FurnitureDec2012

Page 1

FURNITURE TENDERS DEC 2012


http://www.facebook.com/mavenpk

http://twitter.com/mavenpk

http://www.linkedin.com/in/mavenpk





Furniture, Generator, HVAC, Construction, Food etc





THE URBAN UNIT Planning and Development Department

Government of the Punjab

TENDER NOTICE

Miscellaneous Works Sealed tenders are invited from the Sales Tax Registered Firms/Contractors having sufficient experience to carry out the following jobs/works. Sr. # a) b) c) d)

Tender Renovation of Halls Furniture and Fixtures Electrification Work Computer Networking

Detailed specifications are available in Tender Documents. Separate Tender should be submitted on the prescribed form (Separate for each work) which can be purchased from the office of the undersigned on payment of Rs.200/- (Non-refundable). Tender documents will be received till 13th December, 2012 in the office of “Chief Executive Officer, Urban Sector Planning & Management Services Unit (Pvt.) Ltd� (The Urban Unit) up to 11:00 a.m. and shall be opened on the same day at 11:30 a.m. in the presence of authorized representatives of the firms who may wish to attend. Earnest money @ 2% of total bid cost (Refundable) must be furnished in the shape of Call Deposit Receipt (CDR) in favour of the Chief Executive Officer, Urban Sector Planning & Management Services Unit (Pvt.) Ltd. (The Urban Unit), Lahore. The Competent Authority reserves the right to reject any or all tenders at any stage.

Chief Executive Officer, Urban Sector Planning & Management Services Unit (Pvt.) Ltd.,

4-B, Lytton Road, Lahore Ph:# 042-99213579-83, Fax# 042-99213585












UP-GRADATION OF DHQ HOSPITAL, SARGODHA MEDICAL & ALLIED EQUIPMENT PACKAGES PACKAGE- 01 MONITORING AND DIAGNOSTICS Sr.No 1 2 3 4 5 6

Equipment Name

QTY 10 44 5 15 2 2

ECG Machine Multi Channel Cardiac Monitor Defibrillator Pulse Oximeter Fetal Heart Rate Detector Fetal Monitor

PACKAGE- 02 ANESTHESIA & VENTILATION Sr.No 1 2 3

Equipment Name

QTY 5 3 2

ICU Ventilator Anesthesia Machine With Ventilator Entonox Apparatus with Cylinder

PACKAGE- 03 ICU & O.T EQUIPMENT -I Sr.No 1 2 3 4 5

Equipment Name

QTY 9 2 2 22 15

Syringe pump Infusion Pump with Stand Vacuum Extractor Sucker Machine Ultrasonic Nebulizer Heavy Duty

PACKAGE- 04 ICU and O.T EQUIPMENT - II Sr.No 1 2 3 4 5 6

Equipment Name Shadow Less Operation Light With Sattlite Electric Cautry/Diathermy (Solid State ESU) Multipurpose hydraulic Operation Table Operation Tables with ortho attachement Mobile Operation Light Blood Warmer

Page 1 of 4

QTY 5 4 4 1 2 1


Sr.No

Equipment Name

QTY

PACKAGE- 07 ENT Sr.No 1

Equipment Name

QTY 1

Audiometer with booth

PACKAGE- 08 OPTHAMALOGY Sr.No 1

Equipment Name

QTY 1

Teaching operating Microscope with XY Movenment

PACKAGE- 10 MEDICAL FURNITURE Sr.No

Equipment Name

QTY

6

Fowler Bed Three Crank Mechanism with Foam Mattress,bed side lockers, over bed table and Attendant Bench for Two Persons Examination Couch Wheel Chair Ecclampsia beds with padded railings Patient Shifting Trolley Instruments trolley

7

Dressing trolley with basin & bucket

5

8

Baby cots

20

9 10

Delivery Table Resucitation Trolley /Emergency Trolley

3 20

1 2 3 4 5

395 20 20 1 34 12

PACKAGE- 12 WARD EQUIPMENT AND INSTRUMENTS Sr.No

Equipment Name

QTY

1

X-Ray Film Illuminator for two films

20

2

6

3

Large size O2 & N2O Cylinder for Central Supply (240CFT) Resuscitator with Face mask sets for Neonates(Ambu Bags)

4

Resuscitator with Face mask sets for Adult

20

5

B.P Appratus Stand Type

40

6

B.P. Appratus Desktype

20

3

PACKAGE- 13 PAEDIATRIC EQUIPMENT Sr.No

Equipment Name

Page 2 of 4

QTY


Sr.No

Equipment Name

QTY

1

Phototherapy Unit

5

2

Intensive Care Incubator

5

3

Radiant Warmer (Paediatric trolley)

5

PACKAGE- 16 SURGICAL INSTRUMENTS Sr.No

Equipment Name

QTY

1

Wrigleys outlet forceps

4

2

Kiellands forceps

6

3

Oldhams Perforator

6

4

Instrument Nailing Set (Interlock)

2

5

Caesarian Section sets

6

General Surgery Sets Major

2 4

7

Venesection set.

5

8

Meigle Focepes

5

9

Neuro Surgery Operation Set

2

10

Laminectomy Set

1

11

Craionotomy Set

2

12

Obsteteric Set Major

3

13

Obsteteric Set Minor

2

14

Obstructed Labour Set

2

15

Orthopaedic Surgery Set

3

16

Set for Plating/Fixation

2

17

Tracheostomy Set.

