at MS SGTH, Swat address indicated in the Bid Data Sheet (BDS). The procuring agency (Medical Superintendent, SGTH, Swat), shall respond in writing to any request for clarification(s) of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of MS SGTH, Swat response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the Bidding Documents.
12. Amendment(s) to the Bidding Documents.
12.1 At any time prior to the deadline for submission of bids, the procuring agency (Medical Superintendent, SGTH, Swat), for any reason, whether at its own initiative or in response to a clarification(s) requested by a prospective Bidder, whether in a Pre-Bid Meeting to be held on a date specified in the Bid Data Sheet (BDS) or after it may modify the Bidding Documents by amendment(s).
12.2 All prospective Bidders that have received the Bidding Documents shall be notified of the amendment(s) in writing through Post, e-mail or fax, and shall be binding on them.
12.3 In order to allow prospective Bidders reasonable time for taking the amendment(s) into account in preparing their bids, the SGTH, Swat, at its discretion, may extend the deadline for the submission of bids.
D. Preparation of Bids
13. Language of Bids.
13.1 All correspondences, communications, associated with preparation of Bids, clarifications, amendments, submissions shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English (from the concerned issuing authority of the document), in which case, for purposes of interpretation of the Bid, the said translation shall take precedence.
Page No. 9
14. Documents comprising the Bids.
14.1 The Bid shall comprise of the Bid Forms of this Bidding Document and all those ancillary documentation that are prescribed for the eligibility of the bidders and goods and ancillary services that are found necessary and highlighted in the Bid Forms in Section V.
14.2 The Bidder shall complete the Bid Forms and an appropriate Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their general and specific characteristics as specified in the Bid Data Sheet (BDS), ancillary services that the bidder is willing or required to provide along with the proposed price.
15. Bid Price.
15.1 The Bidder shall indicate on the appropriate form prescribed in this Bidding Document the unit prices and total bid price of the goods, it proposes to supply under the Contract.
15.2 Form prescribed for quoting of prices is to be filled in very carefully, preferably typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom.
15.3 The Bidder should quote the prices of goods according to the technical specifications as provided in Part-Two: Section III of this document. The technical specifications of goods, different from the required specifications, shall straightway be rejected. 15.4 The Bidder is required to offer a competitive price which must include all the taxes, duties, prescribed price and any other price as mentioned in the Bid Data Sheet (BDS) where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/ duties, etc. 15.5 The benefit of exemption from or reduction in the taxes and duties shall be passed on to the MS SGTH, Swat. 15.6 Prices offered should be for the entire quantity of an item demanded in the Schedule of Requirement; partial quantity offers shall straightaway be rejected. Conditional or alternate offer shall also be considered as non-responsive Bid. 15.7 While making a price quote, trend/ inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained.
16. Bid Currencies.
Page No. 10
16.1 Prices shall be quoted in the currency as mentioned in the Bid Data Sheet.
17. Samples.
17.1 The Bidder shall provide samples of quoted goods at his own cost and in a quantity prescribed by the MS SGTH, Swat.
18. Documentation on Eligibility of Bidders.
18.1 Bidder shall furnish, as part of its bid, the Bid Form provided in Part-Two: Section IV of the Standard Bidding Documents as specified in the Bid Data Sheet (BDS), establishing the Bidder’s eligibility to bid and its qualifications to perform the contract if its bid is accepted.
18.2 Technical Bid Proformas provided in Part-Two: Section IV of the Standard Bidding Documents for the preparation of Technical Bids by the bidder to be submitted with quotations as specified in Bid data Sheet (BDS).
18.3 The documentary evidence of the Bidder’s eligibility to bid shall establish to the procuring agency (Medical Superintendent, SGTH, Swat), satisfaction that the Bidder, at the time of submission of its bid, is an eligible bidder as defined under ITB Clause 3 of these Standard Bidding documents above.
19. Documentation on Eligibility of Goods.
19.1 The Bidder shall furnish, as part of its bid the Bid Form provided as in Part-Two: Section IV of these Standard Bidding Documents as specified in the Bid Data Sheet (BDS), documents establishing the eligibility and conformity to the bidding documents of all goods, which the Bidder proposes to supply under the Contract.
20. Bid Security.
20.1 The Bidder shall furnish, as part of its bid, a Bid Security to the extent of a percentage of the total bid value as mentioned in the Bid Data Sheet (BDS). The bid security shall be submitted from the account of the firm/bidder/contractor who submits the bid (KPPRA Notification No.KPPRA/M&E/Estt:/1-12/2017-18 dated April 05, 2018). Unsuccessful bidder’s bid security shall be discharged or returned soon after announcement of the successful bids.
20.2 The successful Bidder’s bid security shall be discharged upon signing of contract and furnishing the performance security/guarantee.
Page No. 11
20.3 The Bid security shall be in PKR and shall be in one of the following forms.
a) a bank guarantee or an irrevocable letter of credit issued by a reputable bank located in the Procuring agency’s country, in the form provided in the bidding documents or another form acceptable to the Procuring agency and valid for thirty (30) days beyond the validity of the bid; or
b) Irrevocable encashable on-demand Bank call-deposit.
c) Bid security in form of pay order is not acceptable (KPPRA Notification
No.KPPRA/M&E/Estt:/1-12/2017-18 dated April 05, 2018).
20.4 Any bid not secured in accordance with ITB Clauses 20.1 and 20.3 will be rejected by the Procuring agency as non-responsive, pursuant to ITB Clause 29.
20.5 The bid Security may be forfeited:
(a) If a Bidder withdraws its bid during the period of bid validity;
or
(b) In the case of a successful Bidder, if the Bidder fails to sign the Contract or fails to provide a Performance Security/Guarantee for the duration of the contract.
21. Bid Validity.
21.1 Bids shall remain valid for the period identified in the Bid Data Sheet (BDS) after the date of opening of technical bid prescribed by the MS SGTH, Swat. A bid valid for a period shorter than the one prescribed in the Bid Data Sheet (BDS) shall be rejected by the procuring agency (Medical Superintendent, SGTH, Swat), as non-responsive.
21.2 The procuring agency (Medical Superintendent, SGTH, Swat), shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity.
21.3 Bidders who,-
(a) agree to the procuring agency (Medical Superintendent, SGTH, Swat),request for extension of bid validity period shall not be permitted to change the substance of their bids; and
(b) do not agree to an extension of the bid validity period shall be allowed
Page No. 12
to withdraw their bids without forfeiture of their bid securities.
22. Format and Signing of Bids.
22.1 The Bidder shall prepare and submit its bid and provide original documents, as appropriate. Copies of any documents must be signed and stamped by the bidder.
22.2 The Bid shall be accompanied by the original receipt for payment made for the purchase of the bidding document. In an event where the Bidder has downloaded the bidding document from the web, they will require to get the original payment receipt of the prescribed fee from the procuring agency (Medical Superintendent, SGTH, Swat), well before the date of submission of bid.
22.3 The original bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid form.
22.4 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid.
22.5 Any tampering, illegitimate inclusion or exclusion in any part of the Standard Bidding Documents shall lead to disqualification of the bidder.
E. Submission of Bids
23. Sealing and Marking of Bids.
23.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. Similarly, the Bidder shall seal both the proposals/bids in separate envelopes. The said two envelopes shall then be sealed in an outer envelope.
23.2 The inner and outer envelopes shall:
(a) be addressed to the procuring agency (Medical Superintendent, SGTH, Swat), at the address given in the Invitation for Bids; and
(b) Bid Reference No. indicated in the Bid Data Sheet, and a statement: “DO NOT OPEN BEFORE,” the time and the date specified in the Bid Data Sheet (BDS) for opening of Bids.
23.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”.
23.4 If the outer as well as inner envelope is not sealed and marked as required by the ITB Clauses 23.1 to 23.3 above the procuring agency
Page No. 13
(Medical Superintendent, SGTH, Swat), shall assume no responsibility for the bid’s misplacement or premature opening.
24. Deadline for Submission of Bids
24.1 Bids must be submitted by the Bidder and received by the procuring
agency (Medical Superintendent, SGTH, Swat), at the address on the time
and date specified in the Bid Data Sheet (BDS). Bids received later than
the time and date specified in the Bid Data Sheet will stand summarily
rejected.
24.2 The procuring agency (Medical Superintendent, SGTH, Swat), may,
in its discretion, extend the prescribed deadline for the submission of bids
by amending the bidding documents in accordance with ITB Clause 12
above, in which case all rights and obligations of the SGTH, Swat, and
Bidders previously subject to the deadline shall thereafter be subject
to the deadline as extended.
25. Late Bids
25.1 Any bid received by the procuring agency, after the deadline for
submission of bids prescribed by the procuring agency pursuant to ITB
Clause 24 shall be rejected and returned unopened to the Bidder.
Page No. 14
26. Withdrawal of Bids
26.1 The Bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for opening of bids.
26.2 No bid may be withdrawn in the period between deadline for submission of bids and the expiration of the period of bid validity specified in Bid Data Sheet. Withdrawal of a bid during this period may result in forfeiture of the Bid Security submitted by the Bidder, pursuant to the ITB Clause 20 above.
F. Opening and Evaluation of Bids
27. Opening of Bids by the Procuring Agency, Swat.
27.1 All bids received, shall be opened by the procuring agency (Medical Superintendent, SGTH, Swat), publicly in the presence of the Bidders or their representatives on the date, time and venue prescribed in the Bid Data Sheet.
27.2 The opening of Bids shall be subject to the Bidding Procedure prescribed and elaborated in ITB Clause 9 above.
27.3 All Bidders in attendance shall sign an attendance sheet. 27.4 The Purchaser shall open one Bid at a time and read out aloud its contents which may include name of the Bidder, category tendered for, any discounts, any bid modifications or withdrawal, the presence or absence of requisite bid security, unit as well as total bid price and such other details as the Purchaser, at its discretion, may consider appropriate if not in conflict with the Khyber Pakhtunkhwa Public Procurement of Goods, Works and Services Rules, 2014 specifically Rule 37. Note: this method may be followed both at opening of Technical bids and financial bids.
27.5 The procuring agency (Medical Superintendent, SGTH, Swat), shall have the minutes of the Bid opening (Technical and when applicable financial) recorded.
27.6 No bid shall be rejected at technical proposal/bid opening, except for late bids, which shall be returned unopened to the Bidder
27.7 The financial bids found having without Bid Security shall also be returned unannounced to the Bidders. However, prior to return to the Bidder, the Chairman of the Purchase/ Procurement Committee shall record a statement giving reasons for return of such bid(s).
28. Clarification of Bids.
28.1 During evaluation of the bids, the procuring agency (Medical Superintendent, SGTH, Swat), may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be
Page No. 15
in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.
29. Preliminary Examination.
29.1 The procuring agency (Medical Superintendent, SGTH, Swat), shall examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.
29.2 In the financial bids the arithmetical errors shall be rectified on the following basis.
a) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected.
b) If the Bidder does not accept the correction of the errors, its bid shall be rejected, and its Bid Security may be forfeited.
c) If there is a discrepancy between words and figures, the amount in words shall prevail.
29.3 The Procuring agency (Medical Superintendent, Saidu Group of Teaching Hospitals, Swat), may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder.
29.4 Prior to the detailed evaluation, the procuring agency (Medical Superintendent, SGTH, Swat),shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of this clause, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Applicable Laws, Taxes, strep code fee & Duties and internationally recognized best practices shall be deemed to be a material deviation for technical proposals and Bid Security for financial proposals. The procuring agency (Medical Superintendent, SGTH, Swat), determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence.
29.5 If a bid is not substantially responsive, it shall be rejected by the procuring agency (Medical Superintendent, SGTH, Swat), and may not subsequently be made responsive by the Bidder by correction of the nonconformity.
Page No. 16
30. Evaluation of Bids.
30.1 The procuring agency (Medical Superintendent, SGTH, Swat), shall evaluate and compare the bids, which have been determined to be substantially responsive in accordance with ITB Clause 29 above.
30.2 All bids shall be evaluated in accordance with the Evaluation Criteria and other terms and conditions set forth in these Standard Bidding Documents (SBDs). Merit Point Average Evaluation Methodology shall be used to identify the Most Economically Advantageous Bidder.
30.3 For the purposes of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day.
30.4 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids.
31. Qualification of Bidder
31.1 The procuring agency (Medical Superintendent, SGTH, Swat), at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Bidder’s capacities, may require the Bidder to provide information concerning their professional, technical, financial, legal or managerial competence whether already pre-qualified or not. 31.2 Such qualification shall only be laid down after recording reasons thereof in writing. They shall form part of the records of that procurement proceeding.
31.3 The procuring agency (Medical Superintendent, SGTH, Swat), shall determine to its satisfaction whether a Bidder, technically and financially qualified and even having the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily.
31.4 The determination can take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such other information as the procuring agency (Medical Superintendent, SGTH, Swat), deems necessary and appropriate. Further, during the process of technical evaluation of Bidder, the procuring agency (Medical Superintendent, SGTH, Swat), may inspect the manufacturing plant/ production capacity/ warehousing system/ practices by a team of experts for assessment, if it deems necessary. 31.5 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the procuring agency (Medical Superintendent,
Page No. 17
SGTH, Swat), shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 31.6 The procuring agency (Medical Superintendent, SGTH, Swat), shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Bidder was false and materially inaccurate or incomplete.
32. Announcement of Evaluation Report
32.1 The procuring agency (Medical Superintendent, SGTH, Swat) will announce the results of technical bid evaluation in the form of a report before opening of the financial bids, to all bidders. The procuring entity shall also announce the final results of a bid evaluation giving justification for acceptance or rejection of bids at least ten days prior to the award of a contract and place the same on its and Authority website.
33. Rejection of Bids
33.1 The procuring agency (Medical Superintendent, SGTH, Swat), may reject the bids at any time prior to the acceptance of a bid. The procuring agency (Medical Superintendent, SGTH, Swat), shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of bids, but is not required to justify those grounds.
33.2 The procuring agency (Medical Superintendent, SGTH, Swat), incurs no liability, solely by virtue of its invoking ITB Clause 32.1 above towards Bidders who have submitted bids.
33.3 Notice of the rejection of bids shall be given promptly to the concerned Bidders that submitted bids.
34. Re-Bidding
34.1 If the procurement entity has rejected all bids under Rule 47, it may call for a re-bidding. Khyber Pakhtunkhwa Public Procurement of goods, works & services rules 2014 (Rule-48).
34.2 The procuring agency (Medical Superintendent, SGTH, Swat), before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary.
35. Contacting the procuring agency
35.1 Subject to ITB Clause 28 above, no Bidder shall contact the procuring agency (Medical Superintendent, SGTH, Swat), on any matter relating to its bid, from the time of the bid opening to the time of announcement of Evaluation Report. If a Bidder wishes to bring additional information to the notice of the procuring agency (Medical Superintendent, SGTH, Swat), it should do so in writing.
35.2 Any effort by a Bidder to influence the procuring agency (Medical Superintendent, SGTH, Swat), in its decisions on bid evaluation, bid
Page No. 18
comparison, or Contract award may result in the rejection of the Bidder’s bid. Canvassing by any Bidder at any stage of the bid evaluation is strictly prohibited. Any infringement shall lead to disqualification.
G. Award of Contract
36. Acceptance of Bid and Award Criteria.
36.1 The Bidder whose bid is found to be most closely conforming to the Evaluation Criteria prescribed in Part-Two: Section II of these Standard Bidding, if not in conflict with any other law, rules, regulations or policy of the Government of Khyber Pakhtunkhwa, shall be awarded the Contract, within the original or extended period of bid validity.
37. Procuring Agency’s Right to vary Quantities at time of Award
37.1 The procuring agency (Medical Superintendent, SGTH, Swat) reserves the right at the time of contract award to increase or decrease the quantity of goods and services originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions.
38. Procuring Agency’s Right to accept any Bid and to Reject any Or All Bids
38.1 The procuring agency (Medical Superintendent, SGTH, Swat) reserves the right to accept or reject any bid, and to annul the bidding process and reject all bids at any time prior to contract award, without thereby incurring any liability to the affected Bidder or bidders or any obligation to inform the affected Bidder or bidders of the grounds for the Procuring agency’s action.
39. Notification of Award.
39.1 Prior to the expiration of the period of bid validity, the procuring agency (Medical Superintendent, SGTH, Swat), shall notify to the successful Bidder in writing that its bid has been accepted Rule 46 in conformity with provision of section 31 of the act in these rules.
39.2 The notification o f a w a r d s h a l l constitute the formation of the Contract between the procuring agency (Medical Superintendent, SGTH, Swat), and the successful Bidder.
39.3 The enforcement of the Contract shall be governed by Rule 50 of the Khyber Pakhtunkhwa Public Procurement of Goods, Works and Services Rules, 2014.
39.4 The procuring agency (Medical Superintendent, SGTH, Swat) will notify each unsuccessful bidder and will discharge its bid security pursuant to the ITB Clause 20.
Page No. 19
40. Limitation on Negotiations.
40.1 Negotiations, that may be undertaken in finalization of the Contract shall not relate to the price or substance of bid specified by the Bidder, but only to minor technical, contractual or logistical details.
40.2 Negotiations may relate to the following areas; (the list is being provided as guidance only and under no circumstances be treated as exhaustive and final):
minor alterations to technical details, such as the scope of work, the specification or drawings;
minor amendments to the Special Conditions of Contract;
finalization of payment schedule and ancillary details;
mobilization arrangements;
agreements on final delivery or completion schedules to accommodate any changes required by the procuring agency (Medical Superintendent, SGTH, Swat),;
the proposed methodology or staffing;
inputs required from the SGTH, Swat;
clarifying details that were not apparent or could not be finalized at the time of bidding;
The Bidder’s tax liability in Pakistan, if the Bidder is a foreign company.
41. Negotiations shall not be used to:
Substantially change the technical quality or details of the requirement, including the tasks or responsibilities of the Bidder or the performance of the goods;
Substantially alter the terms and conditions of Contract;
Reduce unit rates or reimbursable costs;
Substantially alter anything which formed a crucial or deciding factor in the evaluation of the bids or proposals
Alter the submitted financial bid
42. Signing of Contract.
42.1 At the same time as the Procuring agency (Medical Superintendent, Saidu Group of Teaching Hospitals, Swat) notifies the successful Bidder that its bid has been accepted, the Procuring agency will send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the parties.
42.2 Within ONE week of receipt of the Contract Agreement Form, the successful Bidder and the Purchaser shall sign the Contract in accordance with the legal requirements in vogue.
Page No. 20
42.3 Unless the procurement contract has already entered into force, a contractor or supplier feeling aggrieved by the order of a Purchaser accepting a bid may file an application for review.
42.4 If the successful Bidder, after completion of all codal formalities shows an inability to sign the Contract then its Bid Security shall stand forfeited and the firm may be blacklisted and de-barred from future participation, whether temporarily or permanently. In such situation the Purchaser may award the contract to the next lowest evaluated Bidder or call for new bids.
42.5 The Contract shall become effective upon affixation of signature of the Purchaser and the selected Bidder on the Contract document, and shall be governed for the period specified in the Bid Data Sheet (BDS) and by the terms and conditions mutually agreed in the contract.
43. Performance Guarantee.
43.1 On the date of signing of Contract, the successful Bidder shall furnish a Performance Guarantee for a percentage amount (10% of the total items’ quoted price) Rule 21 of Khyber Pakhtunkhwa Public Procurement of goods, works & services rules 2014 as specified in the Bid Data Sheet (BDS), on the Form and in the mannered prescribed by the procuring agency (Medical Superintendent, SGTH, Swat), in Part-Two: Section-IV of these Standard Bidding Documents.
43.2 The Bid Security submitted by the bidder at the time of submitting its bid shall be returned to the Bidder upon submission of Performance Guarantee.
43.3 Failure to provide a Performance Guarantee by the Bidder is a sufficient ground for annulment of the award and forfeiture of Bid Security. In such event the procuring agency (Medical Superintendent, SGTH, Swat), may award the contract to the next lowest evaluated bidder or call for new bid.
44. Corrupt or Fraudulent Practices
44.The Government of Khyber Pakhtunkhwa requires that Procuring agency’s (including beneficiaries of donor agencies’ loans), as well as Bidders/Suppliers/Contractors under Government-financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts. In pursuance of this policy, the KPPRA, in accordance with the KPP Act, 2009 and Rules made thereunder:
a. defines, for the purposes of this provision, the terms set forth below as follows:
i. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in contract execution; and
ii. “fraudulent practice” means a misrepresentation of facts in order to influence a
procurement process or the execution of a contract to the detriment of the Procuring agency, and includes collusive practice among Bidders (prior to or after
Page No. 21
bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring agency of the benefits of free and open competition;
b. will reject a proposal for award if it determines that the Bidder recommended
for award has engaged in corrupt or fraudulent practices in competing for the contract in question;
c. will declare a firm ineligible, either indefinitely or for a stated period of time, to
be awarded a Government-financed contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Government-financed contract.