4

18

L.M.A ( All Size)

4

19

I/V Cut Down set POP Cutter (Electric)

4

20

2

PACKAGE- 18 LABORTARY EQUIPMENT - I Sr.No 1 2 3 4

Equipment Name Electrolyte Analyzer Hematology Analyzer ELISA Reader: Fully automatic Bichromatic optics Semi Automatic Clinical Chemistry Analyzer

PACKAGE- 20 LABORTARY EQUIPMENT - III

Page 3 of 4

QTY 1 1 1 2


Sr.No

Equipment Name

QTY

Sr.No

Equipment Name

QTY

1 2 3 4 5 6 7 8 9 10 11 12 13

1 3 2 1 2 1 1 1 1 1 1 15 4

Centrifuge Machine Micro Pippets Single Tip Micro Pippets Comb type 8 tips Washer Automatic Test Tube Shaker Water Bath Bone Marrow with Trifine Needle. Weighing Machines (Top loading balance) Refrigerated Centrifuge Machine Disposable like glass ware Senritituity Dises, Cuttermedia. Glass ware + Accessoris. Gluco meter Binocular Micro Scope

PACKAGE- 23 RADIO DIAGNOSIS EQUIPMENT Sr.No 1 2 3 4

Equipment Name Echocardiography Color Doppler Ultrasound Machine Digital X-Ray with Automatic Processor (500 mA) Portable X-Ray Machine

QTY 1 1 2 1

PACKAGE- 24 OFFICE FURNITURE Sr.No 1 2 3

Equipment Name Steel Almarah for Medicines Steel Rack Computer Table

QTY 44 25 3

PACKAGE- 25 AUTOCLAVES Sr.No

Equipment Name

QTY

1 2

Gas Operated Autoclave (LOCAL) Incubator for Sterlization of slides/Tubes

5 1

3

Dental Autoclave

1

PACKAGE- 26 TRANSPORT Sr.No 1 Ambulance

Equipment Name

Page 4 of 4

QTY 1


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PRE-REQUISITE: 

The manufacturer of quoted equipment must be of USA, Europe or Japan origins only.

The medical equipment of USA must comply with 510(K) FDA (Food & Drug Administration), in case of Europe MDD (Medical Device Directive) and for Japan MHLW (Ministry of Health, Labour & Welfare) for specific quoted model. The other/non medical equipment should comply with the relevant National/ International product quality standards of respective origins.

The firms must quote their leading brands from the above mentioned origins with the proven past performance nationally and internationally. The firm must possess its related back up support services including trained engineers, workshop facilities, spare parts availability and repair/calibration tools etc.

The quoted Brand / product must be installed and enjoy good reputation in Pakistani market for minimum one year.

The firm/s should have proper infrastructure to handle and execute the complete package. PACKAGE – 18 LABORTARY EQUIPMENT –I

1. ELETROLYTE ANALYZER ISE System, For measuring electrolytes K, Li and Na in whole blood, plasma, Serum or Urine Sample Volume according to design. Simultaneous display of measured value Complete with standard and operation accessories 220V 50 Hz, AC. Printer built in. 2 KVA Online Sine wave UPS with Battery backup for 30 minutes (Emerson,Liebert,Chloride,MGE)220V, 50 Hz operated

2.

HEMATOLOGY ANALYZER Haematology counter, automated Through put 60 samples / hour minimum.

Page 1 of 5


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS Automated sample mixing and dilution Minimum 18 parameters 3-Part differential including Hb, WBC, RBC, Hct, PLT, and derived values. Histograms for WBC, RBC and Platelet. LCD display WBC three part differential. Stat capability Patient data and results storage for 200 patients. RS232/ USB interface With specimen mixer / auto sampler With printer Consumables, reagents, calibrators, controls for start up. 2 KVA Online Sine wave UPS with Battery backup for 30 minutes (Emerson, Liebert, Chloride, MGE) 220V, 50 Hz operated. 3. IMMUNOASAY ANALYZER /ELISA READER Fully automatic Random and Continuous Access Analyzer for routine and specialized immunoassays. OR Electro-Chimi leuinessaes System. Qualitative and quantitative analysis assays. Sample type: Serum and plasma. Sample volume: 5 to 75 uL. Onboard reading and washing. Analysis capabilities for large and small molecular weight analytes. Through put of more than 80 tests/ hr. Wave length Range from 400 -750nm Automatic assays analysis for: Cancer Infectious diseases. Cardiovascular Thyroid Fertility/ Hormones Drug Monitoring Hepatitis Complete functional unit with all the standard accessories. Printer. Computer inter face for data communication Online UPS for 30 min. 220V, 50 Hz. 4. SEMI AUTOMATIC CLINICAL CHEMISTRY ANALYZER Semi automatic clinical chemistry analyzer with display unit for showing values and

Page 2 of 5


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS graphs. Wavelength selectable via individual filters in the range of UV-VIS 340, 405, 492, 520, 546, 578, 623, 720mm. Freely programmable against all commercially available chemistries. Temperature controlled cuvette compartment, mixture for external mixing and temperature of samples in sample loader. Identification of upper and lower limits with built in or separate printer. Dilution factor programmed in the system 1KVA Online Sine wave UPS with Battery backup for 30 minutes (Emerson,Liebert,Chloride,MGE) 220V, 50 Hz operated

Page 3 of 5


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PACKAGE – 18 LABORTARY EQUIPMENT –I

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE NO. OF ENGINEERS (BS C ENGINEERING) DIPLOMA H OLDERS(D.A.E) FOREIGN TRAINING

ONE THREE CERTIFICATE OF FOREIGN TRAINED ENGINEER ON MAJOR PRODUCTS OF PACKAGES IS MANDATORY.