44.2 Furthermore, Bidders shall be aware of the provision stated in sub-clause
5.4 and sub-clause 24.1 of the General Conditions of Contract.
45. Integrity Pact
45.1 The Bidder shall sign and stamp the Integrity Pact provided at Form - 7 to Bid in the Bidding Document for all Provincial Government procurement contracts exceeding Rupees ten million.
Page No. 22
General Conditions of Contract (GCC)
1. Definitions
1.1 In this Contract, the following terms shall be interpreted as
indicated:
a. “The Contract” means the agreement entered into between the
Procuring agency and the Supplier, as recorded in the Contract
Form signed by the parties, including all attachments and
appendices thereto and all documents incorporated by reference
therein.
b. “The Contract Price” means the price payable to the Supplier
under the Contract for the full and proper performance of its
contractual obligations.
c. “The Goods” means all of the equipment, machinery, and/or
other materials which the Supplier is required to supply to the
Procuring agency under the Contract.
d. “The Services” means those services ancillary to the supply of
the Goods, such as transportation and insurance, and any other
incidental services, such as installation, commissioning,
provision of technical assistance, training, and other such
obligations of the Supplier covered under the Contract.
e. “GCC” means the General Conditions of Contract contained in
this section.
f. “SCC” means the Special Conditions of Contract.
g. “The Procuring agency” means the organization purchasing the
Goods, as named in SCC.
h. “The Procuring agency’s country” is the country named in
SCC.
i. “The Supplier” means the individual or firm supplying the
Goods and Services under this Contract.
j. “The Project Site,” where applicable, means the place or places
named in SCC.
k. “Day” means calendar day.
2. Application
2.1 These General Conditions shall apply to the extent that they are not
superseded by provisions of other parts of the Contract.
3. Country of
Origin
3.1 All Goods and Services supplied under the Contract shall have their
origin in the countries and territories eligible under the rules and `further elaborated in the SCC.
Page No. 23
3.2 For purposes of this clause, “origin” means the place where the
goods are produced, or the place from which the related services are
supplied. Goods are produced when, through manufacturing or
processing.
3.3 The origin of Goods and Services is distinct from the nationality of
the Supplier.
4. Standards 4.1 The goods supplied under this Contract shall conform to the
standards mentioned in the Technical Specifications.
4.2 In consideration of the payments to be made by the Purchaser to
the Supplier as hereinafter mentioned, the Supplier hereby
covenants with the Purchaser to provide the Goods and
Services and to remedy defects therein in conformity in all
respects with the provisions of this Contract.
4.3 If the Supplier provide substandard item and fail to provide the
fresh supply, the payment of risk purchase (which will be
purchased by the Procuring Agency, (MS, SGTH, Swat) the price
difference shall be paid by the Supplier.
4.4 In case of supply of substandard product the cost associated
with disposal/destruction or associated handling shall be borne by
the Supplier i.e. removal from purchaser’s premises, burning,
dumping, or incineration.
5. Use of
Contract
Documents
and
Information;
Inspection and
Audit by the
Government
5.1 The Supplier shall not, without the Procuring agency’s prior written
consent, disclose the Contract, or any provision thereof, or any
specification, plan, drawing, pattern, sample, or information
furnished by or on behalf of the Procuring agency in connection
therewith, to any person other than a person employed by the
Supplier in the performance of the Contract. Disclosure to any such
employed person shall be made in confidence and shall extend only
so far as may be necessary for purposes of such performance.
5.2 The Supplier shall not, without the Procuring agency’s prior written
consent, make use of any document or information enumerated in
GCC Clause 5.1 except for purposes of performing the Contract.
5.3 Any document, other than the Contract itself, enumerated in GCC
Clause 5.1 shall remain the property of the Procuring agency and
shall be returned (all copies) to the Procuring agency on completion
of the Supplier’s performance under the Contract if so required by
the Procuring agency.
5.4 The Supplier shall permit the Procuring agency to inspect the
Supplier’s accounts and records relating to the performance of the
Supplier and to have them audited by auditors appointed by the
procuring agency, if so required.
6. Patent Rights
6.1 The Supplier shall indemnify the Procuring agency against all third-
party claims of infringement of patent, trademark, or industrial
design rights arising from use of the Goods or any part thereof in the
Procuring agency’s country.
7. Performance
Security
7.1 Within ten (10) days of receipt of the notification of Contract award,
the successful Bidder shall furnish to the Procuring agency the
performance security in the amount specified in SCC.
7.2 The proceeds of the performance security shall be payable to the
Procuring agency as compensation for any loss resulting from the
Page No. 24
Supplier’s failure to complete its obligations under the Contract.
7.3 The performance security shall be denominated in the currency of
the Contract acceptable to the Procuring agency and shall be in one
of the following forms:
a. a bank guarantee or an irrevocable letter of credit issued by a
reputable bank located in the Procuring agency’s country, in the
form provided in the bidding documents or another form
acceptable to the Procuring agency; or
b. Irrevocable encashable on-demand Bank call-deposit.
c. Bid security in form of pay order is not acceptable (KPPRA
Notification No.KPPRA/M&E/Estt:/1-12/2017-18 dated April
05, 2018).
7.4 The performance security will be discharged by the Procuring
agency and returned to the Supplier not later than thirty (30) days
following the date of completion of the Supplier’s performance
obligations under the Contract, including any warranty obligations,
unless specified otherwise in SCC.
8. Submission of
Samples
8.1
Before commencing supplies, the Supplier shall provide
samples free of cost, if and as specified in the Schedule of
Requirements of the product to the designated office or staff, as
the case may be.
9. Ensuring
storage
arrangements
9.1
To ensure storage arrangements for the intended supplies, the
Supplier shall inform the Purchaser at least 0ne (01) week in
advance. However, in case no space is available at the Purchaser’s
premises at the time of supply, the Purchaser shall, at least 02
days prior to such situation, shall inform the Supplier, in writing,
of the possible time frame of availability of space by which the
supplies can be made. In case the Supplier abides by the
given time frame it shall not be penalized for delay.
10. Inspections
and Tests
10.1 The Purchaser or its representative shall have the right to inspect
and/or to test the goods in accordance with the procedure given in
the SCC to confirm their conformity to the Contract specifications
at no extra cost to the Purchaser.
10.2 The inspections and tests may be conducted on the premises of the
Supplier or its subcontractor(s), at point of delivery, and/or at the
Goods’ final destination. If conducted on the premises of the
Supplier or its subcontractor(s), all reasonable facilities and
assistance, including access to drawings and production data, shall
be furnished to the inspectors at no charge to the Procuring agency.
10.3 Should any inspected or tested Goods fail to conform to the
Specifications, the Procuring agency may reject the Goods, and the
Supplier shall either replace the rejected Goods or make alterations
necessary to meet specification requirements free of cost to the
Procuring agency.
10.4 The Procuring agency’s right to inspect, test and, where necessary, reject the Goods after the Goods’ arrival in the Procuring agency’s
country shall in no way be limited or waived by reason of the Goods
having previously been inspected, tested, and passed by the
Page No. 25
Procuring agency or its representative prior to the Goods’ shipment
from the country of origin.
10.5 Nothing in GCC Clause 8 shall in any way release the Supplier from
any warranty or other obligations under this Contract.
11. Packing
11.1 The Supplier shall provide such packing of the Goods as is required
to prevent their damage or deterioration during transit to their final
destination, as indicated in the Contract. The packing shall be
sufficient to withstand, without limitation, rough handling during
transit and exposure to extreme temperatures, salt and precipitation
during transit, and open storage. Packing case size and weights shall
take into consideration, where appropriate, the remoteness of the
Goods’ final destination and the absence of heavy handling facilities
at all points in transit.
11.2 The packing, marking, and documentation within and outside the
packages shall comply strictly with such special requirements as
shall be expressly provided for in the Contract, including additional
requirements, if any, specified in SCC, and in any subsequent
instructions ordered by the Procuring agency.
12. Delivery and
Documents
12.1 The Supplier in accordance with the terms and manner specified in
the Schedule of Requirements shall make delivery of the goods.
12.2 The Supplier shall furnish all necessary documentation
necessary for completion of the delivery, at the time of delivery
and in the manner prescribed.
12.3 The goods supplied under the Contract shall be Delivered Duty
Paid (DDP) under which risk is transferred to the buyer after the
Goods have been delivered;
13. Insurance
13.1 The supplier shall be solely responsible for Insurance of the
Goods subject to the contract.
14. Transportation
14.1 The Supplier is required under the Contact to transport the Goods to
a specified place of destination within the Procuring agency’s
country, transport to such place of destination in the Procuring
agency’s country, including insurance and storage, as shall be
specified in the Contract, shall be arranged by the Supplier, and
related costs shall be included in the Contract Price.
14.2 All costs associated with the transportation of the goods
loading/unloading subject to this contract shall be borne by the
Supplier.
15. Incidental
Services
15.1 The Supplier shall be required to provide the incidental services as
specified in the SCC and the cost of which is included in the total
bid price.
16. Spare Parts 16.1 As specified in SCC, the Supplier may be required to provide
any or all of the following materials, notifications, and
information pertaining to spare parts manufactured or
distributed by the Supplier:
(a) such spare parts as the Purchaser may elect to purchase from
the Supplier, provided that this election shall not relieve the
Supplier of any warranty obligations under the Contract; and
(b) in the event of termination of production of the spare parts:
(c) advance notification to the Purchaser of the pending
termination, in sufficient time to permit the Purchaser to
Page No. 26
procure needed requirements; and
(d) following such termination, furnishing at no cost to the
Purchaser, the blueprints, drawings, and specifications of the
spare parts, if requested.
17. Warranty
17.1 All goods subject to this contract shall be accompanied by the
necessary warranty in the manner prescribed in the SCC.
17.2 This warranty shall remain valid for five (05) years after the
completion, installation, testing and commissioning of the Goods.
Further elaborated in SCC.
17.3 The Procuring agency shall promptly notify the Supplier in writing
of any claims arising under this warranty.
17.4 Upon receipt of such notice, the Supplier shall, within the period
specified in SCC and with all reasonable speed, repair or replace
the defective Goods or parts thereof, without costs to the Procuring
agency.
17.5 If the Supplier, having been notified, fails to remedy the defect(s)
within the period specified in SCC, within a reasonable period, the
Procuring agency may proceed to take such remedial action as may
be necessary, at the Supplier’s risk and expense and without
prejudice to any other rights which the Procuring agency may have
against the Supplier under the Contract.
18. Payment
18.1 The purchaser shall make payments to the Supplier in accordance
with the conditions set forth in the Payment Schedule agreed in SCC
and annexed to this contract.
18.2 PKR in case of FOR and USD in case of C&F.
19. Prices
19.1 Prices charged by the Supplier for goods delivered under the
Contract shall not vary from the prices quoted by the Supplier
in its bid and shall remain the same till the expiry of the
contract.
20. Change Orders
20.1 The Purchaser may at any time, by a written order given to the
Supplier pursuant to GCC Clause 33 for notices, make changes
within the general scope of the Contract in any one or more of the
following:
(a) drawings, designs, or specifications, where Goods to be furnished
under the Contract are to be specifically manufactured for the
Purchaser;
(b) the method of shipment or
packing; (c) the place of delivery;
and/or
(d) the Services to be provided by the Supplier.
20.2
If any such change causes an increase or decrease in the cost of, or
the time required for, the Supplier’s performance of any provisions
under the Contract, an equitable adjustment shall be made in the
Contract Price or delivery schedule, or both, and the Contract shall
accordingly be amended. Any claims by the Supplier for
adjustment under this clause must be asserted within thirty (30)
days from the date of the Supplier’s receipt of the Purchaser’s
change order.
Page No. 27
21. Contract
Amendments
21.1 No variation in or modification of the terms of the Contract shall
be made except by written amendment signed by the Parties.
22. Assignment 22.1 The Supplier shall not assign, in whole or in part, its obligations
to perform under this Contract, except with the Purchaser’s
prior written consent.
23. Subcontracts 23.1 The Supplier shall not be allowed to sublet and award
subcontracts under this Contract.
24. Delays in the
Supplier’s Performance
24.1 Delivery of the goods shall be made by the Supplier in
accordance with the time schedule/supply schedule prescribed
by the Purchaser in the Schedule of Requirements.
24.2 If at any time during performance of the Contract, the Supplier
encounters conditions impeding timely delivery of the goods,
the Supplier shall promptly notify the Purchaser in writing of the
fact of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of the Supplier’s notice, the Purchaser shall
evaluate the situation and may at its discretion extend the
Supplier’s time for performance, with or without liquidated
damages, in which case the extension shall be ratified by the
Parties by an amendment to the Contract.
25. Liquidated
Damages &
Penalties
25.1 Except as provided under GCC Clause 24, a delay by the
Supplier in the performance of its delivery obligations shall render
the Supplier liable to the imposition of liquidated
damages as prescribed in the SCC, unless the parties to this
contract mutually agree for extension of
time.
Subject to GCC Clause 27, if the Supplier fails to deliver any or all
of the Goods or to perform the Services within the period(s)
specified in the Contract, the Purchaser shall, without prejudice to
its other remedies under the Contract, deduct from the Contract
Price, as liquidated damages, a sum equivalent to the percentage
specified in SCC of the delivered price of the delayed Goods
or unperformed Services for each week or part thereof of delay
until actual delivery or performance, up to a maximum deduction
of the percentage specified in SCC. Once the maximum is reached,
the Purchaser may consider termination of the Contract pursuant to
GCC Clause 26.
Applicable rate for penalties in case of a breach of contract by
the supplier regarding delivery of Goods is specified in the Supply
Schedule.
26. Termination for
Default
26.1 The Purchaser, without prejudice to any other remedy for
breach of Contract, by written notice of default sent to the
Supplier, may terminate this Contract in whole or in part:
(a) if the Supplier fails to deliver any or all installments of the
goods within the period(s) specified in the Contract and
subsequent purchase order, or within any extension thereof
granted by the Purchaser pursuant to GCC Clause
24; or
(b) if the Supplier fails to perform any other obligation(s) under
the Contract.
(c) if the Supplier, in the judgment of the Purchaser has
engaged in corrupt or fraudulent practices in competing for
or in executing the Contract.
Page No. 28
For the purpose of this clause Corrupt and fraudulent practices
means:
the offering, giving, receiving, or soliciting of anything of
value to influence the action of a public official or the supplier
or contractor in the procurement process or in contract
execution to the detriment of the Procuring agencies; or
misrepresentation of facts in order to influence a
procurement process or the execution of a contract, collusive
practices among bidders (prior to or after bid submission)
designed to establish bid prices at artificial, non-competitive
levels and to deprive the Procuring agencies of the benefits of
free and open competition and any request for, or solicitation of
anything of value by any public official in the course of the
exercise of his duty.”
27. Force Majeure 27.1 Notwithstanding the provisions of GCC Clauses 24, 25 & 26,
the Supplier shall not be liable for forfeiture of its Performance
Guaranty, or termination/ blacklisting for default if and to the
extent that it’s delay in performance or other failure to perform
its obligations under the Contract is the result of an event of Force
Majeure.
27.2 For the purposes of this clause Force Majeure means an act of God
or an event beyond the control of the Supplier and not involving
the Supplier’s fault or negligence directly or indirectly purporting
to mis-planning, mismanagement and/or lack of foresight to
handle the situation. Such events may include but are not restricted
to acts of the Purchaser in its sovereign capacity, wars or
revolutions, fires, floods, earthquakes, strikes, epidemics,
quarantine restrictions and freight embargoes.
27.3
If a Force Majeure situation arises, the Supplier shall promptly
notify the Purchaser in writing with sufficient and valid evidence
of such condition and the cause thereof. The Purchaser shall
examine the merits of the case and all reasonable alternative means
for completion of purchase order under the Contract and inform
the Supplier of its findings promptly.
27.4
Unless Purchaser informs the Supplier in writing of its agreement
on the application of force majeure, the Supplier shall continue
to perform its obligations under the Contract as far as is
reasonably practical and shall seek reasonable alternative means
for performance not prevented by the Force Majeure event.
28. Termination for
Insolvency
28.1 The Purchaser may at any time terminate the Contract by
giving written notice of one month time to the Supplier if the
Supplier becomes bankrupt or otherwise insolvent. In this
event, termination shall be without compensation to the
Supplier, provided that such termination shall not prejudice or
affect any right of action or remedy which has accrued or shall
accrue thereafter to the Parties.
29. Termination for
Convenience
29.1 The Purchaser, by written notice sent to the Supplier, may
terminate the Contract, in whole or in part, at any time for its
convenience. The notice of termination shall specify that
termination is for the Purchaser’s convenience, the extent to which performance of the Supplier under the Contract is
terminated, and the date upon which such termination becomes
effective.
Page No. 29
29.2
The Goods that are complete and ready for shipment within
thirty (30) days after the Supplier’s receipt of notice of
termination shall be accepted by the Purchaser at the Contract terms
and prices. For the remaining Goods, the Purchaser may elect:
(a) to have any portion completed and delivered at the Contract
terms and prices; and/or
(b) to cancel the remainder and pay to the Supplier an agreed
amount for partially completed Goods and Services and for
materials and parts previously procured by the Supplier.
30. Arbitration and
Resolution of Disputes
30.1 The Purchaser and the Supplier shall make every effort to
resolve amicably by direct informal negotiation any
disagreement or dispute arising between them under or in
connection with the Contract.
30.2 If, after thirty (30) days from the commencement of such
informal negotiations, the Purchaser and the Supplier have
been unable to resolve amicably a Contract dispute, either
party may require that the dispute be referred to the Arbitrator for
resolution through arbitration.
30.3
In case of any dispute concerning the interpretation and/or
application of this Contract shall be settled through arbitration
under the Arbitration Act of 1940 (As amended from time to
time) in a court of relevant jurisdiction.
31. Governing
Language
31.1 The Contract shall be written in English language. Subject to
GCC Clause 32, the version of the Contract written in the
specified language shall govern its interpretation. All
correspondence and other documents pertaining to the
Contract, which are exchanged by the Parties, shall be written in
English.
32. Applicable
Law
32.1 This Contract shall be governed by the Laws of Pakistan and
the courts of Pakistan shall have exclusive jurisdiction.
33. Notices 33.1 Any Notice given by one party to the other pursuant to this
Contract shall be sent to the other party in writing and on the
others address specified in SCC.
33.2 A notice shall be effective when delivered or on the notice’s
effective date, whichever is later.
34.Taxes & Duties 34.1 All taxation, whether International, Federal, Provincial or Local,
shall be borne by the Supplier.
Page No. 30
INVITATION FOR BIDS
SAIDU GROUP OF TEACHING HOSPITALS, SWAT
PROCUREMENT OF MEDICAL EQUIPMENT, INSTRUMENTS & OTHER
HOSPITAL SUPPLIES, ETC FOR THE YEAR 2020-21 AND 2021-22
1. Saidu Group of Teaching Hospitals, Swat invites sealed bids under National Competitive Bidding from Manufacturers
and Sole Distributors for the Procurement of Medical Equipment, Instruments, Furniture and other hospital supplies
etc. for the financial year 2020-21 and 2021-22.
2. Bidding shall be conducted through Single Stage –Two Envelopes Bidding Procedure comprising a single package
containing two envelopes as per KPPRA Rules-2014. Each envelope shall contain separately Technical and financial
bid clearly marked in bold & legible letters. The bidders are bound to provide complete information along with its
postal as well as valid email address and phone number/s on each of the respective envelope.
3. Interested Manufacturers and Sole Distributors of the items may obtain complete set of bidding documents from the
Office of the Medical Superintendent, Saidu Group of Teaching Hospitals, Swat during office hours on any working
day till 10:00 a.m. at 22-05-2021, against the non-refundable cash payment of Rs.1500/- (fifteen hundred) per
application form. Original Receipt of the paid amount must be attached to the Technical Bid inside its sealed envelope.
The Bidding Documents can also be downloaded from the official website of Saidu Group of Teaching Hospitals,
Swat www.sth.org.pk.
4. A pre-bid meeting with the interested bidders held on 08-04-2021 at 10:00 a.m. in the Committee Room, Saidu Group
of Teaching Hospitals, Swat.
5. Interested Bidders must submit sealed bids to the office of the Medical Superintendent, Saidu Group of Teaching
Hospitals, Swat on or before 10:00 a.m. at 22-05-2021 which will be opened on the same day at 10:30 AM in the
presence of those bidders or their representatives, who choose to attend the process. Bid submitted after 10:30 a.m.
shall not be entertained.
6. Financial bid must be accompanied with Bid Security @ of 2% of the total submitted bid in the name of the
undersigned. Ordinary cheque in the form of bid security will result in bid rejection summarily.