SPARE PARTS / INVENTORY WORKSHOP FACILITES

LIST OF INVENTORY OF MAJOR ITEMS OF PACKAGE . DETAIL OF W ORKSHOP FACILITIES, LIST OF TESTING EQUIPMENT , TOOLS, INSTRUMENTS.

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST

AT LEAST THREE REFERENCE OF INSTALLATION /S UPPLIES OF QUOTED BRAND/PRODUCT

PERFORMANCE RECORD IN THE NATIONAL MARKET OF PRODUCT /BRAND

QUALITY CERTIFICATES

FDA 510(K) / CE(MDD) / JMHLW

Page 4 of 5


Sr.No Name of Equipment

Country of origin of Product/Model Page 5 of 5

Country of origin of manufacturer Web site (The product should be available on this web site) Quality Certificate( FDA(510 K), CE(MDD), JMHLW), Attach relevant Certificates No of installation of product( Mention only three major installation) No of Years of successful working of product in Pakistan No of Trained Engineers on the quoted Product and their Names (Attach foreign Training Certificates) Qualification of Engineers( Attached Degrees and Diplomas)

TECHNICAL SPECIFICATIONS

Model

CHECK LIST TO BE FILLED BY THE BIDDER

Make

UP-GRADATION OF DHQ HOSPITAL, SARGODHA

Qty


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PRE-REQUISITE: 

The manufacturer of quoted equipment must be of USA, Europe or Japan origins only.

The medical equipment of USA must comply with 510(K) FDA (Food & Drug Administration), in case of Europe MDD (Medical Device Directive) and for Japan MHLW (Ministry of Health, Labour & Welfare) for specific quoted model. The other/non medical equipment should comply with the relevant National/ International product quality standards of respective origins.

The firms must quote their leading brands from the above mentioned origins with the proven past performance nationally and internationally. The firm must possess its related back up support services including trained engineers, workshop facilities, spare parts availability and repair/calibration tools etc.

The quoted Brand / product must be installed and enjoy good reputation in Pakistani market for minimum one year.

The firm/s should have proper infrastructure to handle and execute the complete package.

PACKAGE – 20 LABORTARY EQUIPMENT –III 1.

CENTRIFUGE MACHINE Speed 5000 – 6000 rpm. Capacity 8x15ml of fixed angle rotor. Built in speedometer, variable speed control, lid locking and braking device Time switch 0 to 30 minutes Digital display of time and speed. 220 VAC 50 Hz

2.

AUTOMATIC PIPPETTER Three different sizes Automatic Pippetts 100-1000 ul, 10-100 ul, 0.5-10 ul three each size

Page 1 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 3.

MICRO PIPPETS COMB TYPE 8 TIPS Automatic Pippetts 100-1000 ul, 10-100 ul, 0.5-10 ul three each size

4.

WASHER AUTOMATIC Automatic washer

5.

SHAKER Desktop type with silicon Rubber plate. Its rollers and glides allow the drawer storage plateform to agitate smoothly. Sturdy, one piece perforated drawer of uniform air circulation. The drawer will be removable type. Microprocessor controlled. Speed range 30 - 300rpm Timer minimum for 24 hours Digital display and alarm function. Motion alarm system . With spring rack / holder 220V,50Hz

6.

WATER BATH Water bath, serological Exterior body of steel sheet. Interior chamber of stainless steel. Capacity of 12 – 16 L. Temperature Range up to 1000 C. Temperature accuracy of + 1%. Perforated stainless steel bottom tray. Built in thermometer. Digital display of temperature. Temperature control for regulation of temperature. Adjustable timer for time setting. Gabled lid

7.

BONE MARROW WITH TRIFINE NEEDLE Bone marrow with trifine needle

8.

WEIGHING MACHINES (TOP LOADING BALANCE) Top loading balance Digital display

Page 2 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS Capacity 200gm. Sensitivity 1mg.

9.

REFRIGERATED CENTRIFUGE MACHINE Refrigerated Centrifuge machine. Swing out rotor for blood bags. Integrated refrigeration system with a temperature range of -200C to +400C. Maximum speed 4,500-5,000 rpm. Relative centrifugal force (rcf) not less than 5,000 x g Maximum capacity 4 x 1000ml Timing 0 to 60 minutes; continuous. Brushless motor. Noiseless and vibration free. Digital display of programme speed, timing, braking. Programmable Self diagnostic with error display. Over temperature alarm. Imbalance detection Lid safety interlock 3KVA Online Sine wave UPS with Battery backup for 30 minutes (Emerson, Liebert, Chloride, MGE)

10.

GLASS WARE + ACCESSORIS.

PASTLE MORTER - Glass ware (Pyrex) Small size (Qty-1) Medium size (Qty-1) Large size (Qty-1) FLASKS - (Pyrex) Flat Bottom 0.5l Glass (Qty-10) Flat Bottom 1.0l Glass (Qty-10) Flat Bottom 2.0l Glass (Qty-10) FUNNEL - (Pyrex) 2” Diameter (Qty-10) 4” Diameter (Qty-10) 6” Diameter (Qty-10) MEASURING CYLINDERS – Glassware (Pyrex) 100ml (Qty-10) 500ml (Qty-10) 100 ml (Qty-10) BLOOD COLLECTION TUBES (equivalent)– Glassware Vacumed EDTA (Qty-10) Vacumed Sodium Citrate (Qty-10) Vacumed LI Heparin (Qty-10) Vacumed Plain (Qty-10)

Page 3 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS Vacumed with Gel Separator 11.

(Qty-10)

GLUCO METER

Glucometer with Digital display with large digits and memory for storage of results. Complete with Blood lancet, and strips (100) and pouch. 12. BINOCULAR MICRO SCOPE  Standard microscope with infinity color corrected optics  Binocular head, adjustable inter papillary distance.  Tube head with an inclination of 30 Degree or more.  Rotating quadruple/ quintuple nose piece.  Adjustable stage with vernier scale and spring clip for slides, Co axial controls.  Condenser carrier, vertically/horizontal adjustable.  Bright field condenser, N.A. of 1.25  Aperture iris diaphragm  Kohler illuminator LED  Variable intensity control system Eyepiece lenses: X 10 wide field, focusable, FN 20mm. Objective lenses (Achromat): X 4 Scanning lens.  X 10 NA of 0.25  X 40 NA of 0.65  X 100 NA of 1.25, oil immersion Accessories  Carrying case  Dust cover  Immersion oil

Page 4 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PACKAGE – 20 LABORTARY EQUIPMENT –III

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE DIPLOMA HOLDERS(D.A.E) SPARE P ARTS / INVENTORY WORKSHOP F ACILITES

F OUR LIST OF INVENTORY OF MAJOR ITEMS OF PACKAGE . DETAIL OF WORKSHOP F ACILITIES , LIST OF TESTING EQUIPMENT , TOOLS , INSTRUMENTS .

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST

AT LEAST THREE REFERENCE OF INSTALLATION /SUPPLIES OF QUOTED PRODUCT / BRAND

PERFORMANCE RECORD IN THE NATIONAL MARKET OF PRODUCT / BRAND QUALITY CERTIFICATES

FDA 510(K) / CE(MDD) / JMHLW

Page 5 of 6


Page 6 of 6

Qualification of Engineers( Attached Degrees and Diplomas)

No of Trained Engineers on the quoted Product and their Names (Attach foreign Training Certificates)

No of Years of successful working of product in Pakistan

No of installation of product( Mention only three major installation)

Quality Certificate( FDA(510 K), CE(MDD), JMHLW), Attach relevant Certificates

Web site (The product should be available on this web site)

Country of origin of manufacturer

Country of origin of Product/Model

Model

Make

Qty

Name of Equipment

Sr.No

UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

CHECK LIST TO BE FILLED BY THE BIDDER


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PRE-REQUISITE:   

The firms shall quote best quality furniture. The local manufacturer / Authorized distributor of manufacturer are eligible to quote. The furniture manufactured by the Wood Working Centre, TEVTA, Government of the Punjab, Gujrat will be considered as the samples to compare with. . PACKAGE – 24

OFFICE FURNITURE 1.

STEEL ALMIRAH FOR MEDICINE All Made of Mild Steel Sheet 6x3x1 ½ 22 Gauge with 4 Shelves with Lockable Doors finished with Silver Color Hammer paint

2.

STEEL RACK All Made of Mild Steel Sheet Hammer paint 6x4x1 ½ 22 Gauge with 4 Shelves Silver Color

3.

COMPUTER TABLE Size: 1200x600x760mm H Top Formica, Structure, sliding tray with one channel, Open Cabinet , one lockable drawer and One Vertical Partition in the center, Made of High Density Shesham Veneer Board, Finished with NC Lacquer

Page 1 of 3


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PRE-REQUISITE:   

The firms shall quote best quality furniture. The local manufacturer / Authorized distributor of manufacturer are eligible to quote. The firms shall provide a colored picture of each item in the shape of catalogue along with their technical bid.

PACKAGE – 24

OFFICE FURNITURE

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE DIPLOMA HOLDERS(D.A.E)/ TRAINED F URNITURE EXPERT WORKSHOP F ACILITIES

TWO DETAIL OF WORKSHOP F ACILITIES , TOOLS , INSTRUMENTS .

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

Page 2 of 3


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

Page 3 of 3

Qualification of Engineers( Attached Degrees and Diplomas)

Brand /Manufacturer Name

Qty

Name of Equipment

Sr.No

CHECK LIST TO BE FILLED BY THE BIDDER


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS PRE-REQUISITE: 

The manufacturer / Authorized distributor of manufacturer are eligible to participate having proper workshop set up at Sargodha.

PACKAGE – 26

TRANSPORT 1.

High Roof Ambulance well Equipped Specification:

GENERAL Ambulance should be an OEM chassis manufacturer standard Van Integral Cab-Body type from the manufacturer’s own standard range of production for international market, conforming as near as possible to the following specifications in original white colour. The vehicles should be suitable for continuous operation in tropical climate. The items must be assembled with normal standard fittings, and tested for immediate use to handle single patient having high standard of professional ethics towards patient care. The ambulance body, equipment, and accessories will be as represented in their respective manufacturer’s current technical data. MODEL Current production, Latest CLASS Two rear wheel Drive (4 x 2) type ENGINE TYPE Four cylinders, four stroke, Diesel type equipped with conventional or electronic fuel injection system. ENGINE DISPLACEMENT Naturally aspirated or Turbo charged 3000 CC. AIR-CONDITIONER AND HEATER Fully air-conditioned (originally fitted) and standard heater. PATIENT COMPARTMENT Minimum patient compartment size must be 2700 x 1500 x1300

Page 1 of 4


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS mm (L x W x H) STEERING Right hand drive BRAKES Hydraulic / pneumatic STANDARD ACCESSORIES a). Tool Kit. b).