7. Technical bid must be accompanied with a photocopy of the bid security (not showing the amount) or an Affidavit on
Judicial Stamp paper to the effect that bid security as per Bid data Sheet is attached in the financial bid.
8. Bid must be computer typed & printed; and the offered bid price must be written both in words & figures. Bid
price/quotations with cutting and over-writing shall not be accepted to the extent of that quoted item.
9. Bid must be properly bound and must have table of contents signed and stamped by the bidder. Moreover all pages of
the bid must be paginated and signed and stamped by the bidder.
10. The technical proposal shall contain all the details in accordance with standard specification of the items/goods
mentioned in the Schedule of Requirements (SOR) which must be supported by original catalogue/Brochures. All
bidders are also required to submit the relevant detail of technical proposal and required documents in soft copies
(CD/DVD/USB) duly labeled by a permanent marker with the name of bidder/ firm.
11. Bidders are required to offer the most competitive lowest rate of their items, as negotiations on quoted rates are not
allowed under the rules.
12. The undersigned reserves the right to reject any or all the bids as per provisions contained in Rule 47 of KPPRA
Procurement Rules 2014.
Page No. 31
BID DATA SHEET
Description Detail
Name of Procuring Agency Medical Superintendent, Saidu Group of Teaching Hospitals, Swat
Name of Project Procurement of Medical Equipment, Instruments and other hospital supplies for Saidu Group of Teaching Hospitals, Swat
Commencement date of provision of Bidding Document
From the date of publication of tender in news paper
Procuring Agency Address Saidu Group of Teaching Hospitals, Saidu Sharif Swat,
Ph: 0946-9240126-27, Fax: 0946-9240122, Email:
Closing date of bid 10:00 a.m. at 22-05-2021
Applicable Bidding Procedure Single Stage two envelope procedure
Pre-Bid Meeting 08-04-2021 at 10:00 a.m.
Language of Bids English
Specific Description of goods in the
bidding documents
Quotations shall be submitted for the items mentioned
in the SBDs
Bid Price Bid price should be inclusive of all duties and taxes.
The bidder shall quote their prices in C&F for imported
equipment and F.O.R for locally supplied equipment/
instruments either locally manufactured or imported.
Currency of Bid Foreign Currency in US DOLLAR, EURO, CHF, JAPANESE YEN and Local Currency PKR (DDP/FOR).
Technical Bid Proformas Provided in Part-Two: Section IV of the SBDs
Bid Security The Bidder shall furnish, as part of its bid, a Bid
Security/Earnest Money equivalent to 2% of the bid price
in the name of Medical Superintendent, Saidu Group of
Teaching Hospitals, Swat
Bid Validity 120 days after opening of the bid
Deadline for Submission of Bids 10:00 a.m. at 22-05-2021
Late Bids Any bid received by the procuring agency after the
deadline Clause 24.1 in Bid Data Sheet, will not be
acceptable and will be rejected and returned unopened
to the bidder.
Date, time and venue of opening of
Technical Bids
10:00 a.m. at 22-05-2021
Page No. 32
Special Conditions of Contract
The following Special Conditions of Contract shall supplement the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses.
1. Definitions (GCC Clause 1) GCC 1.1 (c)—The Goods are: Procurement of medical equipment,
Instruments and other hospital supplies
GCC 1.1 (g)—The Purchaser is: Medical Superintendent Saidu Group of Teaching
Hospitals, Swat. GCC 1.1 (h)—The Supplier is:
2. Country of Origin (GCC Clause 3)
All countries and territories as indicated in Part Two: Section VI of the Standard Bidding Documents, “Eligibility for the Provisions of Goods, Works, and Services.”
3. Standards (GCC Clause 4)
GCC 4.1 — The quoted product, at the time of delivery, shall conform to the standards as prescribed in the Technical Evaluation Criteria. The said conformance shall lead to subsequent issuance of the Acceptance Certificate to the Supplier by the Purchaser.
4. Performance Security (GCC Clause 7)
GCC 7.1 — The amount of performance security, as a percentage of the Contract Price, shall be: Ten (10) percent of the Contract Price
GCC 7.4 — After delivery and acceptance of the Goods, the Performance Security shall be returned after successful completion of the contract in accordance with Warranty Clause GCC 17.1.
5. Inspections and Tests (GCC Clause 10)
GCC 10.3—Inspection and tests prior to delivery/shipment of Goods and at final acceptance are as follows: Final Acceptance by Medical Superintendent, Saidu Group of Teaching Hospitals, Swat.
Inspections & tests may include re-verification of any quality or manufacturing aspect from vendor or manufacturer by the Purchaser in the form of either a test run or production of an industrial process certificate or a Performance Certificate from the previous clients if required by the procuring agency.
6. Packing (GCC Clause 11)
Applicable as required by the Purchaser. 7. Delivery and Documents (GCC Clause 12)
GCC Clause 12.1—Delivery & Installation Period of the intended Medical equipment, Instruments and other hospital supplies in the relevant Departments/Wards of the Saidu Group of Teaching Hospitals, Swat
Page No. 33
shall be 120 days for imported items (after the establishment of the LCs with Principal) and 60 Days for local items of lots after placement of supply orders.
GCC 12.2—In case of Import or as required otherwise, upon shipment, the Supplier shall notify the Purchaser the full details of the shipment, including Contract number, description of Goods, quantity and usual transport document. The Supplier shall mail the following documents to the Purchaser:
(i) Copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total
amount (ii) Original and two copies of the usual transport document (for example, a negotiable bill of lading,
a non-negotiable sea waybill, an inland waterway document, an air waybill, a railway consignment note, a road consignment note, or a multimodal transport document) which the buyer may require to take the goods
(iii) Copies of the packing list identifying contents of each package (iv) Insurance certificate (v) Manufacturer’s or Supplier’s warranty certificate (vi) Inspection certificate, issued by the nominated inspection agency and (vii) Certificate of origin.
GCC 12.3— The goods supplied under the Contract shall be Delivered Duty Paid (DDP) under which risk is transferred to the buyer after the Goods have been delivered; Applicable Delivery Mode: Delivered Duty Paid (DDP) of Incoterms 2011
8. Insurance (GCC Clause 13)
GCC 13.1— The supplier shall be solely responsible for Insurance of the Goods subject to the contract.
9. Spare Parts (GCC Clause 16)
After sale service with spare parts shall be 3 years after the installation of the medical equipment. 10. Warranty (GCC Clause 17)
GCC 17.2— Warranty Period should be from manufacturer / Bidder for five years (first 3 years with free spare parts and services and next 2 years with free services and without spare parts) from the date of installation, testing and commissioning. Ten Years parts availability in market and will provide certificate for the same.
The Supplier shall, in addition, comply with the guarantees associated with the performance and/or conformance specifications specified under the Contract. If, for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall, at its discretion, either:
(a) Make such changes, modifications, and/or additions to the Goods or any part thereof as may
be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance / conformance tests in accordance with GCC Clause 10.
or
(b) Pay liquidated damages to the Purchaser with respect to the failure to meet the contractual
guarantees. The rate of these liquidated damages shall be 0.05% per day or 0.5% per week up to a maximum of 10% of the total Contract price.
Page No. 34
11. Payment (GCC Clause 18)
GCC 18.1—The method and conditions of payment to be made to the Supplier under this
Contract shall be as follows:
Payment for equipment supplied under C&F:
i. 100% payment will be released to the principal after submission of the following Documents i. Bill of Lading ii. Commercial Invoice iii. Packing List iv. Insurance Cover Note v. Manufacturer inspection report etc.
20% payment of the supply order must be submitted to the procuring entity in the shape of security define in these revised standard bidding documents which will be released to the bidder after successful installation of three months.
Payment for equipment, Instrument & other hospital supplies supplied under FOR:
ii. 100% payment will be released to the manufacturers/importer after submission of the following Documents subject to the inspection report submitted by Inspection Committee to the purchaser. vi. Delivery Challan vii. Invoice and copies viii. Income Tax Exemption Certificate, Sales Tax Invoice ix. 1% Stamp Duty Deduction Certificate
12. Liquidated Damages (GCC Clause 25)
GCC 25.1—Applicable
In case the firm failed to complete the supply till due date a penalty as per detail below will be charged from the firm.
Penalty @ 0.5% for late supply per week.
Once the maximum is reached i.e. 60 days, the second party may consider termination of the contract and forfeiting of
security, any other legal action may taken accordingly.
13. Disputes Resolution (GCC Clause 30)
GCC 30.3—The dispute resolution mechanism to be applied pursuant to GCC Clause 30.2 shall be as follows: In the case of a dispute between the Purchaser and the Supplier, the dispute shall be referred to the Grievances Redressal Committee before going into adjudication or arbitration in accordance with The Arbitration Act 1940. The jurisdiction of Court shall be of Peshawar, Khyber Pakhtunkhwa.
14. Governing Language (GCC Clause 31)
Page No. 35
GCC 31.1—The Governing Language shall be: English
15. Applicable Law (GCC Clause 32)
GCC 32.1-The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan which includes the following legislation:
Khyber Pakhtunkhwa Procurement of Goods, Works & Services Rules 2014
The Drug Act 1976
The Arbitration Act 1940
The Contract Act 1872
The Employment of Children (ECA) Act 1991
The Bonded Labor System (Abolition) Act of 1992
The Factories Act 1934
16. Notices (GCC Clause 33)
GCC 33.1—Purchaser’s address for notice purposes:
Medical Superintendent Saidu Group of Teaching Hospitals, Saidu
Sharif Swat.
Telephone(s): +92-946-9240126-27
Facsimile: +92-946-9240122
Email:
Supplier’s address for notice purposes:
17. Duties & Taxes (GCC clause 34)
The Unit price quoted by the bidder shall be inclusive of all duties and taxes.
18. In case of any doubt in the interpretation of any point, decision of Technical Committee and Procuring
entity (Medical Superintendent, Saidu Group of Teaching Hospitals, Swat and or his designee) will be
acceptable to the bidders.
19. The Bidding Documents have been prepared in accordance with the provisions of KPPRA Act 2012
and KPPRA Rules 2014, however if any contradiction, violation of rules etc., due to any reason, is
found in the bidding documents at any stage of bidding process, the concerned act and rules shall prevail
the bidding documents.
Page No. 36
Section VI: Schedule of Requirements
Instructions relating to all lots:
As detailed in this document, 2% bid security for the above-mentioned lots shall be submitted by each bidder
on the total value of items in a lot for which bid is being submitted.
Any two of the following three product / item specific valid international certifications shall be mandatory for the items enlisted/included in the lots the certificates are given due weightages in the respective evaluation criteria, to qualify for bidding competition: US FDA (510K)
MHLW
CE (MDD)
It is further clarified that the bid not possessing any one of the above-mentioned certificates shall be dis-qualified for this
bidding competition.
The mode of provision of bid security shall be in accordance with the modalities as laid down in the relevant KPPRA Rules and these Revised Standard Bidding Documents.
In case of imported items, the Importers should provide valid Manufacturer Authorization Certificate for their
quoted products.
Non-provision of the Manufacturer Authorization Certificate would lead to disqualification of firm for the quoted item.
All certifications (i.e. Manufacturer authorization, ISOs, CE MDD, USFDA, MHLW) and data/ documents shall
be valid. T&E committee will carry out the verifications before award of contract and in case of any fraudulent
practice; legal action will be taken against the bidder concerned.
The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie
evidence of any defect in Supplier’s capacities may require the Suppliers to provide information concerning
their professional, technical, financial, legal or managerial competence.
The schedule for supply of goods shall be as under:
o Within 120 days from the date of issuance of supply order by the Purchasing Agency items to be imported.
o Within 60 days from the date of issuance of supply order by the Purchasing Agency items to be locally
manufactured.
The bidder must quote the prices in PKR, US DOLLAR, EURO, JAPANESE YEN, CHF for all lots.
Bidders applying in Joint Venture capacity will have to provide all mandatory documents as required by bidding
documents including the following documents both of themselves and Joint Venture Partner.
1. Authorization Certificate
2. Performance
3. Undertaking of not being blacklisted
4. Two years audit reports
5. Income Tax, Sales Tax, NTN, FBR Certificates
6. MHLW, CE, FDA (510K)
Page No. 37
Technical Evaluation Criteria
S. No. Description of Variables Total points
Compliance Sheet in attached Viz-a-Viz format / form.
2
A. Product Evaluation Parameters
1 Conformance to Specification Supported Catalogues/Brochures of quoted item must be attached.
40
1.1 Full compliance with the required specifications as per statement of Requirement
40
1.2 Compliance with Minor Deviation up to 4 minor deviation subject to main function is not affected. (One Mark will be deducted for each minor) deviation)
36
2 Product International Certification 3
2.1 Certificate of verifiable US Food and Drug Administration (USFDA) 510K
for the quoted model
Any two certificates are mandatory and 3 points for additional certificate. In case of availability of two mandatory certificates only by a single vendor, the condition will relaxed to one mandatory certificate. No expired/invalid certificate will be acceptable.
2.2 Certificate of European community Medical devices directive (CEMDD) of
the quoted model
2.3 Certificate of Verifiable Ministry of health labor and welfare Japan (MHLW) of the quoted model. (Translated English Version)
3 Manufacturer Performance 4
3.1 ISO 9001 Quality Management Certificate No expired/invalid certificate will be acceptable.
2
3.2 ISO 13485 Medical Devices Quality Management System Certificate No expired/invalid certificate will be acceptable.
2
4 Product Local Performance 7
4.1 One mark for each satisfactory performance certificate on letter head of hospital/sign stamp from the hospital for quoted model or previous model (not older than 2 years from quoted model) of equipment from the public sector medical institution of Pakistan registered with PMC
4
4.2 One mark for each satisfactory performance certificate on letter head of hospital for quoted model or previous provided model (not older than 2 years from quoted model) of equipment from the teaching level private sector medical institution of Pakistan registered with PMC
3
5 Country of Origin: Manufacturing & Manufacturer; (i) Pakistan OR (ii) USA OR (ii) Japan OR (iii) EU (Specified for each
items in technical specifications) Any non-compliance will be considered as non-responsive bid and hence will be rejected. Manufacturer shall none other than the above mentioned countries.
Mandatory
6 Warranty Certificate Warranty Period should be from manufacturer / Bidder for five years (first 3 years with free spare parts and services and 2 years with free services and without spare parts) from the date of installation, testing and commissioning.
Mandatory
Page No. 38
7 Post warranty maintenance contract for another five years, including after sales service with parts. Bidders offering low percentage (%) rates will get full marks.
3
Total score of the Product Evaluation 59
B Firm Evaluation Parameters
1 Manufacturer Authorization Certificate, or Partnership Deed with
manufacturer.
Bid with expired or invalid Manufacturer Authorization Certificate will be
non-responsive.
Mandatory
2 NTN & GST Registration Certificates Mandatory
3 Last two-year documents out of last three years of I/Tax return, Sales Tax
Return, Audit Reports, Bank Statement must be submitted with the bid.
Mandatory
4 Personnel/Human Resource/Workshop facility
4.1 Associate Engineer with Diploma of Associate Engineering in Electrical / Electronics / Bio Medical or equivalent field. (1 mark / associate engineer)
2
4.2 Graduate Engineer duly registered with PEC in Electrical / Electronics / Bio Medical or equivalent field. (2 marks / Graduate Engineer) An expired/Invalid document will not be acceptable.
4
4.3 Workshop facility at Khyber Pakhtunkhwa Level having list of related testing tools and spares for the quoted items
3
4.4 Workshop facility at National Level having list of related testing tools and spares for the quoted items
2
Total Score of the Firm 11
A+B Total Technical Score 70
Explanation of Points
The bidders will quote the technical bid quotation on viz-a-viz format / form which will be awarded
two points. Format is given below. Supported Catalogues/Brochures of quoted item must be attached.
Technical Bid Quotation Form / Vis-à-vis Format
Lot No.
Name of Equipment / Item:
Model:
Make:
Country of Origin:
S. No. Bid Solicitation Documents
Catalogues/Brochures of quoted item attached in submitted bid (Yes/No.)
Comparative of Required Specification and Quoted Specification
Required Specification (as per SBDs) Quoted Specification of the bidder
Page No. 39
A. Product Evaluation Parameters
1. Conformance to Specification
The performance and productivity of the products offered in the bid should be according to the technical data and
specification of the tender.
Up to a maximum of four Minor deviations may be accommodated subject to the condition that main function and
performance in any aspect would not affect. However, up to four marks will be deducted.
More than four minor or one major deviation in the specification the bidder will be non-responsive for the quoted
items.
No. Description of Technical Compliance Max 40 Points
I. Full compliance with the required specifications as per statement of Requirement
40
II. Compliance with Minor Deviation (up to 4 minor deviation subjects to main function is not affected)
36
III. More than four minor or one major deviation in the specifications Non- Responsive
Bidder are advised to prepare a product compliance sheet with the procuring entity technical specifications so that
technical evaluation can be executed at earliest. 2. Product International Certification
The certification of equipment must be attached with technical proposal. Any two certificates are mandatory and 3
points for additional certificate. In case of availability of two mandatory certificates only by a single vendor, the condition
will relaxed to one mandatory certificate. No expired/invalid certificate will be acceptable.
No. Certifications Max 3 Points
1. 1. Certificate of Verifiable US Food and Drug
Administration (USFDA) 510K for the quoted
model 2. Certificate of European community Medical devices
directive (CEMDD) of the quoted model
3. Certificate of Verifiable Ministry of health labor and welfare Japan (MHLW) of the quoted model. (Translated English Version)
(All three certification)
3
2. 3. Certificate of Verifiable US Food and Drug Administration (USFDA) 510K for the quoted
model 4. Certificate of European community Medical
devices directive (CEMDD) of
the quoted model 5. Certificate of Verifiable Ministry of health labor
and welfare Japan (MHLW) of the quoted model. (Translated English Version)
(Any two certification)
Responsive (being mandatory)
In case of availability of two mandatory certificates
only by a single vendor, the condition will relaxed to
one mandatory certificate.
6. No Certificate Non-Responsive
Page No. 40
3. Manufacturer Performance
The certification of equipment must be attached with technical proposal. Three marks will be awarded to the bidder
for providing these certificates for the quoted item. No expired/invalid certificate will be acceptable.
No. Certifications Max 6 Points
I. ISO 9001 3
II. ISO 13485 3
III. No Certificate 0
4. Product Local Performance
Equipment satisfactory performance certificate for quoted model or previous model (not older than 2 years from
quoted model) on the letter head / sign stamped from any public institutes throughout Pakistan registered with
PMC.
Equipment satisfactory performance certificate for quoted model or previous model (not older than 2 years from
quoted model) on the letter head with complete address and phone numbers from any private teaching hospitals.
The hospital must be recognized by Pakistan Medical Commission (PMC). The satisfactory performance
certificate of non-recognized institution from PMC will not be considered.
(Purchase order/supply order/delivery challans and installation report will not be considered as satisfactory
performance certificate).
No. Product Local Performance Max 7 Points
I. Certificate from any government institute. 1 mark for each certificate 4
II. Certificate from any private teaching institute. 1 mark for each certificate 3
III. No Certificate 0
5. Country of Origin, Manufacturing & Manufacturer;
The country of origin and the manufacturer country of the quoted items shall be one of the following: (i) Pakistan (ii) USA (iii) Japan (iv) EU Any non-compliance will be considered as non-responsive bid and
hence will be rejected.
No. Country of Origin, Manufacturer
Remarks
I. The country of Origin and Manufacturer shall be one of the following: i. Pakistan ii. USA iii. Europe (EU) iv. Japan
Mandatory
6. Warranty Certificate
Warranty Period should be from manufacturer / Bidder for five years (3 years with free spare parts and services and 2 years with free services and without spare parts) from the date of installation, testing and commissioning.
Page No. 41
No. Warranty Certificate
Remarks
I. Warranty Period should be from manufacturer / Bidder for five years (first 3 years with free spare parts and services and next 2 years with free services)
Mandatory
No tender warranty quoted by the bidder, bid will be considered as non-responsive.
7. Post Warranty
After the exhaust of above mandatory five (05) years warranty, bidder should have to quote for further five (5) years comprehensive post warranty (both spare parts & services) percentage % as per tender compliance as under:
No. Post warranty maintenance contract Max 3 Points
I. Post warranty maintenance contract for another five years, including after sales service with parts. Bidders offering low percentage (%) rates will get full marks.
3
B. Firm Evaluation Parameters
1. Manufacturer Authorization Certificate
A certificate clarifying that the bidder is authorized by the manufacturer for the quoted items.
No. Manufacturer Authorization Certificate
Remarks
I. Manufacturer Authorization Certificate, or Partnership Deed with manufacturer Bid with expired or invalid Manufacturer Authorization Certificate will be
non-responsive.