Spare Wheel.

c).

Vehicle Manuals.

d).

Standard dry type Fire Extinguisher.

e).

Standard instruments and accessories.

f).

Front seat safety belts.

AMBULANCE COMPONENTS, EQUIPMENT AND ACCESSORIES

1. Red Crescent Sign and word AMBULANCE on front and rear sides. The name of the hospital on left and right sides. 2. Side and back window glasses will be partially frosted. 3. Main stretcher of stainless steel / aluminum alloy having adjustable head section with coasters (Vinyl leather bed and body straps). Its’ fabrication will be weld free. 4. Sub Stretcher (canvas with vinyl cooling folding type) light weight. 5. Four persons seat (Genuine seat of van should be used). 6. One-person crew seat (Genuine seat of van should be used). 7. Instrument and medicine storage boxes. 8. Red Strobe light set (combination of rotary lights, siren, speaker, amplifier and microphone). 9. Spot lamp, flexible neck for patient examination. 10. Back flood light for patient handling. 11. Hooks for intravenous infusion set. 12. Linoleum flooring. 13. Standard side oxygen cylinder with one standby containing regulator, pressure gauge, flow meter, humidifier with masks with tubing ready for oxygen delivery. 14. Suction apparatus venturi type (oxygen driven). 15. BP Apparatus wall mounted with large dial and basket to store the accessories. 16. First Aid box – Standard 17. Trash box. 18. Safe guard, front and back of ambulance body.

Page 2 of 4


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS PRE-REQUISITE: 

The manufacturer / Authorized distributor of manufacturer are eligible to participate and has workshop setup at Sargodha.

PACKAGE – 26

TRANSPORT

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE EXPERT MECHANIC WORKSHOP FACILITES

T WO DETAIL OF WORKSHOP FACILITIES , LIST OF TESTING EQUIPMENT , T OOLS , INSTRUMENTS .

PRODUCT QUALIFICATION PRE-REQUISITE T ECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST

AT LEAST T HREE REFERENCE OF INSTALLATION /SUPPLIES

PERFORMANCE RECORD IN THE NATIONAL MARKET

Page 3 of 4


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

Page 4 of 4

Web site (The product should be available on this web site)

Model

Make

Qty

Name of Equipment

Sr.No

CHECK LIST TO BE FILLED BY THE BIDDER


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PRE-REQUISITE: 

The manufacturer of quoted equipment must be of USA, Europe or Japan origins only.

The medical equipment of USA must comply with 510(K) FDA (Food & Drug Administration), in case of Europe MDD (Medical Device Directive) and for Japan MHLW (Ministry of Health, Labour & Welfare) for specific quoted model. The other/non medical equipment should comply with the relevant National/ International product quality standards of respective origins.

The firms must quote their leading brands from the above mentioned origins with the proven past performance nationally and internationally. The firm must possess its related back up support services including trained engineers, workshop facilities, spare parts availability and repair/calibration tools etc.

The quoted Brand / product must be installed and enjoy good reputation in Pakistani market for minimum one year.

The warranty should be provided by the manufacturer and is bound to provide the warranty for the required period of time.

The firms shall quote make and models, country of origin for each main equipment, accessories and allied equipment.

The firm/s should have proper infrastructure to handle and execute the complete package.

PACKAGE – 23 RADIODIAGNOSIS EQUIPMENT ECHOCARDIOGRAPHY MACHINE. 1 A complete dedicated digital Echocardiography unit for wide range of premium performance application of cardiovascular imaging in pediatrics and adult. Mobile trolley mounted system with built in workstation / data management system for digital acquisition, storage and review of complete ultrasound studies including static and dynamic clips in DICOM format, read/write zoom. Studies can be reviewed and output to CD / DVD/MOD. The machine must have sharp and high quality image reproduction with heavy duty performance. It should have minimum following specification :

Page 1 of 11


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

DISPLAY: High resolution 1280x 1024 non interlaced, flicker free. Display size Min. 17� Flat/TFT, tilt able and swive able type. OPERATING MODES: B, 2D M-Mode, Power Doppler, HPRF, Spectral Doppler, Color Doppler, Velocity Mode, Pw Doppler, Duplex And Triplex Doppler, CW Doppler Steerable and ECG Gating, CONTROL PANEL: Alphanumeric keyboard with built-in trackball. Direct access to system functions through dedicated keys. Indicator lights identify activated keys. Audio volume control with bidirectional / stereo speakers and foot switch User selectable image magnification control. Adjustable transmit focusing control. Total and Lateral Gran Compensation controls (6 or more). CALIPER / MEASUREMENTS : 6 to 8 calipers for measurement per screen trace length measurements for: Distance, angle, distance depth from skin line, area, circumferences, compound / volume, slope, time, heart rate and acceleration. APPLICATION: Cardiac, Peripheral, pediatric, adult cephalic and trans-esophageal with all required software for measurements. OPERATING MODES: 2D tissue, 2D angio flow, color M-Mode, tissue velocity M-mode, tissue strain imaging, disynchrony imaging, continuous wave Doppler, tissue m-mode, pulse wave Doppler, tissue velocity imaging, tissue tracking, tissue synchronization, blood flow imaging, blood flow angio flow imaging. 3D imaging. DISPLAY MODES: Live and stored display format: full size and split screen. Review image format: for still and cine, simultaneous capability B+PW, B+ CFM/TVI+PW, CW, B+ or triplex mode, B+ color split screen display. Tissue Imaging, 2D mode, , M-mode, color Doppler imaging, color flow imaging, color Doppler imaging, color angio, Color M-mode, Blood Flow Imaging, Blood Flow Angio Imaging, Tissue Velocity Imaging Mode, Tissue Synchronization Imaging Mode, PW / HPRF Doppler, CW Doppler, Contrast Imaging, LVO Contrast, Vascular / Abdominal Contrast, Vascular Calculations, Cardiac Measurements.

Page 2 of 11


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS FRAME RATE Min. 200fps in B-Mode and 100fps in Doppler mode. CINE MEMORY Min. Cine Memory for 1000 frames or 250mb min. IMAGE VIEWING DEPTH: 20 – 280 mm or more for cardiac application IMAGING MODES / TECHNIQUES: Tissue harmonic Imaging, Tissue Doppler Imaging, Color Angio, Tissue Velocity Imaging Tissue Imaging (Display real time Doppler shift information from moving tissue to better visualize and quantity myocardial function). Capability to display time difference in myocardial motion in color for CRT (Cardiac resynchronization therapy. Quantitative strain rate imaging; An advanced quantitative technique of Tissue Doppler Velocity. Strain rate is a measure of the contractile motion of myocardium. Auto-Tracking contrast quantification: quantitative technique for on-line assessment of contrast agent images. Contrast plus sequencing technology: a real time, low mechanical index, non-linear imaging technique for contrast agent examinations. The software should have the capability to show contrast agent only, tissue only or contrast and tissue displays. Contrast Harmonic Imaging capability. Vascular imaging software for carotids with IMT measurement. STRESS ECHO Integrated multi stage stress echo system for advance and flexible stress echo Acquisition and measurement for LV B-Mode imaging. Quantitative analysis for contrast during stress examinations Used with TDI protocols. STORAGE DEVICE Built-in MOD/CD / DVD Drive WITH 10 DISKETTES. SYSTEM DYNAMIC RANGE Dynamic range minimum 160 dB or more COMMUNICATION SOFTWARE System should conform to DICOM 3 communication software for: Image Storage, print, Query / Retrieve, Network Communication. STANDARD TRANSDUCERS: Linear Probe multi frequency to cover frequency of 6.0-8.0 MHz. Multi frequency Phased array sector probe to cover 2.0/2.5 – 4.0MHz.

Page 3 of 11


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS Multi frequency Phased array sector probe to cover 5.0 – 8.0MHz. CW Pencil Probe Probes: Should be light weight, capable of multiple centre frequencies on transmit for 2D & 3D, color Doppler PW/CW (Steerable) Imaging and to perform Harmonics. PORTS: Video Output USB / RS 232 Networking ACCESSORIES: Digital Color Thermal Printer with 10 Packs of 100.. Online UPS for 10 min. backup time for complete unit including Printer.(Emerson,Liebert,Chloride,MGE) Digital B/W Thermal Printer with 50 rolls of papers. Jelly 20 L in bottles. FUTURE UPGRADES: The unit should have the capability for up gradation of future software (shall be provided free of cost within the warranty period). POWER REQUIREMENT 220-240VAC 50 Hz

COLOR DOPPLER ULTRASOUND MACHINE

2

1. 2.

DIGITAL BEAM FORMER.

FULLY DIGITAL – digital beam former, dynamic transmitted focusing, dynamic digital aperture

3.

DICOM COMPATIBILITY.

DICOM 3

4.

MODES

B, M, Color, Doppler, BMD, Combination thereof 2D IMAGING, M-MODE, POWER DOPPLER ( sampling frequency 4-10 KHz, sampling width 1-10 mm variable, wall filter 75 -300 Hz), SPECTRAL DOPPLER, Color Doppler Velocity Mode, POWER/COLOR ANGIO MODE

Page 4 of 11


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS PW, CW DOPPLER, Duplex and triplex mode. Grey Scale

256 or more

B-mode angle

VARIABLE.

linear steering

Independent for B-Mode and Color Doppler

6.

FRAME RATE

450 or more frames/sec

7.

Sensitivity Time Gain

8-12 steps/ continuously variable

8.

Overall gain control

IN STEPS / CONTINUOUS

7.

2D IMAGE DISPLAY

FULL SCREEN SPLIT AND SELECT SCREEN FORMATS

8.

SIMULTANEOUS DISPLAY

B/W, COLOR AND SPECTRAL

9.

IMAGE DEPTH

28 CM OR MORE

5.

10. FOCUSSING SYSTEM

UP TO 4-8 OR MORE TRANSMIT FOCAL ZONE

11. M-MODE SWEEP

4-SPEED OR MORE

12

Alpha numeric with built-in track ball

KEY BOARD

13. FREEZE FACILITY

Built-in keyboard complete with foot switch

14. POST PROCESSING:.

IMAGE INVERSION ECHO ENHANCEMENT GAMMA REJECTION CORRELATION PERSISTENCE

15. IMAGE MAGNIFICATION

8 X (MINIMUM) IN REAL TIME, PAN ZOOM AND SCROLL

16. CALIPER CALCULATION,.

Min.8 distance measurements per screen, Trace, length measurements, ANGLE MEASUREMENT, Spectral /Doppler,basic cardiac and Advanced Vascular Measurements, Auto-trace function.. Area, Circumference And Compound Volume,

Page 5 of 11


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS Histogram, Obs/ gynae measurements 17. BUILT IN DRIVE