Mandatory
II. Non-Provision of the manufacturer authorization for the quoted item, the bidder will be rejected
Non- responsive
III. Provision of expired or invalid Manufacturer Authorization Certificate Non-responsive
2. NTN & GST Registration Certificates
No. Registration Certificates Remarks
I. NTN & GST Registration Mandatory
3. Last two-year documents out of last three years:
i. I/Tax return
ii. Sales Tax Return iii. Audit Reports iv. Bank Statement
must be submitted with the bid. Any of last two years documents can be provided from last three years.
No. Financial Soundness
Remarks
I. Last two years out of last three years I/Tax return, Sales Tax Return, Audit reports and bank statement must be submitted.
Mandatory
4. Personnel/Human Resource/Workshop
Documents of the human resource must be attached. For DAE the certificate and for graduate engineer PEC card must be provided. By non-provision of these documents the marks will not be awarded. Workshop facility at Khyber Pakhtunkhwa (Complete address with contact must be attached in the bid). Workshop facility at National Level (Complete address with contact must be attached in the bid)
Page No. 42
The procuring agency may verify the workshops if required.
No. Certifications Max 11 Points
I. Associate Engineer with Diploma of Associate Engineering in Electrical / Electronics / Bio Medical or equivalent field. (1 mark / associate engineer)
2
II. Graduate Engineer duly registered with PEC in Electrical / Electronics / Bio Medical or equivalent field. (2 marks / Graduate Engineer) No expired/invalid document will be acceptable.
4
III. Workshop facility at Khyber Pakhtunkhwa Level having list of related testing tools and spares for the quoted items
3
IV. Workshop facility at National Level having list of related testing tools and spares for the quoted items
2
1. Qualifying Marks for Technical Evaluation = 70% (49/70).
2. The Financial bids of technically accepted bidders will be opened publicly at a time to be announced
by the Procuring Agency and the financial bids found technically non-responsive shall be returned un-
opened to the bidders.
3. Award will be offered to the contractor whose bid is technically responsive and is the lowest financial
bid.
Page No. 43
List of Required Items
S# Item Department Qty
LOT 1
1.1 Video Flexible Bronchoscope Medicine 1
1.2 Flexible Bronchoscope Dental 1
1.3 Flexible Pediatric Bronchoscope Paeds 1
1.4 Flexible Nosopharyngoscope with camera, light, source, monitor and all accessories
ENT 1
LOT 2
2.1 HD Laparoscope with complete accessories Surgery 1
2.2 Percutaneous Nephrolithotomy (PCNL) set Urology 1
2.3 HD Endoscopy Set with 3-Chip Camera and Medical Grade LCD
ENT 1
2.4 Hysteroscopy with all accessories Gynae 1
LOT 3
3.1 Colposcope with Cryo Gun Gynae 1
3.2 CTG Machine Gynae 2
3.3 Jaundice Meter Paeds 1
LOT 4
4.1 Neonatal Resuscitator Gynae, Paeds 4
4.2 Transport baby incubator Paeds 1
4.3 Baby Incubator Paeds 5
4.4 Phototherapy Machine Paeds 3
LOT 5
5.1 Fully Automated Chemistry Analyzer with UPS for whole System
Pathology 1
5.2 Haematology Analyzer 5 Parts Differential (with UPS) Pathology 1
5.3 Electrolyte Analyzer Pathology 1
5.4 Teaching Microscope Pathology 1
5.5 ABG Machine Dental, Medicine, Paeds
3
LOT 6
6.1 Real Time PCR Machine (with UPS) Pathology 1
6.2 HPLC (High Pressure Liquid Chromatograph) (with UPS) Pathology 1
LOT 7
7.1 Laboratory Freezer Pathology 1
7.2 Apheresis Apparatus (Cell Separator) Pathology 1
7.3 Safety Cabinets 5 feet tall Pathology 1
LOT 8
8.1 Autoclave/Sterilizer (20l to 25 l) Paeds 1
8.2 Autoclave with Dryer (200l) Dental 1
8.3 Magnifying Loupes Surgery, Dental 3
8.4 OPG Machine with Cephalometry Dental 1
Page No. 44
8.5 Pneumatic Drill for Maxillofacial Surgery Dental 1
8.6 Vacuum Assisted Closure Plastic Surgery 1
LOT 9
9.1 Patient Bed with Mattress Dental 5
9.2 Instrument Trolley Dental 2
9.3 Myo Trolley Dental 2
9.4 Foot Steps Dental 10
9.5 Examination Couch Dental 2
LOT 10
10.1 OT Bin Dental 5
10.2 Oxygen Cylinder with Stand Dental 1
10.3 AC 1.5 Ton Dental 1
10.4 Refrigerator Dental 1
LOT 11
11.1 Image Intensifier/C-Arm Fluoroscope Urology, Gastro 2
LOT 12
12.1 Gastroscope Adults Gastro 1
12.2 Gastroscope Paeds Gastro 1
12.3 Colonoscope Adults Gastro 2
12.4 Colonoscope Paeds Gastro 1
12.5 Duedonoscope (Side Viewing) Size: 7 French, 10 French
Gastro 2
LOT 13
13.1 Skin Graft Mesher Plastic Surgery, Dental 2
13.2 General Plastic Surgery Instruments Set Plastic Surgery 1
13.3 Microvascular Surgical Instrument Set Plastic Surgery, Dental 2
13.4 Power Driven Dermatome Plastic Surgery 1
LOT 14
14.1 Argon Plasma Coagulation Machine Gastro 1
Page No. 45
Technical Specifications
LOT 1
1.1 VIDEO FLEXIBLE BRONCHOSCOPE
Country of Origin: EUROPE, USA, UK & JAPAN
1. Flexible Intubation Video Endoscope Set 5.5 x 65
CMOS Technology, with suction valve, deflection up/down 130o or above , direction of view 0o , angle of view 100o, working length 65 cm, total length 94 cm, working channel inner diameter 2.1 mm or better, distal tip outer diameter 5.5 mm
Consisting of: Flexible Intubation Video Endoscope 5.5 x 65 case Pressure Compensation Cap Leckage Tester Tube Holder Cleaning Brush 2 x Irrigation Adaptor Suction Valve Bronchoscope Insertion Tube, Size 4, sterile Bronchoscope Insertion Tube, Size 2, sterile Plug Protection Cap for use with Monitor 2. Monitor for Endoscopes, Kit, Screen size 7” and 21” (compatible with same system) with 1280 x 800 pixel resolution, two camera inputs, a USB and a HDMI port, optimized user interface, video and image capturing in real time on SD card, playback of recorded video clips and still images, data transfer from SD card to USB flash drive possible, splash - proof according to IP54, suitable for wipe disinfection, shock - resistant ABS plastic housing, intelligent power management with rechargeable Li - Ion batteries, VESA 75 mounting option, power adaptor for EUROPE, UK, USA and Australia, power supply 110 - 240 VAC, 50/60 Hz Consisting of: Monitor SD Card, 16 GB Protection Cap VESA 75 Quick Clip Power Supply Plug Adaptors Plug Adaptor Plug Adaptor Plug Adaptor IEC (ROW) Plug Adapter Cable USA/ JP 3- IV - Stand for monitor, height 120 cm, rollable with five legs and antistatic castors, crossbar 25 cm x
Page No. 46
diameter 25 mm for positioning the monitor, with tray, dimensions (W x d x h): 30 x 20 x 10 cm use with: Crossbar 4 - Crossbar, for Stand, 50 cm x diameter 25 mm, for positioning Monitors, for use with VESA 75 Quick Clip and Clamp 5 – Pro-Shield Protection Tube, for flexible telescopes, for single use, unsterile, distal closed, package of 10, for use with Holder for Flexible Endoscopes 6 - Holder for Flexible Endoscopes, for mounting to standard tubes, incl. installation accessories 7 - Plastic Container for Flexible Endoscopes, suitable for gas and hydrogen peroxide (Sterradº) sterilization and storage, external dimensions (W x d x h): 550 x 260 x 90 mm, for use with a flexible endoscope.
1.2 FLEXIBLE BRONCHOSCOPE BRONCHO FIBERSCOPE
Country of Origin: EUROPE, USA, UK & JAPAN Working length: 600 mm Distal end O.D: 4mm to 5.5mm Range of tip bending: Up 180 ° Down 130 ° Instrument channel: 2.2 mm Field of view: 120 ° With higher - resolution image quality Compatible with camera head. LED LIGHT SOURCE Powerful illumination with Advanced LED Technology Technical Specifications Delivery includes Light source, 4 foot holders, 2 spare fuses Power supply Voltage: 100 to 240 V Frequency: 50/ 60 Hz Safety Ingress protection rate: 1PXO Illumination Lamp: LED
Full High Definition Camera system with camera head: 1.camera control unit with HD camera head having HD chip of same aspect ratio of 16:9 2.Pure digital signal with high definition video(1920*1080 P) with aspect ratio 19:9 with DVI-D, RGB, S-VHS video output. 3.Integrated flexible scope filter 4.progressive scan technology 5.brightness control 6.aperture control 7.automatic digital image enhancer 8.should have integrated digital or optical zoom lens 14-30 mm, to increase and decrease the size of image which should remain in focusing zone without readjusting the focus. 9.should have integrated gain, shutter, enhancement white balance with brightness control. 10.should have peripheral control CCU 11.should have USB/Image capture module interface for direct storage of still and video sequences and to print the still images. 12.the camera head should have integrated digital or optical zoom system and focus lens/rings to make it fully soak able. 13.should be IEC 601-1, CE according to MDD.
Page No. 47
Compatible light source LED should have lamp life 20000 hrs or better High resolution HD video medical grade Monitor: 1. 26” High definition medical grade monitor, resolution 1920 * 1200 with DVI RGB input. 2. Option for wall mounting and desktop in same unit. should have same aspect ratio of 16:9 or 16:10 of the
endoscopic HD camera system. 3. Fast response time(5-12 ms) 4. Number of colors: 16.8 million 5. luminance: 400cd / m2. contrast ratio: 1000:1 6. vertical/horizontal viewing angle :178 fibler optic light cable of actual size 4.5-4.8 mm, length 250 cm. Video Trolley Suitable video trolley to be supplied for mounting equipment having minimum four self in addition to with one drawer with antistatic wheel casters, front lockable, high grade of electrical insulation and earth protection. 5 ampere socket, 10 Nos built in trolley to connect all electronic devices. CO2 bottle stand should be integrated with trolley. potential equalization connection to be provided at least 8 points. Environmental factors 1shall meet IEC-60601-1-2:2001(or equivalent BIS) general requirement of safety for electromagnetic compatibility or should comply with 89/366 EEC. EMC-directive. the unit shall be capable of operating continuously in ambient temperature of 20-30 deg C and relative humidity of 15-90%. the unit should be capable of being stored continuously in ambient temperature of 0-50 degree C and relative humidity of 15-90 %. power unit to be 220-240 VAC, 50 Hz fitted with plug UPS of suitable rating with voltage regulation and spike protection for 60 minutes back up. .Manufacturer should have ISO certification for quality standards. Comprehensive training for lab staff and support services till familiarity with system. Shall be certified to meeting safety standard IEC 60601-2-18 part 2, particular requirements for the safety of endoscopic equipment. User/Technical/Maintenance manuals to be supplied in English. list of important spare parts and accessories with their part number and costing Compliance report to be submitted in a tabulated and point wise manner clearly monitoring the page/Para number of original catalogue/data sheet. any point, if not substantiated with authenticated catalogue/manual, will not be considered. Certificate of calibration and inspection. List of equipment available for providing calibration and routine preventive maintenance support. as per manufacturer documentation in service/technical manual. Log book with instruction for daily, weekly, monthly and quarterly maintenance checklist. the job description of the hospital technician and should be verified by competent authority regarding these facilities. All the items should be from single company.
1.3 FLEXIBLE PEDIATRIC BRONCHOSCOPE
Country of Origin: EUROPE, USA, UK & JAPAN
FLEXIBLE PEADIATRIC BRONCHOSCOPE Flexible Intubation Video Endoscope 3 x 51.5, Set, CMOS technology,
Page No. 48
deflection up/down 140°/140°, direction of view 0°, angle of view 100°, working length 51.5 cm, total length 72 cm, distal tip outer diameter 2.85 mm consisting of: Flexible Intubation Video Endoscope 3 x 51.5 Leakage Tester Tube Holder Bronchoscope Insertion Tube, size 4, sterile Bronchoscope Insertion Tube, size 2, sterile Protection Cap for use with Monitor
1.4 FLEXIBLE NOSOPHARYNGOSCOPE WITH CAMERA, LIGHT, SOURCE, MONITOR AND
ALL ACCESSORIES (COUNTRY OF ORIGIN: EUROPE, USA, UK & JAPAN)
S No.
Description Qty
Flexible Nasophyrangoscope with Camera, Light Source, Monitor and all accessories
1 Rhino-Laryngo-Fiberscope, 1
deflection up/down 180°/100°, direction of view 0°, angle of view 90°, working channel inner diameter 1.5 mm or better distal tip outer diameter 3.7 mm or better working length 33-36 cm, With standard accessories
2 Three-Chip FULL HD Camera Head, and Processor progressive scan, soakable, gas- and plasma-sterilizable, with integrated Parfocal Zoom Lens, focal length f = 15 - 31 mm (2x),
2 freely programmable camera head buttons,
Case Pressure Compensation Cap Leakage Tester Cleaning Brush Biopsy Forceps Grasping Forceps
3 High-Performance LED Cold Light Fountain with one 1
light outlet, power supply 100 - 240 VAC, 50/60 Hz with main cord.
4 Fiber Optic Light Cable, with straight connector, 1
diameter 3.5 mm, length 180 cm
Page No. 49
LOT 2
Country of Origin: EUROPE, USA, UK & JAPAN
2.1 HD LAPAROSCOPE WITH COMPLETE ACCESSORIES
Country of Origin: EUROPE, USA, UK & JAPAN
Latest Technology 4 K UHD 3840x2160 hybrid Laparoscopic advance Surgery System with instruments set
(Approved Specs)
Camera Head 4K UDH
Sno Features Description
1 Technology 4k UHD Latest Chip or better
3 Resolution 3840x2160 or better
4 Scan Mode &
input
Progressive, 16:9
5 Zoom &
Focal Length
13 mm to 29 mm
6 Programmable
buttons
2 to 3 programmable buttons or better
7 Weight Less than 350 grams
Modular Multiple Video Processor 4K UDH
Sno Features Description
1 Video
Processor
4 K UHD Camera Video processor latest modular technologies.
2 Input 4K UHD Camera Head connection
3 Resolutions 3840x2160 or better
4 Video Output
connection
X2 DP 1.2A , x1 DVI-D, x1 12G-SDI/3G-SDI (same manufacturer)
5 Image
orientation
Should have crystal clear sharp image, with multiple advance imaging
features for diagnostic purpose.
6 Image
capturing
Should have inbuilt USB or External device based still image capturing &
Video recording facility
7
Upgradeability
Should be able to upgrade in various camera technology and video flexible
technologies in urology with real time hybrid function ,
8 Compatibility Should be compatible with all kind of telescopes and forward and
backward camera compatible and upgrade able in 3d4k and flexible video
endoscope
9 Power 100-240VAC
10 Origin EUROPE, USA, UK & JAPAN
Page No. 50
4K UDH Monitor Medical Grade
Sno Features Description
1 Monitor 30” 4K UHD Medical Grade
2 Resolution 3840x2160 or better
3 Brightness 350cm/m2 or better
4 Aspect
Ratio
16:9
5 Video Input 1 x Display Port 1.2, 1 x DVI-D, 4 x SDI (3G-SDI, HD-SDI, SDI).1 xGPI
6 Video Out
put 1 x DVI-D. 4 x SDI (3G-SDI, HD-SDI, SDI). 1 x 5V DC.
Origin EUROPE, USA, UK & JAPAN
LED LIGHT SOURCE UNIT
1 Lamp type High Performance LED
2 Color Temperature 6400K
3 Lamp Out let 1
4 Control Knob or Buttons, also control able through camera head.
5 Lamp life 20,000 hrs or more
6 Stand by Should have stand by function
7 Fiber optic light cable Same manufacturer light cable 4.6mm 240cm qty 01
Video Endoscopes processor
40 Liter Endoflators from same manufacturer
a. Display LCD
b Controls Touch screen
c. Max Gas Pressure 0-30mmHg or equivalent
d. Max Gas Flow 0-40 l/min or equivalent
e. Functions Adult and Pediatrics on One Touch Function
f. Integrated Control Should be control able thorough camera Head & keyboard
g. Parameter display Insufflations Pressure, Intraabdominal Pressure; 0-30mmHg, Gas flow: 0-40 l/min, Gas Consumption: 0-999L
h. Power 100-240 VAC, 50/60Hz
Should have Smoke Evacuation system along with proper tubing & Foot Control Support
Original Equipment Cart Moveable with multiple shelves and 02 wheels must have locks
1 Input All kind of video Endoscopes from OEM
2 Power supply 100 - 120 VAC, 50/60 Hz, 200 - 240 VAC, 50/60 Hz.
3 Certified to: IEC601-1, 601-2-18, CSA 22.2 No. 601, UL2601-1 and
CE according to MDD, protection class 1/CF defib.
4 Video connector Should have video connection cable
Page No. 51
Reusable Laparoscopy Advance Surgery Instruments Set from Same Manufacturer
1 Telescope 0Deg, 10mm, 30cm or better (compatible with 4K) 1
2 Telescope 30Deg,10mm,30cm or better (compatible with 4K) 1
4 Trocar 6mm 2
5 Trocar 11mm 2
6 Marry land dissecting forcep 16mmjaw, 5mm, 36cm 1
7 Babcock forcep 16mm jaw ,5mm, 36cm 1
8 Scissor curved 5mm, 36cm 1
9 Johan forcep 5mm, 36cm 1
10 Gallbladder holding forcep 5mm, 36cm with locking handle 1
11 Bowel grasper 5mm, 36cm 1
12 Tooth grasper 5mm, 36cm with locking handle 1
13 Clip applicator 10mm 1
14 Needle holder 5mm dismantling straight & cvd to left 1
15 Claw forcep 10mm with locking handle 1
16 Stone collection forcep 10mm 1
17 Suction irrigation tube 5mm 36cm 1
19 Diathermy lead monopolar 2
20 Injection cannula 1
21 Veress needle 15cm 1
22 Reducer external 10/5mm 2
24 Facial closer forceps 1
25 Insulated outer tubes for 5mm instruments 2
26 Trocar seal CAPS for 6mm trocar 20
27 Trocar seal CAPS for 11mm trocar 20
28 Camera head disposable covers from same OEM recommended 50pcs
30 Instruments container for 10 to 12 instruments 1
35 Instruments cleaning spray 02
36 Instruments lubrication oil 05
37 Instruments cleaning brush 1 set 01
38 Fiber optic light cable 4.8mm, 300cm 01
39 Telescope sterilization box for telescopes of 10mm 01
40 L-hook electrode 03
Page No. 52
2.2 PERCUTANEOUS NEPHROLITHOTOMY (PCNL) SET
Country of Origin: EUROPE, USA, UK & JAPAN
Page No. 53
- Monitor: 30”-32”
Same manufacturer
Page No. 54
2.3 HD ENDOSCOPY SET WITH 3-CHIP CAMERA AND MEDICAL GRADE LCD 26”
Country of Origin: EUROPE, USA, UK & JAPAN
S.No Description Qty
HD ENDOSCOPY SET WITH 3 CHIP CAMERA AND MEDICAL GRADE LCD (FULL HD 3 CHIP CAMERA SYSTEM)
1 connect module, for use with up to 3 link 1
modules, resolution 1920 x 1080 pixels, and INTEGRATED digital Image Processing Module, power supply 100 - 120 VAC/200 - 240 VAC, 50/60 Hz along with all accessories.
2
Module, for use with FULL HD three-chip camera head, 1
with all necessary accessories.
power supply 100 - 120 VAC/200 - 240 VAC, 50/60 Hz
3 Three-Chip FULL HD Camera Head, 1
progressive scan, soakable, gas- and plasma-sterilizable,
with integrated Parfocal Zoom Lens, focal length f = 15 - 31 mm (2x), 2 freely programmable camera head buttons,
4 LED 150, High-Performance LED Cold Light Fountain with one 1
light outlet, power supply 100 - 240 VAC, 50/60 Hz with main cord.
5 Fiber Optic Light Cable, with straight connector, diameter 3.5 mm, 1
length 180 cm
6 27" FULL HD Monitor, 1
screen resolution 1920 x 1080,
image format 16:9,
power supply 100 - 240 VAC, 50/60 Hz, 5 V DC output (1 A), VESA 100 adaptor, Video inputs: 2x DVI, 1x 3G-SDI, 1x VGA, 1x S-Video, 1x Composite,
Video outputs: 1x DVI, 1x 3G-SDI, 1x Composite with all necessary accessories.