MOD 640 MB OR DVD RW

18. CINE REVIEW:

256 MB IMAGES DOPPLER CINE

19. MONITOR

17” or more , high resolution color monitor./ LCD TFT

20. TRANSDUCER PORTS

3 or more active array types electronically switchable transducer ports (excluding pencil probe connector)

21

TISSUE HARMONIC IMAGING to be available

TISSUE HARMONIC:

22. DATA STORAGE & REVIEW FACILITY

For Digital Acquisition, Storage And Review Of Complete Ultrasound Studies Including Static. Studies can be reviewed and output shifted to CD / DVD

23. SYSTEM SOFTWARE

All the software for routine whole body examinations must be available, including Doppler studies of organs and vessels, Obs/gynae( fetal growth and biometric tables ), pediatric, small parts, Compound Imaging, B-Flow/Dynamic Flow, Breast Imaging , Elastography, musculoskeletal studies.

24. DIGITALCOLOR/THERMAL PRINTER:

Photo Quality Color Printer With 50 packs of photo quality paper (100 Sheets / pack)

25. VIDEO PORTS:

INPUT AND OUTPUT, , USB

26. BIOPSYsoft ware /

MUST BE AVAILABLE

27. OPERATING VOLTAGE

220V AC, 50HZ

28. UPS:

Imported on line UPS with true sine wave correction compatible to system, min. 4-KVA or more, MGE/APC/CHLORIDE -/ imported of EU / USA origin

29

PROBES –AS STANDARD: Multi-frequency CONVEX transducer for Pediatric, Central Frequency 5 MHz Multi-Plane Multi Frequency Convex probe – central frequency – 3.5 MHz Multi-frequency LINEAR transducer for small parts 40 mm or less –central frequency 7.5 MHz

Page 6 of 11


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

3 DIGITAL X-RAY WITH AUTOMATIC PROCESSOR Digital Radiography System Universal digital radiographic x-ray system for skeletal / chest radiography recumbent, standing or seated patient position. Ceiling - mounted X-ray tube assembly and digital imaging system. Motorized multileaf collimator Flat Panel Detector X-Ray Generator - 50 KW or better high-frequency X-ray generator - 500 mA at 100 KV and 1 mAs to 500 mAs. - 1 ms shortest exposure time. - Integrated automatic exposure control. - Organ programs. Motorized Multileaf Collimator - Ceiling-mounted tube assembly support,with tube assembly Multileaf collimator for vertical, oblique, horizontal, and lateral acquisitions . Rotation upto +/-40o or more. Filters to avoid soft radiation - Automatic collimation and cassette and detector sensing. Manual collimation should also be available. Patient Table - Height adjustable patient positioning table with floating tabletop, - Access the patient from all sides. - Bucky for cassette loading and Flat Panel Detector. - Head to toe cassette and detector cover range, - Autotracking during table height adjustment. - Foot paddle for height adjustment of the patient positioning table of the floating tabletop. Flat Panel Detector - Single Flat Panel Detector with active image size of 35 cm x 40 cm or better. - Pixel size 160 Âľm or better. - Spatial Resolution 3.5 lp/mm or better. - Matrix size approximately 2688 x 2208 or better. - 14 bits or better detector depth. - Time for data acquisition, transmission and viewing for full image to be 10 sec. or better. X-Ray Tube - Exposure voltage 140 kV or more. - Focal spot 0.6 mm and 1.2 mm or better. - Anode heat storage 600 KHU or more. Chest Stand

Page 7 of 11


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS - Bucky Chest stand with height-adjustable and tiltable bucky cabinet to house FPD and X-Ray cassettes /Detector holder for image acquisition. Chest stand should have moving exchangeable grid. The grid should be remove able - The chest stand should have servo tracking i.e., the ceiling stand should move automatically with the height adjustment of the chest stand. - Complete with overhead handle for optimum positioning of patient for lateral exposures and lateral patient handles for optimum patient positioning, e.g. during PA thorax exposures. Imaging System - High resolution digital imaging reconstruction. Image display with DICOM network connection, complete with 19 inch colour TFT display. Digital Radiography System - Dual core or better microprocessor with at least 4 GB Ram. - Storage of 8000 or more images. - Exposure and post processing - Image documentation, archiving, display of image markers. - Organ program selection and configuration. - Image processing functions such as rotate, mirror, zoom, window, filter, insert comment line etc. - The system to have SW/HW to attain higher detail contrast (soft tissue and bone) - Reduced noise with the multi-scale procedures for images post- processing. - DICOM Functions include: Send, print and CD Write. - UPS for the Digital System. Accessories - Lead glass size 1.5 mm or better: size 80 cm x 100 cm. - Lateral FPD holder and compression belt. - Lead Aprons 0.5 mm, quantity 02 - Thyroid shield: 0.5 mm pb, quantity 02. - Lead goggle and gonadal shields - Quantity 02. LASER IMAGER Power Requirements Line voltage: Three-phase AC Line frequency: 50 Hz Permissible line voltage fluctuation rate (no load): Âą10% MOBILE X-RAY UNIT 4 Heavy duty, mains /battery operated, mobile X-ray unit for applications in the ICU, indoor departments, in the operation theatre and X-RAY Department SPECIFICATIONS

Page 8 of 11


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS TYPE OF GENERATOR

Microprocessor Controlled, High Frequency X-Ray Generator with digital display for setting of parameters.