7 4 mm diameter and 18 cm length rigid telescopes 0o, 30 o, 45 o, 70 o and 90 o 1
8. Multi-angled telescope (0o, 30 o, 45 o, 70 o and 90 o with dimeter 4 mm and
length 18 cm-Autoclaveable, variable direction of view
1
9 Equipment cart rides on 4 antistatic dual castor wheels equipped 1
with shelves & drawers
Page No. 55
NOTE :- ALL THE ITEMS SHOULD BE FROM SAME MANUFACTURER.
2.4 HYSTEROSCOPE WITH ALL ACCESSORIES
Country of Origin: EUROPE, USA, UK & JAPAN
Diagnostic-operating Hysteroscopy
Set Description:
Description Required
Quantities/set
telescope, 30°, diameter 2,7 mm, WL 316,5 mm, autocleavable 1
Reprocessing baskets to safely hold a telescope during transport, storage, machine reprocessing and sterilisation w x h x l 59 x 54 x 471 mm
1
Ball fixers for reprocessing baskets, pack of 20 pcs. 1
Ergonomic handle 1
Examination sheath 10.5 Fr., WL 255 mm 1
Single Sheath, 16.5 Fr., continuous flow operating sheath with channel for 5 mm instruments
1
Micro scissors , micro modular system, rigid, 5 Fr., WL 355 mm 1
Biopsy punch , micro modular system, rigid, 5 Fr., WL 355 mm 1
Grasping forceps , micro modular system, rigid, 5 Fr., WL 355 mm
1
Bipo 5 Fr. bipolar electrode, WL 360 mm, 1
HF bipolar connecting cable, length 3 m 1
Instrument basket, flat, standard, for sterilization, transport and storage, w x l x h 250 x 530 x 108 mm
1
Silicone holder starting set consisting of: 3 x 8584.9501, 3 x 8584.9511, 1 x 8584.9701, 1 x 8584.9711
1
Fibre light cable, length 2.3 m, fibre bundle diameter 2.5 mm 1
Compact hysteroscope 30° 3-5mm Working channel 5-7fr 1
Utrine grasping forcep 1
Tenaculum for grasping the cervix 1
Utrine prob 1
Utrine cather 1
Handle for hysteroscope 1
telescope, 12°, diameter 2,7 mm, WL 316,5 mm, autoclavable 1
Reprocessing baskets to safely hold a telescope during transport, storage, machine reprocessing and sterilisation w x h x l 59 x 54 x 471 mm
1
Ball fixers for reprocessing baskets, pack of 20 pcs. 1
Working element, passive cutting action, open handpiece 1
Continuous irrigation inner sheath, swivellig, 22.5 Fr. 1
Continuous irrigation outer sheath, 24.5 Fr. 1
Obturator 1
Cutting electrode, bipolar,pack of 3, sterile individually packed, loop 0,3 mm
5
Roller electrode, bipolar, pack of 3, sterile individually packed 5
Page No. 56
Cutting electrode, monopolar, loop 0,3 mm 5
Roller electrode, monopolar 5
Hook electrode, monopolar and bipolar 5
Bipolar connecting cable 3 m 2
Monopolar connecting cable, 3 m 2
FLUID MANAGER consisting of Hystero pump II, pressure range 15 - 150 mm/Hg, delivery rate 150 - 500 ml/min,fluid monitoring module with deficit display, mobile stand with scales and rings
1
Instrument basket, flat, standard, for sterilization, transport and storage, w x l x h 250 x 530 x 108 mm
1
Silicone holder starting set consisting of: 3 x 1
Fibre light cable, length 2.3 m, fibre bundle diameter 2.5 mm 1
Camera Control Unit 1
UHD Resolution 3840 x 2160 Pixel for live display, progressive scan
Built in Recording system, storage of high resolution images and
Videos on USB storage media
Intergraded special imaging modes for easier tissue differentiation
Aspect ratio 16: 9
Touch screen, remote control, USB 1TB
Special imaging modes
1 TB hard drive
Camera Head 1
Progressive Scan, 50 Hz, with 2 freely programmable Camera Head buttons
Each button with two functions
Autoclavable
3x1/3 inch CCD/CMOS image sensor
Lens, C-mount 24mm 1
Cable length 3.0 m
Light sensitivity (max. gain) < 0,7 Lux
Weight of camera head (without cable) min 130 g
LED LIGHT SOURCE 300watt 1
LED SET
High Power LED providing highest energy efficiency and light output, guarantied homogenous illumination due to innovative LED-fibre light cable coupling, LED life time>30000h, color temperature approx. 6500K, continuous electronic light intensity control, super silent operation, CF isolation rating, power supply
FIBER LIGHT CABLE 4K Compatible 1
FIBER LIGHT CABLE Ø 5MM TL 3.5M / ADAPTER ENDOSCOPE SIDE 1
Medical LCD Monitor 31-32" 1
Page No. 57
LCD,
LED backlight illumination, OptiContrast Panel (IPS, incl. power
cable, low-voltage cable, external power supply
CD ROM, instructions
o Special customized color setting .
standard settings can be loaded.
o High brightness OptiContrast Panel™ with 1000 cd/m² and
contrast 1000:1.
o Slim housing with narrow bezel for a wider display area.
o Fully equipped wit 3G-SDI, DVI and analog inputs.
TV standard (SD): PAL, NTSC, automatic switch over,
Resolution: 1920 x 1080 Pixel / pixels (Full HD), Aspect
ratio: 16 : 9, Aspect Ratio: 16 : 9, Display color:
16.700.000, Contrast ratio: 1.000 : 1 Brightness: 1000
cd/m² (typical), Response time: 7 ms 15 ms (grey-to-grey),
VESA mounting: VESA 100 x 100, Angle of view: 89° /
down 89° / right
Signal Input (HD)
3G-SDI / HD-SDI / SDI (BNC 2x in/1x out), DVI-D (2x in/1x out), 1xRGB via HD15 / D-SUB, 15pin = VGA Input
Video input / output (SD)
Y/C (S-VHS 1x in), Composite (FBAS, BNC 1x in)
MONITOR STAND 1
SU-560, for LCD-Monitors, unit mounting by VESA (100x100mm)
RESECTION/ASPIRATION PUMP FOR HYSTEROSCOPY 1
With all accessories
IMPORTED TROLLEY SAME MANUFACTURER 1
BASE ELECTR. 220-230VAC
"Universal video trolley with monitor bridge to hold a monitor mount. Including a monitor mount 100, a back panel and integrated cable duct. 3 shelves (370mm wide), 2 individually adjustable. 4 double caster wheels, 2 featuring a double lock (direction lock/free wheel/total lock). 2 wheels electrical conductive. Interfaces for support arms and installation of extensive accessories. Colour: White, RAL 9016, aluminium side profile. Dimensions (WxHxD): 720 x 1520 x 700mm. Trolley includes a BASIC- ELECTRICS 220-240V / 2000VA, consisting of: Electronic housing (basic), cut-off module (electronic) and device socket block with 12 sockets and integrated main switch module, 6 device power cable." Resectoscope and Falloposcope 1
LOT 3
3.1 COLPOSCOPE AND CRYO THERAPY SYSTEM
Page No. 58
Sr # Specification
3.1 COLPOSCOPE AND CRYO THERAPY SYSTEM The integrated video solutions must be more convenient way to generate images for information, documentation, teaching and presentation Purposes. Should have built-in camera systems with factory aligned optics the video solution sho uld works well out of the box The Colposcope should meets the critical demands you make on a top-class colposcope intended for all-round use. High-intensity fiber optic illumination, via integrated light guide Convenient, single-hand operation using the ergonomically arranged controls Large fine focusing range 5-step magnification changer Wide field optics for the largest possible field of view Illumination 12 V/80 W cold light, fiber optic illumination, adjustable Working distance 250 mm, 300 mm Magnification 3.5x - 21.5x (at working distance 250 mm,12.5x eyepieces) Fine focusing 18 mm Viewing Tube Straight, inclined, 180° tilt able tube Red-free filter Swing-in Suspension System Suspension mount (connecting tube for examination chair). Floor stand Lifting range +/- 230 mm Video Camera with Cable Small hand piece camera with cable 1/3” CCD with direct connection to PC or Laptop The light & ergonomically hand piece, easy function and high resolution quality White balance function on camera head Auto Gain Control, Iris Control & Electrical shutter Wireless Foot Control For video & Snapshot Acquisition PC for above system Core i5 PC with 1 TB hard drive with PC Trolley, EUROPE/USA/JAPAN.
CRYOTHERAPY SYSTEM
Sr # Specification
1
Console with foot switch, pressure regulator, pressure gauge, temper display, non-electric, defrost, on/off pedal switch can be used on CO2 or N2O Gas. Filter and attachment such as connecting hose and reducer. Accessories. Ophthalmic Probe, E size cylinder for N2O, and CO2 unfilled. Trolley for cylinder.
2 Cryotherapy System (tips and gas adapter)
3 Cryotherapy Tip Micro, 2mm Diameter
4 Cryotherapy Tip Skin Lesion, 5mm 45° angle, 8mm 45° straight/angled.
Page No. 59
5 Cryotherapy Tip Endocervical, small, 25mm flat, Nulliparous, round, 19mm flat, convex 19mm and endo exovervical large.
CRYOTHERAPY ACCESSORIES
Sr # Specification
1 O Ring for Cryo System (3 Per Pack)
2 US Adapter For CO2 (20lb), N2O (20lb) (6lb)
3 Carrying Case, protective cap for Cryotherapy System
4 Rubber plug, 450B purifier housing with ¼ male thread adapter.
5 451 Filter cartridge for purifier
3.2 CTG MACHINE WITH LCD DISPLAY
Sr # Specification
3.2 CTG MACHINE WITH LCD DISPLAY. • Fetus heart rate: 120-160bpm. • Manual and auto recording Fetus movement. • Sound and color alarm for high and low fetal heart rate • Continuous 24 hrs real time monitoring function, •12 hrs patient curve and data storage, • With picture freeze function. •Single, twins monitoring. • 9 crystal board band pulsed wave transducer. • TFT or LCD display for monitoring. • High resolution built in thermal recorder. • Built in communication port, for connecting to the central monitoring system. • Voltage AC 220-240V, 50Hz. • Output speed: 1 cm/min, 2cm/min, 3 cm/min. • Data precision: +-5% (X roll), +-1 % (Y roll). • Ultrasound Probe : • Nominal frequency: 1.0MHz. • Work frequency: 1.0MHz+- 10%. •Compatible with Two Probe (for twins). •Complete with all accessories. Country of Origin: EUROPE, USA, UK & JAPAN
3.3 JAUNDICE METER
Sr #
Specification
3.3 JAUNDICE METER
Page No. 60
Noninvasive administration, to minimize stress and pain, no needles, to protect skin, Minimal light and sound, Gentle touch, safeguard newborns’, Measurements takes at easy access sites (forehead and sternum, slim, light, ergonomic design facilitates easy measurements, LCD color screen, Easy to read, step by step instructions, graphics, Barcode scanning allows for accurate identification of patient, Numeric keypad, on board help system. -The instrument should be suitable for non-invasive bilirubin -Measuring method should measure the optical density -Difference at two wavelengths to determine the yellowness of the Subcutaneous tissue. -It should measure readings at sternum and forehead. - Should have alarms when measurements are greater than 20mg/dl or 340μmol/L - Can be used in all skin colors, >35 weeks gestational age, pre-phototherapy. -Light source should be Pulse xenon arc lamp -Light source should have life of more than 10000 measurements. -Light source checker should be built in to the charger base. -Should have detectors with Silicon photodiodes. -Should have Ni-MH battery as power source. - supplied with: Charger unit with a checker, AC adapter, Carrying case. Country of Origin: EUROPE, USA, UK & JAPAN
LOT 4
4.1 INFANT WARMER/ RESUSCITATOR Specification: Microprocessor based servo controlled temperature system LCD display, Three modes: pre-warm, manual and automatic, Temperature Regulation. Air from 20°C to 39°C, Skin from 35°C to 38°C, Set temperature and skin temperature display separately. Built in O2 Analyzer 0 to 100% measurement scale and low and high threshold adjustable 20 to 99%, Minimum heating power: 600W. Self-testing function, various failure alarms by audible and visual APGAR timer to record therapy time, convenient X-ray cassette tray under infant mattress, Heater head can be adjusted 90° horizontally with slandering design Inclination of infant bed is adjustable with large and continuous tilt positions. 4 tubing ports and 4 orifices for drains to pass through low point. LED observe light 30,000lux at 50cm. Transparent protector can be folded down, Built-in low pressure aspirator. Real time monitoring in curve facilities for Drawer. Possibility to exporting data to PC. IV Pole 4 castors 2 of fitted with brakes. RS232 connector Accessories. Horizontal Rail.O2 Flowmeter for wall outlet 0 – 15 L with humidifier Air Flowmeter for wall outlet 0 -15 L with humidifier, Venturi Vacuum regulator for horizontal rail with safety flask, connector and silicone tube. Neo puff. LED phototherapy unit Technical requirements LED display of treatment time, Digital display of total usage time of the device, Integrated observation lamp. Standby button during treatment break time. Light Source: Selected blue light treatment LED, Luminous flux > 2.5mW/cm² (>39µW/cm²/nm) under 550 nanometers., wavelength between 460nm ±15. Blue LED life 30,000 hours and above, Noise level <40d(B)a, Power 220/50/60HZ 2 level adjustment irradiance. Power absorbed 60VA, Left/Right rotating hood vertical position. With Radiometer included: Phototherapy glasses.
Page No. 61
Infant resuscitator 100% latex free silicone reusable for manual Ventilation of neonate. Maximum tidal volume aprox150ml.The textured surface of the silicone resuscitator combined with the unique support strap and silicon infant mask. Country of Origin: EUROPE, USA, UK & JAPAN 4.2 TRANSPORT BABY INCUBATOR Microprocessor controlled LCD at least 5” Color TFT having Settings of Air mode servo control (30.0 - 37.0°C) Override 37.0 - 39.0°C Display 15.0 - 45.0°C Resolution 0.1°C Accuracy ±0.5°C Baby mode servo control 35.0 - 37.0°C Override 37.0 - 38.0°C Display 15.0 - 45.0°C Resolution 0.1°C Accuracy ±0.5°C Oxygen control Servo Oxygen control Setting range 21% to 60% Display range 21% to100% Resolution 1% Accuracy ±5% LCD graphical Trends and their history Air Temperature Baby Temperature Double wall canopy Light weight incubator should not weight more than 37kg. Baby bed not less than 610x340mm reversible bedding head to feet. Noise Level within unit < 18 dBa Temperature rise time 20 minutes (rise time 25°C to 36°C) Skin Temperature probe Thermistor based Interchangeable probe Accuracy ±0.2°C Over Temperature Protection Automatic cutoff of heater. Mobility castors with brakes , Audio and Visual alarms Baby Temperature - Low/High, Air Temperature - Low/High, Temperature probe failure / Disconnect , System failure, Heater failure Fan failure, Low battery, Main Power Failure, Humidity, Oxygen water reservoir empty.
Visual indicators on LCD display Baby Temperature, Air Temperature, Set Temperature, AC power, Oxygen %. Canopy: Perfect visibility of the baby through the 5 sided of the incubator. 4 ports holes, 2 large doors on the front incubator and rear panels, 1 two leaf door on the head side 1 vertical drop door on feet side. Dimension approx. 900 x 560x 500. Canopy dimensions 785x400x320mm. Bedding approx. 600 x 330mm. Power requirement 230±10% VAC 50/60Hz. Mode of operation continuous safety class! type B fusing rating 4a(230V). Additional Power Battery back up at least 03 hours or more
Page No. 62
Standard Accessories. Skin temperature probe, Air temperature probe, oxygen sensor, IV pole, Storage drawer, accessory tray, mattress. Environment Operation Storage/ Transportation( Standard Specifications ) Operating Conditions Without cover +5°C + 30°C With thermal insulation cover: -5°C + 30°C Humidity Operating condition. 20 to 90% storage conditions -10°C to +40°C. Humidity 20 to 90% Country of Origin: EUROPE, USA, UK & JAPAN 4.3 BABY INCUBATOR Built in weighing scale Technical requirements: Air mode from 20 to 39 °C, Skin mode from 35 ° C to 39 ° C Air and skin temperature display 0° to 50°C. Mods: skin mode, air mode, skin to skin mode. twin mode, top heating mode, automatic mod, Air circulation from feet to head Microprocessor control with servo control of main indicators; Double Wall Oxygen Concentration, SpO2 function. Humidification controlled from 35 to 90% minimum, Humidifier tank with a capacity of not less than 1 liter, easy to remove, Automatic cleaning mode of the humidifier tank. Temperature rise and stabilized ≤ 30min Noise level ≤45 dB, Airflow in the cabin <5cm / sec Mobile unit on multidirectional wheels 2 with brakes. 7” colored touchscreen at eye level. Audio and visual alarm. canopy min 88x45x50 cm, Disinfectant resistant easy visibility of the newborn. Access doors on 4 sides. 4 portholes minimum with silent opening, Minimum 6 to 8 holes for passage of tubes and drains, servo controlled system of humidification. Display range: 0 to 100%, mattress with materials –waterproof and cleanable, facility for X-ray. tilt position +15°/ -5°electrcally adjustable. adjustable from the outside Visual and Audible Alarms: Air too hot/too cold, Skin temperature too hot too cold, Probe failure, Power failure ,
Heating system failure Power failure, Fan failure, Too high ambiant sound level alarm
Required Accessories. Rail for accessories on head side , IV pole, Reusable skin probe Air filters. Storage drawer. U-profile rail, Kit for RS232 network data Country of Origin: EUROPE, USA, UK & JAPAN 4.4 PHOTOTHERAPY MACHINE LED LCD Display Luminous flux: Typical irradiance at 360° of 5 mw/cm² (about 80 µW/cm²/nm) Measured between 400 and 550 nanometers with the radiometer at the center of the device, Programming time, Stand-by button allowing treatment break during infant care. Protection shields ensure a greater safety and 2 lateral windows a complete visual monitoring. Audible and visual alarm for skin temperature high and low, and temperature of the inside air of the crib the high threshold allow to limit the risk of hyperthermia. Alarm and automatic pausing of the treatment if air temperature higher than 38°C. Service life of the blue LED’s >50,000 h. Exposure surface: Maximum 360° around the hammock max. infant weight + accessories: 5 kg Sound level: < 35 dB(A), Programming of exposure time, Total LED usage time counter, Skin temperature monitoring Inside air temperature monitoring. Built-in pulse oximeter measurement range of SpO2 7-100% and the heart rate 18-321bpm. Mobile type with 4 castors wheel. Power : 220V/50/60Hz
Page No. 63
Country of Origin: EUROPE, USA, UK & JAPAN
LOT 5
5.1 FULLY AUTOMATED CHEMISTRY ANALYZER WITH UPS FOR WHOLE SYSTEM Country of Origin: EUROPE, USA, UK & JAPAN
Specifications
Successful bidders will accept the responsibility of installation, programming, UPS, RO system, maintenance, technical support, trainings, online interfacing and networking of laboratory in the SGTH Swat. Specifications:
Equipment details
Fully automated, open channel, dual probe, random access Chemistry analyzer With photometric/Potentiometric/Turbidometric/ Chemiluminescence module FDA/CE/ISO certified/accredited
Test throughput
270 or more tests per hour
Sample types
Serum, Plasma, Urine, CSF, Whole Blood
Number of channels (Reagent slots)
Maximum with continuous loading capacity and compatible with the equipment
Sample input maximum capacity with barcode read and sample detection Real STAT interrupt Separate lanes to run urgent tests without interrupting lab workflow
Sample container types
Primary tube, Secondary tubes (Sample cup) and Micro cup
Sample quality analysis
1.Sample clot /bubble detection 2.Sample interface measurement (Hemolysis, icterus, and lipemia)
System interfaces
User interface (serial interface, bi-directional, screen interface) for sample tracking and patient’s statistics etc. Interface to manufacturer link (TeleService and automatic download of applications, trainings, online maintenance videos and package inserts)
Calibration methods
Auto calibration, Start-up, Re-calibration Preventive calibration of the stand-by cassettes History of graphical calibration data store
Page No. 64
QC methods and Rerun/reflex function
Twin graphs and levy- Jennings QC (Real-time QC, individual QC, cumulative QC ) preventive QC after calibration of stand-by cassettes Auto QC (without operator intervention; time- or event-triggered) Automatic rerun and manual rerun
Electrical requirements
Power requirements: compatible with the institution power supply and UPS for continuity Frequency: Compatible with the Equipment’s and institution power supply
Water requirements Waste management
Water: Bacteria free and de-ionized water supply for which RO System installation (in order to ensure water supply, water temperature as per manufacturer guidelines) Biohazards waste: Separate container located in the system or as per manufacturer guidelines
Sample volume and Sample dilution
As per manufacturer guidelines
Sample data base
As per manufacturer guidelines but minimum 10.000 routine for patients samples
Operating conditions
Must be set by the bidders as per manufacturer guidelines i.e Ambient temperature? Ambient humidity? Heat Output? Noise Output?
Physical dimensions
As per manufacturer guidelines
Weight
As per manufacturer guidelines
Country of Origin
Europe, USA , Japan
5.2 HAEMATOLOGY ANALYZER 5 PARTS DIFFERENTIAL
Specifications of 5-Parts Automated Hematology analyzer Successful bidders will accept the responsibility of installation, programming, UPS, maintenance, technical support, trainings, online interfacing? And connectivity? in the SGTH Swat.
Page No. 65
Equipment Details WHO/ FDA/ CE /ISO certified/accredited
Dimensions / weights As per manufacturer guidelines
Throughput 60 or more tests per hour
sample volume 15 µL to 80 µL
Analysis parameters More than 22 parameters Whole Blood WBC, RBC, HGB, HCT, MCV, MCH, MCHC, PLT, RDW-SD, RDW-CV, PDW, MPV, P-LCR, PCT, NEUT#, LYMPH#, MONO#, EO#, BASO#, NEUT%, LYMPH%, MONO%, EO%, BASO%, IG#, IG%/Flag With RET (optional) RET#, RET%, IRF, LFR, MFR, HFR, RET-He, PLT-O, IPF#, IPF, RBC-He, Delta-He, HYPO-He, HYPER-He Body Fluids (optional) WBC-BF, RBC-BF, MN#, PMN#, MN%, PMN%, TC-BF#
Measurement principles DC Impedance method with hydrodynamic focusing/Cyanide-free SLS method/ Tri-angle laser scatter/chemical dye/flow cytometery technology
Data storage capacities Patient information: 10,000 or more record
User maintenance Daily shutdown As per manufacturer guidelines
Additional features Capability of flagging abnormal cells Analysis of body fluids and retic counts
Country of Origin EUROPE, USA, UK & JAPAN
5.3 ELECTROLYTE ANALYZER
Automatic system consisting of : Electrolyte analyzer for Na, k, Ca, Cl, Li, pH and Bicarb measured For whole blood, plasma, serum, urine and body fluid Sample volume: - blood / plasma / serum minimum 25 to 200uL
Page No. 66
Urine (diluted) 50-250 micro liters Digital display ambient temp: 15-40oC Stat facility Auto sampler Self-diagnostics programmed; system monitoring and maintenance modes Patient results storage: 120 samples or better QC data storage : 20 or better Integral printer Calibration: Automatic one point calibration with each sample or on demand FDA, CE, Approved Country of Origin: EUROPE, USA, UK & JAPAN
5.4 TEACHING MICROSCOPE
MULTI HEAD MICROSCOPE FOR 5 PERSONS WITH CAMERA 18MP Universal Infinity Optical System or better Built-in Koehler illumination for transmitted light, light intensity manager switch high color reproductively 2 W LED light source Light Intensity Management Function Quintuple Revolving Nosepiece Swing out Achromatic Condenser (NA 0.9) Trinocular Tube F.N 22 10X Eyepiece F.N 22 6 Position Coded Nosepiece Mechanical stage Plan apochromat objectives 4X N.A 0.1 W.D 18.5 or better 10X N.A0.25 W.D10.6 or better 20X N.A0.4 W.D1.2 or better 40X N.A0.65 W.D0.6 or better 100X0 N.A1.25 W.D0.15 or better Multi Head observation attachment for 5 persons with built-in LED Arrow Pointer of 2 Colors B/G Microscope Digital Camera (18 Mega pixels color camera) Pixels: 18MP Sensor Size: 1/2.3 inch Resolution: 4912 x 3684 pixels (4:3), 3840 × 2160 pixels (4K UHD 16:9), 1920 × 1080 pixels (Full HD 16:9) Pixel Size: 1.25 x 1.25 μm Binning: 2 x 2 and 4 x 4 Live Frame Rate: 10.5 fps at 4,912 × 3,684 pixels (4:3) 23.6 fps at 2,456 × 1,842 pixels (4:3) 45 fps at 1,224 × 920 pixels (4:3) 14 fps at 4,912 × 2,762 pixels (16:9) 25 fps at 3,840 × 2,160 pixels (4K UHD 16:9) 31 fps at 1,920 × 1,080 pixels (Full HD 16:9) 59 fps at 1,224 × 688 pixels (16:9)
Page No. 67
Progressive Scan: Yes USB 3.0: Yes Cellsense Operating SoftwareMount: C-mount Compatible Computer with 22” or more LED Note: Camera should be from same manufacturer Country of Origin: EUROPE, USA, UK & JAPAN
5.5 ABGS MACHINE
Country of Origin: EUROPE, USA, UK & JAPAN
1. Fully automatic, upgradeable, fast electrolyte
2. Country of origin: EUROPE, USA, UK & JAPAN
3. Essential Measured parameters; pH, pCO2, pO2, Hematocrit Lactate, glucose, Na+, K+, Ca++. All
these parameters should be measured simultaneously
4. Calculated parameters should include Hemoglobin –cHgb, actual bicarbonate – cHCO2, total
Carbon Dioxide – cTCO3, base excess of extra cellular fluid.- BE(ecf), base excess in Blood --
BE(b), Oxygen Saturation – cSO2.
5. Sample volume - less than 100 micro litre.
6. Fast analysis time – less than 60 sec.
7. Fully automatic Easy changing access to the Electrodes and the solutions –with built in gold plated
electrodes and concealed calibrated fluids lines with micro technology for fluid movement.
8. Data display should be on well-illuminated, adequate size screen display.
9. Power Supply Using Rechargeable battery (lithium ion battery)
10. Back up of 6 hours with Rechargeable battery.
11. Connectivity – Via Blue tooth and WiFi for HIS and LIS.
12. Data Storage for at least 1000 patients.
13. Calibration – Auto Calibration before every sample is inserted.
14. Operating the machine- User Friendly Touch Screen.
15. Ambient working temperature – 15 to 30 Degrees.
16. Test cards Storage – At Room Temperature
17. Upgradeable to future parameters like Cl-, Creatinine on the same card.
18. System should come along with a Windows based Personal Digital Assistant to control the entire
system & printer.
19. Stand by blood gas cum electrolyte analyzer in case of breakdown.
20. Measured Parameters with ranges
- PH - 6.0-8.0 - H+ 10.0-500.0 mmol/l - pO2 0.0-800.0 mmHg - pCO2 - 5.0-250.0 mmHg - Barometric pressure - 400.00-800.0 mmHg - Calculated parameters - HCO3 act - 0.0-60.0 mmol/L
Page No. 68
- HCO3 std - 0.0-60.0 mmol/L - BE vv +/- 30mmol/L - tCO2 - 0.0-60.0 mmol/L - O2 sat - 0.0-100.0% - O2 - 0.0-40.0% - Entered parameters - Temperature - 10° to 45°C - Temperature corrected parameters - pH(T) 6.0-8.0 - H+ (T) 10.0-500.0 mmol/L - pO2 (T) 0.0-800.0 mmH - pCO2 (T)BE vt 5.0-250.0 mmHg
21. Safety Features 22. Equipment meet IEC 601 standard or equivalent 23. Power Requirement 24. Operate at 220 VAC +/- 10% Accessories 25. Include all standard accessories 26. Include reagent for immediate start up and for 2600 analysis as recommended by manufacturer 27. System should reagent base. And Reagent pack size 100 sample or more.
Lot 06
6.1 REAL TIME PCR MACHINE
EUROPE, USA, UK & JAPAN
Thermal block format 96 test tubes of 0.2 ml (8x6) Test tube type 0.2-ml test tubes for PCR (individual, in strips, 8 pieces each) Range of thermal block temperature control 0 °C…100°С Resolution of temperature setting 0.1°С Absolute accuracy of temperature maintenance, not worse than ±0.2°С Nonuniformity of thermal block temperature not more than ±0.3 °С Average heating rate of the thermal block within temperature range of 4…99 °С 3.3 °С /s Maximum heating rate of the thermal block within temperature range of 4…99 °С 3.0 °C/s Average cooling rate of the thermal block within temperature range of 99….55 °С 2.1. °С /s Maximum cooling rate of the thermal block within temperature range of 99….55 °С 1.9 °С/s “Hot cover” temperature 105°С 1°С Actuating device of the thermal block Peltier elements Excitation source Light-emitting diode Detector CCD (charge coupled device) -matrix Number of the fluorescence measurement channels 5 Excitation/detection wave length 470/525, 532/570, 585/633, 633/670, 690/750 Threshold sensitivity of each of the channels for solutions of standard fluorophors 0.05х10Е-12М Computer interface USB 2.0 High-speed Power consumption Not over 550 W Preparation time after switching-on Not over 5 minutes FDA, CE Approved
Page No. 69
6.2 HPLC (HIGH PRESSURE LIQUID CHROMATOGRAPH)
1. Liquid chromatography (HPLC based) automated analyzer for Hemoglobin HbA1C plus
Hemoglobinopathies with dual kit for (HbA2/F & HbA1c). With pre- optimized calibrators, whole blood
2. Primers and buffers in a box of kit (CE-IVD) no carry over issue of HbC & clear resolution of HbE from
HbO.
3. Total automation with primary tube sampling eliminates need for sample pretreatment. Switch between
beta thalassaemia and HbA1C testing without changing reagent or cartridge. Auto identification of pre-
diluted samples.
4. Automatic liquid level sensing of reagents with LIMS connection. HbA, A2/F quantitation in one run with
in-kit calibrators. Pre-QC kits in a box including all reagents with calibrator and whole blood primers
patient, QC results & chromatogram storage. Reagent Lot number & expiration date tracking, reagent,
volume & analytical cartridge & remaining test monitoring. Built-in Printer expandable with optional
5. Auto rack loader for high throughput.
6. Number of samples to be analyzed in one go: 10
7. Country of origin: EUROPE, USA, UK & JAPAN
Lot 07
7.1 LABORATORY FREEZER
EUROPE, USA, UK & JAPAN
Biomedical Freezer Biomedical Freezer offers outstanding reliability and performance required in a wide variety of storage and research applications. Features
Memory backup
Digital temperature display as standard feature
Front access calibration for temperature
Single electrical box makes servicing easier
Control panel can be reset to zero for calibration
Alarm & Recording system
High/low temperature alarm
Power failure alarm
Remote alarm contact
Self-diagnostics function
Specification Capacity: 200-300Liter Temperature range: -20°C to -30°C
Ambient Temp: 35°C Baskets: 3 Compressor: Hermetic
Page No. 70
Alarm system: High/low temperature alarm (adjustable ±5 to ±15), Power failure, Remote alarm contact
Drawers :4-7 drawaers Country of origin: EUROPE, USA, UK & JAPAN
7.2 APHERESIS APPARATUS (CELL SEPARATOR)
EUROPE, USA, UK & JAPAN
1. A dedicated blood cell separator floor standing for blood component collection 2. Single / Double venous access with continuous flow. 3. With an option of Platelet additive solution (PAS). 4. Have distinct inlet pump and return pump. 5. Capable of collecting platelets (single, double and triple doses), plasma (concurrent plasma and plasma only) and Red Blood cells (single and double doses) based on the donor's profile (Total Blood Volume and blood count. 6. Control the reinfusion of replacement solution automatically during RBC/Plasma collection procedures. 7. Must have integrated hand held tube sealer for immediate tube sealing after completion of procedure. 8. Monitor the anticoagulant infusion rate and automatically adjust the flow speed. 9. Able to detect the presence of RBC (spillover) in the platelet products. 10. Colored Graphical User Interface touch-screen. 11. Audible and detailed visual warnings to alert the operator of a system alarm. 12. Closed or Open disposable set. 13. With retractable IV pole. 14. Able to display and optionally print out an end of run report. FDA, CE, Approved
7.3 SAFETY CABINETS 5 FEET TALL
1.Fully Portable 2.Easy touch button controls with service due Indicator 1.Cabinet includes audible low airflow alarm Quiet operation, <50d(B)A 2.Safe-change pre-filter can be bagged under negative pressure. 3.Lockable front access doors 4.Average face velocity of 0.5ms-1 HEPA filter FDA, CE, Approved
Lot 08
8.1 AUTOCLAVE/STERILIZER (20L TO 25L) Chamber Capacity: 20-25 Liter Loading Capacity: 5kg instruments and 1.8kg textiles or more Table top Standalone Class B-Autoclave Built-in Electric Steam Generator made of stainless steel Fully automatic microprocessor controlled autoclave
Page No. 71
Digital LCD display 5 Sterilization programs Fast cycle programs Universal Program 134°C in 30min., Gentle Program 121°C in 45min. Prion Program 134 °C in 45 Min, Quick Program B 134°C in 28 Min. and Quick Program S in 15 Min. Vacuum and Bowie&Dick test program Serial interface for documentation Automatic electrical door lock with safety door lock system Built-in water quality sensor (conductivity sensor) Easy to use by single button start Electro-polished stainless steel chamber (316Ti) Platinum-temperature sensor PT1000 class A Internal storage of last 40 cycles data Built-in monitoring system to check the cycle automatically every 0.5 seconds Tipple-pre and deep post vacuum Temperature control 121°-134°C Two 4.5 liter reservoirs for fresh and waste water 5 pieces of compatible trays with the autoclave One piece of tray holder and Fully compliance according to EN 13060 Country of Origin: EUROPE, USA, UK & JAPAN
8.2 AUTOCLAVE WITH DRYER 200L Steam Sterilizer Qty 01 Microprocessor Controlled, Fully automatic Floor unit, Single door autoclave with fractionated pre vacuum. Door opening/closing by motor High quality door gasket no need for air compressor Built in Double Jacketed automatic flushing electric steam Generator. Should has Multi point steam injection and should have a very short cycle time. Internal and external chamber made of high-quality stainless steel and the door should be made of same material i.e. (AISI 316 TI or better). Heating current monitoring High Quality water ring Vacuum pump for deep drying. Current monitoring vacuum pump Cooling water management system Sensor controlled and load-specific vacuum drying Twin Chamber for efficient heat management with booster effect. Energy saving mode. Automatic shutdown mode. Automatic start time mode. Capacity: 200 Liter or more Loading quantity for instruments: 70 kg or more Loading quantity for textiles: 14 kg or more Quick cycle program = 19-22 min. Colored touch display 5 - 7'' enables an intuitive operation as well as information & malfunctions. Should have at least 5 Standard Sterilization programs of 121 C & 134 C & 3 Test programs. Measurement of Pressure & temperature highly precised PT1000 sensors. Identification of personnel by PIN code Fully automatic Motorized door lock. Automatic Water Quality Monitoring Sensor before each cycle. Must has built in water treatment system. Media Monitoring Sensor in case of low water pressure.
Page No. 72
Visual and acoustic information on machine in case of any malfunction. Build in thermal degasification system. Independent Documentation system. Should be able to store at least last 120 cycle data. The Unit must have de gassing function. Communication interface, LAN for connecting printer/computer system & built in CF Card for data log. Should have option to connect directly to bar code label printer without further software Should Fully compliance according to DIN EN 285: 2009; EN 17665 and 93/42 EEC European Directive for Medical Devices. Standard Accessories: 2 x Mesh Wire Basket ( 1 STU) 2 x Loading Cart 4 x SS/Aluminum Trays for instruments. 1 x Transport trolley System Should include Standard Accessories & trays. Power supply: 3x380-416 V, 50 Hz, Note: The Country of origin of all quoted equipment should be EUROPE, USA, UK & JAPAN 8.3 MAGNIFYING LOUPES: Type: Head mounted with adjustable Headgear Light source: LED Battery operated Magnification: 3X -5.5X Working Length: 400mm-460mm(adjustable) Country of origin: EUROPE, USA, UK & JAPAN 8.4 OPG MACHINE WITH CEPHALOMETRY: Country of origin: EUROPE, USA, UK & JAPAN 2D Digital OPG Machine with Ceph (Two Dedicated Sensor for PAN & CEPH) 3D Upgradeable upto 11x10cm FOV Motorized 3-point head fixation with automatic opening on completion of exposure Integrated temple width measurement ensures automatically a patient specific orbit patient immobilization positioning (1x forehead and 2x temple supports) Patient positioning by Occlusal bite block, Chin Support and 02 laser beam system Control Mirror for patient positioning Tray for jewelry and drawer for accessories Automatic adjustment to the jaw width Automatic radiation management for different images Directly connectable to the network (Should has its own IP) Color Touch Screen user interface can be swiveled and tilted Remote control with exposure parameters and dual exposure control 4 Patient sizes Programs: Panoramic Programs: For adult Artifact reduced for adult Constant magnification 1.25x for adult With ascending rami Artifact reduced without ascending rami Constant magnification 1.25x for adult without ascending rami For children
Page No. 73
Artifact reduced for children Constant magnification 1.25x for children Thick slice for anterior tooth region Bitewing in the posterior tooth region Bitewing in the anterior tooth region Lateral view of TMJ with mouth open and closed Lateral view of TMJ ascending rami Paranasal sinuses Paranasal sinuses, linear slice orientation Quick shot program Ceph Programs: Posterior-anterior, symmetrical Anterior-posterior, symmetrical Lateral Ceph (size 18x23cm) asymmetrical Lateral Ceph full format (size 30x23cm) Carpus view, symmetrical Ceph Analysis: PA Analysis (Optional OEM / Compatible) Lateral Ceph Analysis (Optional OEM / Compatible) Automatic Ceph Tracing with VTO and Growth Prediction (Optional OEM / Compatible) Technical data High Voltage Generator Frequency: 40-120 kHz X-ray generator: 60-90 KV, 3-16 mA Sensor: CMOS (CSI Plus) / CCD (CSI) with Autofocus Panoramic exposure time: 14 Second or better Useable to sitting/standing and wheelchair position Software Manufacturer’s own Image Processing Software for patient data, filters and image analysis Manufacturer’s own DICOM support software for image printing on DICOM Printer Country of Origin: EUROPE, USA, UK & JAPAN Branded PC with following configurations: Ci7 Latest Generation, 8GB RAM, 1TB Hard Disk, 2GB Dedicated Graphic Card & 19” HD LED Monitor with Keyboard & Mouse Room Preparation including Lid, AC 1.5 Ton & Lead Apron. Optional Selectable: Pure Sine wave Online UPS to take load of X-ray, PC and DICOM Printer with 10-15 Backup time DICOM Printer (Laser Imager with 2x Trays) Film Sizes (inch) 8x10, 10x12, 11x14 & 14x17
8.5 PNEUMATIC DRILL FOR MAXILLOFACIAL SURGERY Country of origin: EUROPE, USA, UK & JAPAN
(Both Electric and Pneumatic): with the following specifications
Console: Air driven /Pneumatic and Electric each
Hand piece: Standard + heavy duty with multiple length and angles.
Shape/size: Pen grip and Lightweight.
Speed: Both High speed and Low speed.
Shaft: straight + curved.
Control: Foot + Hand.
Autoclave-able Cassette Holder.
Rinsing Devices plus accessories.
Attachments: 1. Micro Sagittal saw
Page No. 74
2. Micro Reciprocating saw 3. Sagittal saw 4. Reciprocating saw 5. Oscillating saw 6. Length reduction sleeves for 1-ring and 2-ring Hand-pieces. 7. Safe End cutting/ Soft Tissue Shield 8. Lateral Bur Guard 9. Disposable Tube sets for irrigation pump 10. Disposable spray nozzle for different Hand-pieces 11. Drill bits and saws of Different shape and sizes for mini, micro and recon Plating Systems including:
Rosen burrs, soft cut, twin cut, Diamond burrs, coarse, extra coarse, Barrel burs, cone burs, reverse taper burr, acorn burr, oval burr, Lindeman drill, twist drill, pin cutter, Tungsten carbide bur
Complete Micro plating systems for mid face
Complete Mini plating systems for mid face and mandible
Complete reconstruction plating system
Complete Orthognathic Plating system
Complete Mesh plate system for Orbital Floor and Cranium.
Plating Screws should be of multiple diameter, length and self-tapping along with emergency screws. Country of origin: EUROPE, USA, UK & JAPAN 8.6 VACUUM ASSISTED CLOSURE Country of origin: EUROPE, USA, UK & JAPAN Negative pressure wound therapy / vacuum assisted closure device Specifications:
It should provide Intuitive touch screen menu with fewer screens to initiate therapy.
It should provide continuous negative pressure (from -25 to -200mmHg) · It should provide dynamic Pressure Control which is the evolution of intermittent therapy that maintains minimum negative pressure levels between cycles, helping to prevent leaks and fluid accumulation that can occur when there is no negative pressure at the wound site.
The system should be able, to be used on heavily exudating wounds of various sizes and shapes to deal with like trauma wounds, Partial Thickness burns, chronic wounds, diabetic foot, open abdomen, sternal infections etc.
It should be compatible for use with existing V.A.C.® Therapy System accessories.
It should be able to support both VAC and VAC plus instillation.
It should be portable & light weight.
The unit should be compatible with canister capacities: 500ml, 1000ml
The unit should have a seal check leak detector to ensure proper vacuum dressings.
It should be electrically operated and have at least 6 hours internal battery backup for enhanced patient freedom ·
It Should have sophisticated alarms for safety and troubleshoot
It should be able to monitor and It should have the capability to alert the user of tubing blockage, pressure leakage, canister full, therapy inactive or any malfunctioning to maximize patient safety ·
The following Alarm Facility Should be available :
1. Leak Alarm – To detect leakage in Tubing or Dressing 2. Blockage Alarm – To detect Blockage in the tubing
Page No. 75
3. Canister Full alarm – To let the care-giver know the canister is full. 4. Canister not engaged alarm. 5. Solution bag empty alarm 6. VAC therapy interrupted alarm 7. Instillation therapy interrupted alarm
The system should operating under 100V to 240V (50/60Hz) Power supply ·
It should contain controlled wound irrigation without bacterial aerosolization unlike standard manual cleansing techniques that demonstrate significant bacterial aerosolization.
It should have a pump for controlled volumetric delivery of the instillation fluid.
It should have a hanger and solution bag holder for continuous instillation therapy.
It should have specific sensors to detect and alarm the surgeon once the solution bottle is empty for uninterrupted therapy.
The unit should have a tool to guide the surgeon on the volume of fluid to be instilled.
The unit should provide the clinician with an option to set the program for the volume of fluid, soakage time and VAC therapy cycle duration.
USB and Memory Card Ports for downloading Patient data and Wound Size analysis.
The Systems should have an FDA and CE Certifications. Country of origin: EUROPE, USA, UK & JAPAN
V.A.C. Therapy Accessories Specifications: The dressings should be quoted with various sizes as mentioned below and should have dressing system for heavily exudate wounds of various sizes and shapes to deal with like burns, trauma wounds, chronic wounds, diabetic foot.
It should have dressing system made up of soft open cell reticulated polyurethane ester foams with pore size 400-600microns.
The foam should have moisture wicking layer and integrated Track Pad which acts as medium for Negative pressure delivery and a mechanism to provide feedback of the pressure at the wound bed to the Therapy Unit.
The foam should come with Drape for sealing the wound with Skin to avoid pressure lead and should come with a Disposable Ruler and cavlon dressing to protect the peri wound area.
The foam should have double layer filter system capable for reducing bacteria, infection & wound odour.
The foam should be FDA as well as CE Certified.
It should have Sens aT.R.A.C.™ Technology which provides continuous feedback for enhanced negative pressure accuracy.
The SensaT.R.A.C.™ should have 2 separate tubing’s for instilling fluid and removing exudates.
There should be a duo trac pad available for larger wounds with two separate tubing’s with pads for instilling and removing exudates.
V.A.C.® Canisters compatible with V.A.C. VeraFlo™ Therapy for collecting exudates 500ml as well as 1000ml.
Polyurethane foam Dressing small (10*7.5*3.3cm), medium (18*12.5*3.3cm) and large (26*15*3.3 cm) each with Sensa T.R.A.C pad, VAC drape, VAC Y- connector and VAC tubing cap=10 pieces each.
Page No. 76
V.A.C. VeraFlo Dressing made of Black Polyurethane ester small Small, Medium and Large: Spiral cut sheet Pore size should be 400-600 micron each with Sensa T.R.A.C pad, VAC drape, VAC Y- connector and VAC tubing cap= 10 pieces each.
V.A.C. VeraFlo Dressing made of Grey Polyurethane Ester. Material Rod with center perforation s for ease of separation into halves. Pore Size should be 133-600 microns depends on direction and is appropriate for wounds when using V.A.C. VeraFlo™ Therapy each with Sensa T.R.A.C pad, VAC drape, VAC Y- connector and VAC tubing cap= 10 pieces each
V.A.C. VeraLink™ Cassette for holding Infusion provided wound solutions.
V.A.C. VeraT.R.A.C. Duo™ Tube Delivery and removal through separate pads= 10 pieces
Country of origin: EUROPE, USA, UK & JAPAN
Lot 09
9.1 PATIENT BED WITH MATTRESS Electric 4-Motors Air Mattress Imported/local 9.2 INSTRUMENT TROLLEY Size: Extra Large Build: Stainless Steel Non Rusting/Non Magnet Imported/Local 9.3 MAYO TROLLEY: Size: Extra Large Build: Stainless Steel Non Rusting/Non Magnet Imported/Local 9.4 FOOT STEPS: Build: Stainless Steel Non Rusting/ Non Magnet Imported/Local 9.5 EXAMINATION COUCH Size: Extra Large Imported/Local
Page No. 77
Lot 10
10.1 OT BIN Color coded multiple according to Hospital Waste Disposal Management System Imported/Local 10.2 Oxygen Cylinder Full size with stand and imported regulator. Imported/Local 10.3 AIR CONDITIONER: DC AC Inverter 1.5 ton Split With Wall mount stand Make: Local or Imported 10.4 REFRIGERATOR 18 Square Feet Haier/Dawlance/Orient/Pel or equivalent Large Capacity with Imported Compressor, Double Door. Imported/Local
LOT 11
11.1 C-Arm Fluoroscope Unit Country of origin: EUROPE, USA, UK & JAPAN C-ARM FLOUROSCOPE
MINIMUM TECHNICAL SPECIFICATIONS Mobile C-ARM Unit for Radiography and Fluoroscopy X-ray tube with rotating anode Focal Spot: Should Be Dual Focal Spot 0.6mm- 1.4mm or better Anode Material: Tungsten or equivalent Radiographic KV: Upto 120KVp or better Radiographic mA Range: upto 120 mA or more 40 to 120kV with single and multi-shot fluoroscopy facility of 0.2mA - 40 mA Fluoroscopy Modes: Low, Normal, high, high Pulsed, low Pulsed Automatic fluoroscopy dose control Generator: Should Be 60Khz high frequency with power output 15Kw or more Tube housing heat Capacity: 1600000HU or better Tube cooling rate: 15,000 HU/min or better 9 inch image intensifier with tri mode
Page No. 78
CCD 1Kx 1K x 16 bit pixels high resolution TV camera with variable gain control Multi leaf rotatable iris collimator with on screen position indication with x-ray grid Noise reduction filter, pulsed fluoroscopy with last image hold Real time 360 degree digital image rotation for Live and Static image Digital video imaging system facility with auto track and smart window Review workstation with Full DICOM interface: Storage, Print and MPPS Digital video imaging system facility with auto track and smart window Image Storage Capacity: Internal storage of 40,000 images or more, System should also have of external storage compatibility of USB & CD. C-ARM source image distance 96cm or better Thermal Printer A4 size page or better Battery backup UPS Laser localizer lights cross beam type Fluoroscopy footswitch Monitor: 32” UHD Large Display System should have a Data management System System should have a built-in workstation capability System should be DICOM Compatible. Compliance: System should be FDA approved and CE Marked. System should have Dose Management capability
LOT 12
12.1 FULL HD GASTRO VIDEO SCOPE (ADULT):
Country of origin: EUROPE, USA, UK & JAPAN
Should have following features:- (1) Full High Definition CCD Gastro Video Scope with water-proof video connector. (2) Wide angle imaging capability which enables thorough observation of upper
gastrointestinal tract (3) Close Focus enables you to obtain an enlarged, close-up image by moving the scope
tip as close as 2mm from the mucosa. (4) Field of View 140 o (5) Depth of Field max 2 - 100mm (6) Direction of view forward viewing (7) Slim distal end and insertion tube diameter 9.2mm or better to improve insertion
capability. (8) Instrument Channel width 2.8mm or better to accommodate a wide range of therapy
accessories. (9) Working length: 1030mm or better (10) Wide ranging 4-way angulations.
(a) Up 210o (b) Down 90o or better (c) Right 100o (d) Left 100o
(11) With Standard set of Accessories. 12.2 GASTRO VIDEO SCOPE (PAEDS). Country of origin: EUROPE, USA, UK & JAPAN
Page No. 79
Should have following features:- (12) Ultra-Slim High Image Quality CCD Gastro Video Scope with water-proof video
connector. (13) Wide angle imaging capability HD which enables thorough observation of upper
gastrointestinal tract (14) Real Time optical based imaging technology. (15) Field of View 140 o (16) Depth of Field max 3 - 100mm (17) Direction of view forward viewing (18) Slim distal end diameter 5.4mm or better to improve insertion capability. (19) Insertion tube outer diameter 5.8mm (20) Instrument Channel width 2.2 mm to accommodate a wide range of therapy
accessories. (21) Working length: 1100mm (22) Wide ranging 4-way angulations.
(a) Up 210o (b) Down 90o (c) Right 100o or better (d) Left 100o
(23) At least 2 x light guide cables built in. (24) With Standard set of Accessories.
12.3 FULL HD COLONO VIDEO SCOPE ADULT. Country of origin: EUROPE, USA, UK & JAPAN Should have following features:-
1. Full High Definition CCD Colono Video Scope with Water-proof video connector. 2. Wide angle imaging capability which enables thorough observation of
colon. 3. Real Time optical based imaging technology for inflammatory bowel disease
feature to enhance the visibility. 4. Variable stiffness / True torch design. 5. Direction of View: Forward viewing
6. Field of View: 140 o
7. Depth of Field: 2 to 100 mm
8. Distal end and insertion tube diameter: 12.8 mm or better. 9. Instrument Channel width 3.7 mm to accommodate a wide range of Endo therapy
accessories. 10. Wide ranging 4-way angulations.
Up / Down 180o
Right / Left 160o 11. With Standard set of accessories
12.4 PEDIATRIC COLONOSCOPE
Country of origin: EUROPE, USA, UK & JAPAN
Page No. 80
12.5 DUODENO VIDEO SCOPE SIDE VIEWING (7 AND 10 FRENCH).
Country of origin: EUROPE, USA, UK & JAPAN Should have following features:-
(25) High Resolution/ HD Duodenal Video Scope water proof video contactor with cap. (26) Reliable Wire locking system With maximum facility for ERCP (27) Real Time optical based imaging technology for inflammatory bowel disease feature
to enhance the visibility. (28) Lateral imaging capability which enables thorough observation of Duodena. (29) Field of View: 100 o (30) Direction of View 5o to 100 Backward Side viewing (31) Depth of Field 5 to 60 mm or better. (32) Clear, sharp, high quality images in a large size display. (33) High Force Transmission / Equivalent. (34) Ergonomically designed grip which enhances scope manoeuvrability. (35) Wide ranging 4-way angulations.
(a) Up 120o (b) Down 90o (c) Right 110o (d) Left 90o
(36) Scope ID function (or equivalent) to facilitate endoscopy suite management. (37) Standard set of accessories.
Lot 13
13.1 SKIN GRAFT MESHER: Country of origin: EUROPE, USA, UK & JAPAN
Single cutter, cuts skin graft into geometrically defined pattern to enlarge the skin surface.
Graft expansion predetermined by skin carrier, eliminating the need to change cutter mid-procedure.
Page No. 81
Continuous feed carrier prevents skin carrier from being loaded incorrectly and allows two carriers to be used without interruption for more uniformed grafts
Unique cutter adjustment accommodates thin and thick Grafts.
Easy cutting roller exchange.
Keyless disassembly.
Consisting Parts:
Sterile container bottom Full Size
Full size lid for bottom
Basket 540 X 253 X 56 mm
Skin Carrier 1:1.5 = 1 box
Skin Carrier 1:3 = 2 box
Skin Carrier 1:6 = 2 box
Country of origin: EUROPE, USA, UK & JAPAN 13.2 GENERAL PLASTIC SURGERY INSTRUMENT SET: Country of origin: EUROPE, USA, UK & JAPAN
STERILIZATION CONTAINER SYSTEM:
BOTTOM FOR 1/1 CONTAINER HEIGHT:135MM 1
1/1 SIZE PERF BASKET 540X253X56MM 1
PRIMELINE PRO LID FOR CONTAINER BOTTOM 1
KIDNEY TRAY 170MM 250ML 1
LABORATORY DISH 0.16 L 1
METAL INK POT 1
ECKHOFF Mapping Pen 145mm 1
SCALPEL HANDLE #4 135MM 1
Barron Knife handle no 3 130mm 1
STEEL RULER 150MM 1
ADSON TISSUE FCPS FINE W/1X2T 120MM 1
ADSON FORCEPS SERR 120MM 1
ADSON-BROWN FORCEP 120MM 1
MC INDOE DISSECT.FORCEPS STR.150MM 1
MC INDOE TOOTH FORCEP 150MM 1
GILLIES SKIN HOOK SHARP SM180MM 2
TC ADSON ATR.FORCEPS 120MM 6
TC MAYO-HEGAR NDLHOLDERHVYSERR150MM 2
IRIS SUPERCUT SCISSORS STRAIGHT.S/S 110MM 1
IRIS SUPERCUT SCISSORS CVD.S/S 110MM 1
STEVENS TENOTOMY SCISS CVD B/B 110MM 1
DUROTIP TC SUTURE SCISSORS CVD 145MM 1
TC METZENBAUM DURA TIP SCISSORS CVD 145MM 1
BACKHAUS TOWEL CLAMP 135MM 6
KILNER CATS PAW RETRECTOR 2
FOERSTER SPONGE FCPS SERR STR 245MM 1
Page No. 82
SELF-RETAINING RETR 3X4T.BLUNT 195MM 1
SINUS FORCEP 130MM 1
SURGICAL SCISSORS STR S/S 150MM 1
HALLE ELEVATOR BLUNT 3.3MM 180MM 1
FERGUSSON SUCTION CANNULA RND-TIP 4.0MM 180MM 1
GILLIES TISSUE FORCEPS DEL 1X2 155MM 1
TC NELSON-METZ MC INDEO SCISSORS STR200MM 1
13.3 MICROVASCULAR SURGICAL INSTRUMENT SET: Country of origin: EUROPE, USA, UK & JAPAN
SCALPEL HANDLE #3 125MM 2
MIC.SCISSORS RD HDL STR.165MM 2
MICRO SCISSORS CVD.165MM 2
MICRO SPRING SCISSORS CVD.SP/SP 180MM 2
REILL MICRO NEEDLE HOLDER CVD150MM 2
DIADUST MIC NDL HDL RD HDL W/O LK 160MM 1
DIADUST MIC NDL HDL RD HDL W/O LK 160MM 1
MICRO FCPS #4 JEWELR str S0.20MM110MM 4
MICRO FCPS #7 JEWELRSCVD0.20MM115MM 2
DE'BAKEY STRAIGHT FCPS 1MM TIP195MM 2
RND BODY SUTURE FORCEPSSTR0.3MM150MM 2
DIADUST MICRO FORCEPS PLATEAU STR.150MM 2
DIADUST MICRO FORCEPS PLATEAU STR.185MM 1
MICRO FORCEPS DE'BAKEY 1MM STR.185MM 1
BIEMER VESSEL CLIP 6MM 30-40G FORCE 4
BIEMER VESSEL CLIP 9MM 30-40G FORCE 4
BIEMER VESSEL CLIP 9MM 20-25G FORCE 2
BIEMER-MUELLER APPROXIMATOR STR 9MM 4
BIEMER-MUELLER APPROXIMATOR STR 4.5MM 2
BIEMER MICRO APPROXIMATOR ONLY 2
APPLYING FORCEPSF/BIEMER W/LOCK145MM 2
APPLYING FCPS F/BIEMER W/O LOCK145MM 2
APPLYING FORCEPS F/FD571R145MM 2
BIEMER APPROXIMATORF/NERVSW/KEY FD576R 2
1 PAIR OF NEEDLES F/FD635R 2
MICRO ATR.BULLDOGCLAMP STR.10/50MM 4
MICRO ATR.BULLDOGCLAMP ANG.10/45MM 4
DIEFFENBACH BULLDOG CLAMP STR 48MM 2
DIEFFENBACH BULLDOG CLAMP CVD 38MM 2
JOHNS-HOPKINS APPLY/REMOVE FCPS 240MM 2
CRILE VESSEL HOOK BLUNT 90DEG 6/200MM 2
Page No. 83
DE'BAKEY DILATOR MALL 9.0MM 190MM 2
DE'BAKEY DILATOR MALL 1.5MM 190MM 2
DE'BAKEY DILATOR MALL 2.0MM 190MM 2
DE'BAKEY DILATOR MALL 2.5MM 190MM 2
DE'BAKEY DILATOR MALL 3.0MM 190MM 2
DE'BAKEY DILATOR MALL 4.0MM 190MM 2
SCHMID IRRIGATING CANNULA MALLEAB.LL. 2
FERG,. SUCTION CANNULA RND-TIP 4.0MM 180MM 2
CLIP APPLIER FORC.SMALL 150MM 25░ 2
LIGATURE CLIP SMALL 30 MAG.=180 PCS. 2
CLIP APPLIER FORC.SMALL 200MM 25░ 2
CLIP APPLIER FORC.MEDIUM 150MM 25░ 2
LIGATURE CLIP MEDIUM 30 MAG.=180 PCS. 2
CLIP APPLIER FORC.MEDIUM 200MM 25░ 2
DE'BAKEY ARTERIOTOMY SCISSORS CVD 175MM 2
TC TOENNIS-ADSON SCISS DEL CVD 175MM 2
POTTS TENOTOMY SCISSORS CVD 175MM 2
REYNOLDS SCISSORSDELCVDB/B145MM 2
BABY-METZ SCISSORS DEL CVD 145MM 2
ALM RETRACTOR 4X4T.SEMISHARP 100MM 1
STEEL RULER 150MM 1
KIDNEY TRAY 170MM 250ML 1
LABORATORY DISH 0.063 L 2
CHEATLE STERILIZING FORCEPS 280MM 2
STERILIZATION CONTAINER SYSTEM:
BOTTOM FOR 3/4 CONTAINER HEIGHT:120MM 1
PRIMELINE PRO3/4 LID RED 1
3/4 SIZE PERF BASKET 406X253X76MM 1
SMALL CONTAINER SYSTEM FOR MICRO CLAMPS CONSISTING OF:
BOTTOM FOR 1/2 CONTAINER HEIGHT:135MM 1
PRIMELINE PRO1/2 LID RED 1
1/2 SIZE PERF BASKET 243X253X76MM 1
13.4 POWER DRIVEN DERMATOME: Country of origin: EUROPE, USA, UK & JAPAN
BATTERY POWERED DERMATOME
Should be with Titanium housing which allows mechanical alkaline reprocessing.
Cutting width 78mm
Cutting thickness 0.2-1.2mm in 1/10 steps
NIMH BATTERY 2
Dermatome blades 20
CHARGER FOR BATTERY.
Page No. 84
Intuitive clear indicator light.
Automatic Battery Check.
Charging unit for 04 battery charging.
MAINS CORD 5M LONG
Specialized Sterilization container for Drill with Eccos fixation basket 5000 time autoclave-able.
Country of origin: EUROPE, USA, UK & JAPAN
LOT 14
14.1 ARGON PLASMA COAGULATION MACHINE:
Country of origin: EUROPE, USA, UK & JAPAN
Characteristics;
Type: Argon plasma
Description:
Argon plasma coagulation with the operating convenience of the logical and plausible VIO 3 interface
Plug and operate, insert the instrument to immediately begin working with the APC application
Pulsed APC and forced APC finely adjustable with 100-step effect setting Precise APC, the new mode for the lower power range
and sensitive structures
Processors; Full HD video processor latest model (same manufacturer)
Trolley; Local/ imported
Monitor; Compatible
Page No. 85
SECTION-VII
STANDARD FORMS
BID FORM 1: BID COVER SHEET BID FORM 2: Letter of Intention BID FORM 3: Affidavit BID FORM 4: Manufacturer’s Authorization BID FORM 5A and 5B: Price Schedule (Financial bid) BID FORM 6: Performance Guarantee BID FORM 7: Contract Agreement Eligible Countries
Page No. 86
BID FORM -1
BID COVER S HEET
General Information of Applicant Firm
NOTE: Complete filling of this form along with the provision of all requisite information. Missing or not
providing any of the requisite information may lead to dis-qualification of the bidder/s from the bidding
competition without any correspondence. Any appeal from bidder/s, for whatsoever reasons, will not be
entertained in such a case.
S.No
.
Name of the Bidding Firm:
1. Pleas e indicate whether the firm is :
i. Manufacturer, or
ii. Importer, or
iii. Both;
For various items offered for this bidding competition.
2. Please indicate the category/ies under which the Firm
is applying for bidding
i. Machinery & Equipment ii. Instrument/ other Hospital supplies
Both
3. Pleas e provide names, attested copies of CNICs , two recent attested photographs , valid street addresses in Pakis tan, all landline and mobile phone numbers of: i. Owner/Proprietor of the Firm; and ii. Managing Director / CEO of the Firm; and iii. Focal person officially made responsible and authorized by the Firm for day-to-day official correspondence with Medical Superintend, Saidu Group of Teaching Hospitals, Swat. iv. (Please provide clear, legible and visible attested photocopies of all the requisite items mentioned items)
4.
Please provide the following valid information Regarding applicant Firm: I. Complete street address of the: a. Head Office b. Main warehouse; and II. Valid & working official Landline Phone and Fax Numbers; and III. Mobile phone numbers of the Focal Person registered against his /her CNIC No. And name; and IV. Valid and functional Email address; and V. Official Website address /es .
5. i. Please provide in original the bid security instrument along with the Financial Proposal in the sealed envelope in the form of valid Call Deposit Receipt / Bank Draft / Bank Guarantee of the requisite amount from a scheduled Bank of Pakistan in the name of Medical Superintend, Saidu Group of Teaching Hospitals, Swat. Non- provision of bid security shall render the bid as non-responsive. ii. However, please provide a copy of bid security (not showing the amount) or an affidavit on judicial stamp paper of appropriate face value in the sealed envelope of the technical proposal to the effect that the bid security of the required amount (without mentioning the amount of bid security) has been inside the sealed envelope of the financial bid..
Page No. 87
6. Pleas e provide attested copies of the following Tax related mandatory documents:
i. National Tax Number (NTN)
ii. Sales Tax Registration Certificate of the Firm
7. In case of being manufacturer, the Firm should provide attested copies of the following mandatory documents also: i. Duly attested copy of valid Certificate from Chamber of Commerce of the respective country
8. In case of being importers, the Firm should provide copies of the following mandatory document/s also:
i. Valid Authorization Certificate for the quoted items.
9. The bidding Firm should also provide an Affidavit to undertake on Judicial Stamp Paper of the value of at least
Rs. 100/- (Rs. One Hundred Only) to the effect that:
i. They have carefully read the whole set of Standard Bidding Documents for this bidding competition and that
they have fully understood and agree to the terms and conditions, evaluation criteria, mechanism of evaluation &
selection of items for which the Firm has applied for competition; and
ii. They fully understand and agree that the bidding competition for which they have applied to enter in, s hall
Be based on merit-based scoring system for the evaluation of technical bids which has inverse relationship with the
rates quoted by the bidders in their financial bids submitted; and that in this situation, the lowest financial bid/s may or
may not win the bidding competition; and
iii. They guarantee that the quoted items are and will be freely available in the market of Pakistan; and
Particularly the market of Khyber Pakhtunkhwa Province; and
iv. They shall provide the evaluating teams authorized for the purpose by the Health Department Khyber
Pakhtunkhwa; an uninterrupted and free access to all relevant documents, sections of the manufacturing facilities and
warehousing facilities as well as any other area relevant to the purpose of such teams in their opinion; and
v. In case any documents submitted in relation to this bidding competition or any undertaking given by the
Firm, if found incorrect or false or misleading or diverting the decision making for the competition, shall be liable to
be proceeded for blacklisting for any business with / by the Government of Khyber Pakhtunkhwa, Health Department,
confiscation of bid security and / or any other lawful action as deemed appropriate by the Government of Khyber
Pakhtunkhwa.
10. I certify and affirm that I have attached all the requisite mandatory documents / information including Bid Security
with this Bid and that I fully understand that any document if not provided / missing shall result in the dis
qualification and declaring my bid as ineligible and thus non -responsive.
Signatures: _____________________________
Name: ______________________ ___________
CNIC No. ______________________________
Designation: ____________________________
Address: _______________________________
______________________________________
Page No. 88
BID FORM 2 Letter of Intention
Bid Ref No. Date of the Opening of Bids
To: Medical Superintendent, Saidu Group of Teaching Hospitals, Swat. Name of the Contract: Procurement of Medical equipment, instruments and other hospital supplies.
Dear Sir/Madam, Having examined the bidding documents, including Addenda Nos. [insert numbers& Date of individual Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver the Goods under the above-named Contract in full conformity with the said bidding documents and at the rates/unit prices described in the price schedule or such other sums as may be determined in accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price Schedules attached herewith and are made part of this bid.
We undertake, if our bid is accepted, to deliver the Goods in accordance with the delivery schedule specified in the schedule of requirements.
If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts, and within the times specified in the bidding documents.
We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period.
Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive. We
undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in Pakistan.
We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding documents.
Dated this [insert: number] day of [insert: month], [insert: year].
Signed
In the capacity of [insert: title or position] Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]
Page No. 89
BID FORM 3
AFFIDAVIT
I/We, the undersigned solemnly state that:
1) We have read the contents of the Bidding Document and have fully understood it.
2) The Bid being submitted by the undersigned complies with the requirements enunciated in
the bidding documents.
3) The Goods that we propose to supply under this contract are eligible goods within the
meaning of Clause 18 of the ITB.
4) The undersigned are also eligible Bidders within the meaning of Clause 19 of the
ITB of the Standard Bidding Documents.
5) The undersigned are solvent and competent to undertake the subject contract under
the Laws of Pakistan.
6) The undersigned have not paid nor have agreed to pay, any Commissions or
Gratuities to any official or agent related to this bid or award or contract.
7) The bidder / manufacturer is not blacklisted or facing debarment from any Government, or its
organization or project.
8) The undersigned has no dispute anywhere in the province regarding supplies.
9) The undersigned agree to give five years warranty (first 3 years with free spare parts and
services and next 2 years with services). (Total services for 05 years, the firm will be bound to
do so in the larger public interest in order to give maximum benefit to the masses by making
the equipment/instruments operational for a maximum period of time).
We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.
Signed
Note: The affidavit must be on judicial stamp paper by the Executive of the Firm &
attested by Oath Commissioner.
Page No. 90
BID FORM 4
MANUFACTURER’S AUTHORISATION12
To: [Medical Superintend, Saidu Group of Teaching Hospitals, Swat.] WHEREAS [name of the Manufacturer] who are established, reputable & Pre-Qualified
Manufacturers of [name and/or description of the goods] having factories at [address of factory] do
hereby authorize [name and address of Supplier/ Agent] to submit a bid, and subsequently negotiate
and sign the Contract with you against the Invitation for Bids (IFB) No. [Reference of the Invitation
to Bid] for the goods manufactured by us.
We hereby extend our full guarantee and warranty as per General Conditions of Contract for the
goods offered for supply by the above firm against this Invitation for Bids.
Signature:--------------------------------------.
Designation:-------------------------------------- Official
Stamp:-----------------------------------
12 This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person competent and
having the power of attorney to bind the Manufacturer. It should be included by the Bidder in its bid
Page No. 91
BID FORM 5A
PRICE SCHEDULE FOR LOTs (of Imported items)
SAIDU GROUP OF TEACHING HOSPITALS, SWAT, GOVERNMENT OF KHYBER PAKHTUNKHWA.
Price Schedule for Lots (of imported items)
Tender Name: Due Date Lot Number:
S. No.
Item Name and Description
Qty Unit Price in Foreign Currency
(US DOLLAR, EURO, CHF,
Japanese Yen)
Unit Price in Local
Currency PKR
(DDP/FOR).
Total Price in Foreign Currency
(US DOLLAR,
EURO, CHF,
Japanese Yen)
Total Price in Local
Currency PKR
(DDP/FOR).
Total Amount of Lot in Foreign Currency in US DOLLAR/EURO/STG (GBP) in Figures
Total Amount of Lot in Foreign Currency in US DOLLAR/ EURO/STG (GBP) in Words
Total Amount of Lot in Local Currency PKR (DDP/FOR) in Figures
Total Amount of Lot in Local Currency PKR (DDP/FOR) in words
Page No. 92
BID FORM 5B
PRICE SCHEDULE FOR LOTs (of Local items)
SAIDU GROUP OF TEACHING HOSPITALS, SWAT, GOVERNMENT OF KHYBER PAKHTUNKHWA.
Price Schedule for Lots (of Local Items)
Tender Name:
Due Date
Lot Number:
S. No. Item Name and Description
Qty Unit Price PKR
Total Amount in PKR
Total Amount of Lot in Local Currency PKR in Figures
Total Amount of Lot in Local Currency PKR in Words
Page No. 93
Performance Guarantee
To: Medical Superintendent, Saidu Group of Teaching Hospitals, Swat,
Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of
Contract No. [number] dated [date] to supply [description of goods] (hereinafter called “the
Contract”).
And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you
with a Bank Guarantee by a scheduled bank for the sum of 10% of the total Contract amount as
a Security for compliance with the Supplier’s performance obligations in accordance with the
Contract.
And whereas we have agreed to give the Supplier a Guarantee: Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the
Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and we undertake to
pay you, upon your first written demand declaring the Supplier to be in default under the Contract
and without cavil or argument, any sum or sums within the limits of [Amount of Guarantee] as
aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum
specified therein.
This guarantee is valid until the day of_ , 20
Signature and Seal of the Guarantors/ Bank Address Date
Page No. 94
CONTRACT AGREEMENT
For Equipment’s
This agreement is made on this day _______________ for the fiscal year 2018-19 between M/S _______________________
Address: ____________________ . Through: Mr._________________S/O: _____________________
CNIC No: ____________________. Designation: referred as 1st Party, which expression shall unless
repugnant to the context mean and include his heirs, executors, administrators, successors and assigns). And
The SAIDU GROUP OF TEACHING HOSPITAL SAIDU SHARIF SWAT, through its Medical Superintendent (hereinafter referred as 2nd Party which expression shall unless repugnant to the context mean and include his heirs, executors,
administrators, and assigns.
WHEREAS the 1st party has agreed to supply_______________________________________________________
(Hereinafter referred as goods) out of the fresh stock to the 2nd party on the following terms and conditions:-
a. Terms and conditions:
1. 1st party shall deliver and install (in case of machinery) the stock at the premises and precincts of Saidu Group of
Teaching Hospital Saidu Sharif Swat. The specification, quality, quantity of goods shall be in conformity to purchase order,
which shall be made part of this agreement. The first party shall include the ancillary services attached with goods.
2. The Goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications, and, when
no applicable standard is mentioned, to the authoritative standards appropriate to the Goods’ country of origin. Such standards
shall be the latest issued by the concerned institution.
3. The Supplier may be required to provide any or all of the following services, including additional services, if any, specified in
contract:
i. performance or supervision of on-site assembly and/or start-up of the supplied Goods;
ii. furnishing of tools required for assembly and / or maintenance of the supplied Goods;
iii. furnishing of a detailed operations and maintenance manual for each appropriate unit of the supplied
Goods;
iv. performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time
indicated in purchase order, provided that this service shall not relieve the first party of any warranty
obligations under this Contract; and
v. Training of the second party’s personnel, at the first party’s plant and/or on-site, in assembly, start-
up, operation, maintenance, and/or repair of the supplied Goods.
4. The firm will be liable to complete the supply within stipulated time limit i.e. within 120 days (for imported items) from the date
of establishment of irrevocable clean L/C and 60 days (for local items) by confirming quality, quantity and timeline upto the entire
satisfaction of 2nd Party.
5. The first party warrants that the Goods supplied under the Contract are new, unused, of the most recent or current models and
that they incorporate all recent improvements in design and materials unless provided otherwise in the Contract. The first
party further warrants that all Goods supplied under this Contract shall have no defect, arising from design, materials,
or workmanship (except when the design and/or materials is required by the second party specifications) or from any act or
omission of the first party, that may develop under normal use of the supplied Goods in the conditions prevailing in the country
of second party.
6. The second party shall promptly notify the first party in writing of any claims arising under this warranty.
7. The second party, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the first party,
may terminate this Contract in whole or in part:
a. if the first party fails to deliver any or all of the Goods within the period(s) specified in the Contract, or within any extension
thereof granted by the second party; or
b. if the first party fails to perform any other obligation(s) under the Contract.
Page No. 95
c. if the first party, in the judgment of the second party has engaged in corrupt or fraudulent practices in competing for or in
executing the Contract.
8. In case the firm failed to complete the supply till due date a penalty as per detail below will be charged from the firm.
a. Penalty @ 1% for late supply up to 15 days.
b. Penalty @ 3% for late supply from 15 to 30 days.
c. Penalty @ 7% for late supply from 30 to 60 days.
Once the maximum is reached i.e. 60 days, the second party may consider termination of the contract and forfeiting of
security, any other legal action may taken accordingly.
9. The 1st party shall be responsible for the transportation and transportation charges. The 1st party shall complete the supply and
installation of goods within the stipulated period as mentioned in the supply order (imported items) from the date of execution of
this agreement or as extended or reduce by the 2nd party. In case of failure of 1st party to supply the goods within the stipulated
period, the 2nd party will be at liberty to make an alternate arrangement at the risk and cost of 1st party and the 1st party shall be
liable to pay the entire cost/amount to the alternate supplier according to the demand of the 2nd party. In the event of commuting
a default the 2nd party will be at liberty to take any Civil/Criminal action against the 1st party in accordance with law. A fine up to
10% of the purchase price shall also be inflicted against the first party.
10. The 1st party shall be responsible for any defect in goods or supply of goods. The entire goods will be supplied free of defect
and any charges and encumbrance of what so nature. The 2nd party or its agent will be authorized at all reasonable time to
view, check and examine the conditions of the supplied goods.
11. Upon demand made by the 2nd party at any time or from time to time, to execute all such instruments, deeds or documents which
the 2nd party may in its sole discretion require, the 1st party will do the needful.
12. The 1st party will be responsible to furnish all such information as the 2nd party may at any time or from time to time may require
relating to the position of goods and pecuniary liability of the 1st party or otherwise whatever.
13. The first party shall not, without the prior written consent of second party, disclose the Contract, or any provision thereof, or any
specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the second party in connection therewith,
to any person other than a person employed by the first party in the performance of the Contract. Disclosure to any such employed
person shall be made in confidence and shall extend only as far as may be necessary for purposes of such performance.
14. The first party shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to
their final destination, as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling
during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing case size and
weights shall take into consideration, where appropriate, the remoteness of the Goods’ final destination and the absence of heavy
handling facilities at all points in transit.
15. The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements
as shall be expressly provided for in the Contract, including additional requirements, if any, and in any subsequent instructions
ordered by the second party.
16. The 2nd party will be at liberty, at all time and shall have the right to return the goods, provided/delivered by the 1st party with
regard to quality quantity, value or otherwise fitness for use. Notwithstanding any contained hereinabove, it is hereby agreed by
both parties that the 2nd party at all times be at liberty and shall have the right to cancel or reduce the quantity, without assigning
any reason.
17. The 1st party shall be bound under this agreement to provide the warranty and services of equipment which must be 3 (Three)
years with spare parts from the date of installation and 2 (Two) years without spare parts. The 1st party shall be bound to keep
available the spare parts for 10 years.
18. The 1st party shall deposit an amount of 10% of the purchase price as service security, which will be refundable after expiry of
the period of warranty/guaranty and services after necessary adjustments.
19. The first party shall not be liable for forfeiture of its performance security, liquidated damages, or termination for default if and to
the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of
Force Majeure. For purposes of this clause, “Force Majeure” means an event beyond the control of the Supplier and not involving
the Supplier’s fault or negligence and not foreseeable. Such events may include, but are not restricted to, acts of the Procuring
agency in its sovereign capacity, wars or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes. If a
Force Majeure situation arises, the first party shall promptly notify the second party in writing of such condition and the cause
thereof. Unless otherwise directed by the second party in writing, the first party shall continue to perform its obligations under
the Contract as far as is reasonably practical, and shall seek all reasonable alternative means for performance not prevented by the
Force Majeure event.
20. Any notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing or by cable, telex,
or facsimile and confirmed in writing to the other party’s address specified in contract.
21. A notice shall be effective when dispatched on the given address of the supplier in contract via above means.
22. Mode of Payment
Mode of payment will be CNF and DDP/FOR for Lots (of imported items) and FOR for Lots (of local items) and payment to the
supplier shall be made only after completion of the supply, installation and inspection of the goods.
23. The goods shall be open to inspection at all times during the contractual period. The inspection of good shall be carried out by
Page No. 96
a representative from purchase, legal, quality control, finance or end using department.
24. Besides the above conditions the 1st party shall be bound to fulfill the defacing if found at any time and for the purpose shall be
ready to sign and execute fresh agreement if needed.
25. All clauses of GCC and SCC of the relevant SBD which are not contradictory to all the clauses of this agreement would be part
of this contract agreement.
26. Insurance
The goods supplied under the contract shall be fully insured, in freely to manufacturer or acquisition, transportation, storage and
delivery, in accordance with the applicable incoterms or in the manner specified in the SCC given in the SBD. Insurance Certificate
including the Transport Insurance will be provided by the supplier.
27. The First Party shall inspect the subject equipment/goods on quarterly basis for its better performance and maintenance.
28. Validity
This contract agreement shall be valid for representative 5 years w.e.f successful installation of the mentioned equipment/goods
and the 1st Party shall be responsible to make available the spare parts of the equipment/goods for 10 years in the market as explained
in clause 17.
29. Bidder is bound to arrange a training session within the country for technical staff of minimum four persons including two
engineers and two end-users.
30. Settlement Of Disputes
The rules of procedures for arbitration proceeding pursuant to GCC Clause 9 of SBD shall be as follows.
In the case of a dispute between the procuring Entity and a Contractor who is a national of the Procuring entity’s country, the dispute
shall be referred to adjudication or arbitration in accordance with the laws of Procuring Entities country.
In the case of a dispute between the Procuring Entity and foreign Contractor, the dispute shall be settled by arbitration in accordance
with the UNCITRAL (United Nations Commission on International Trade Law) and their decision will be final in all respect and the 1st
party will not be authorized to sue the 2nd party before any forum, court or tribunal anywhere.
IN WITNESS WHEREOF the parties above named have executed this agreement and have carefully pursued the terms and condition
embodied.
31. After signing this contract, the 1st party, if found anywhere not fulfilling the requirements required for their supplied equipment/items;
the procuring entity is authorized to take accordingly actions including blacklisting of such firms.
First Party Second Party
Witness 1 of First Party Witness 2 of First Party.
M/S _______________________ ________
Name: _____________________________
NIC No:_____________________________
Address: ____________________________
Name: ____________________________ Name:_________________________
CNIC No._________________________ CNIC No. _______________________
Address:___________________________ Address:_________________________
M/S _______________________ ________
Name: _____________________________
NIC No:_____________________________
Address: ____________________________
Page No. 97
Eligible Countries
Country Eligibility for the Provision of Goods, Works and Services
As per the donor policy the items / Equipment of Lots (of imported itesm) the
country of Origin and manufacturer must be USA/Europe/ Japan.
For Lots (of local items) both local manufacture and importer are eligible.
As an exception, firms of a Country or goods manufactured in a Country may be
excluded if:
1. As a matter of law or official regulation, the Purchaser’s Country prohibits
commercial relations with that Country, provided that the Procuring Entity is
satisfied that such exclusion does not preclude effective competition for the supply
of the Goods or Works required, or
3. By an Act of Compliance with a Decision of the United Nations Security
Council taken under Chapter VII of the Charter of the United Nations,
the Purchaser’s Country prohibits any import of goods from that Country or any
payments to persons or entities in that Country.
2. For the information of Purchasers and bidders, at the present time firms, goods and
services from the following countries are excluded from this bidding:
Israel
Page No. 98
INTEGRITY PACT DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES &
WORKS IN CONTRACTS WORTH RS. 10.00 MILLION OR MORE
Contract No.______________ Dated _____________Contract Value: [To be filled in at the time of signing of
Contract] Contract Title: _________________
[name of Supplier] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or
other obligation or benefit from Government of Khyber Pakhtunkhwa (GoKP) or any administrative subdivision or agency thereof or
any other entity owned or controlled by GoKP through any corrupt business practice.
Without limiting the generality of the foregoing, [name of Supplier] represents and warrants that it has fully declared the brokerage,
commission, fees etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within
or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker,
consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback,
whether described as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right,
interest, privilege or other obligation or benefit in whatsoever form from GoKP, except that which has been expressly declared
pursuant hereto.
[name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with all persons in
respect of or related to the transaction with GoKP and has not taken any action or will not take any action to circumvent the above
declaration, representation or warranty.
[name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making full disclosure,
misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that
any contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any
other rights and remedies available to GoKP under any law, contract or other instrument, be voidable at the option of GoKP.
Notwithstanding any rights and remedies exercised by GoKP in this regard, [name of Supplier] agrees to indemnify GoKP for any
loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoKP in an amount
equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [name of Supplier] as aforesaid
for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in
whatsoever form from GoKP.
Name of Buyer: ……………… Name of Seller/Supplier: …………
Signature: ……………………[Seal] Signature: …………………………{Seal]