OUTPUT

High frequency generator output of 15 kW

X-RAY TUBE

Normal focal spot 1.0 mm with rotating anode. Anode heat storage capacity – min. 100 kHU adequately matched to high frequency generator output

RADIOGRAPHIC KV

40 – 100 KV freely adjustable with 1 or 2 KV steps / free setting of KV and mAs values by push buttons.

EXPOSURE TIMER

Electronic minimum – 2-3mSec

COLLIMATOR / ARM

ROTATEABLE + 45 degree, MANUAL, light-beam collimator

SAFETY DEVICES

Thermal overload blocking

POWER REQUIREMENT

220 Volts, 50 Hz, single phase, connect-able to any wall outlet with protective ground connector.

MAINS COMPENSATION

Manual / automatic +/- 10 %.

STANDARD ACCESSORIES

Page 9 of 11


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PACKAGE – 23 RADIODIAGNOSIS EQUIPMENT

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE NO OF ENGINEERS (B.S.C ENGINEERING) DIPLOMA HOLDERS(D.A.E) F OREIGN TRAINING

SPARE P ARTS / INVENTORY WORKSHOP F ACILITES

WARRANTY

THREE FIVE CERTIFICATE OF FOREIGN TRAINED ENGINEER ON MAJOR PRODUCTS OF PACKAGES IS MANDATORY. LIST OF INVENTORY OF MAJOR ITEMS OF PACKAGE . DETAIL OF WORKSHOP F ACILITIES , LIST OF TESTING EQUIPMENT , TOOLS , INSTRUMENTS .

MANUFACTURER’S WARRANTY FOR COMPLETE TIME PERIOD . PRODUCT QUALIFICATION PRE-REQUISITE

TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST

AT LEAST THREE REFERENCE OF INSTALLATION /SUPPLIES OF QUOTED PRODUCT / BRAND

PERFORMANCE RECORD IN THE NATIONAL MARKET OF PRODUCT / BRAND QUALITY CERTIFICATES

FDA 510(K) / CE(MDD) / JMHLW

Page 10 of 11


Page 11 of 11

Qualification of Engineers( Attached Degrees and Diplomas)

No of Trained Engineers on the quoted Product and their Names (Attach foreign Training Certificates)

No of Years of successful working of product in Pakistan

No of installation of product( Mention only three major installation)

Manufacturer’s warranty

Quality Certificate( FDA(510 K), CE(MDD), JMHLW), Attach relevant Certificates

Web site (The product should be available on this web site)

Country of origin of manufacturer

Year of launching of this model (Will be considered from the date of quality certification /Approval)

Country of origin of Product/Model

Model

Make

Qty

Name of Equipment

Sr.No

UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

CHECK LIST TO BE FILLED BY THE BIDDER


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS PRE-REQUISITE: 

The quoted Brand / Product must be installed and enjoy good reputation in Pakistani market for minimum one year.

The firm/s should have proper infrastructure to handle and execute the complete package.

PACKAGE - 16 SURGICAL INSTRUMENTS 1.

WRIGLEYS OUTLET FORCEPS Wrigleys Outlet Forceps

2.

KIELLANDS FORCEPS Kiellands Forceps

3.

OLDHAMS PERFORATOR Oldhams Perforator

4.

INSTRUMENT NAILING SET (INTERLOCK) 1. 2. 3. 4.

TARGON INSTRUMENTS BASIC SET TARGON AIMING DEVICES SET FEMUR/TIBIA BASIC FEMORAL IMPLANTS STAINLESS ST. TARGON FEMORAL IMPLANTS BASIC SET STEEL 5. BASIC FEMORAL IMPLANTS TITANIUM 6. TARGON FEMORAL IMPLANTS BASIC SET TITAN. 7. BASIC TIBAL IMPLANTS STAINLESS ST. 8. TARGON TIBIAL IMPLANTS BASIC SET STEEL 9. BASIC TIBAL IMPLANTS TITANIUM. 10. TARGON TIBIAL IMPLANTS BASIC SET TITAN. 11. SCREW SET IMPLANT STAINLESS STEEL 12. TARGON LOCKING SCREW STEEL 4.5X20MM 13. TARGON LOCKING SCREW STEEL 4.5X24MM 14. TARGON LOCKING SCREW STEEL 4.5X28MM

Page 1 of 16

1 1 1 1 1 1 1 1 1 1 1 2 2 2


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 15. TARGON LOCKING SCREW STEEL 4.5X32MM 16. TARGON LOCKING SCREW STEEL 4.5X36MM 17. TARGON LOCKING SCREW STEEL 4.5X40MM 18. TARGON LOCKING SCREW STEEL 4.5X44MM 19. TARGON LOCKING SCREW STEEL 4.5X48MM 20. TARGON LOCKING SCREW STEEL 4.5X52MM 21. TARGON LOCKING SCREW STEEL 4.5X56MM 22. TARGON LOCKING SCREW STEEL 4.5X60MM 23. TARGON LOCKING SCREW STEEL 5.0X20MM 24. TARGON LOCKING SCREW STEEL 5.0X24MM 25. TARGON LOCKING SCREW STEEL 5.0X28MM 26. TARGON LOCKING SCREW STEEL 5.0X32MM 27. TARGON LOCKING SCREW STEEL 5.0X36MM 28. TARGON LOCKING SCREW STEEL 5.0X40MM 29. TARGON LOCKING SCREW STEEL 5.0X44MM 30. TARGON LOCKING SCREW STEEL 5.0X48MM 31. TARGON LOCKING SCREW STEEL 5.0X52MM 32. TARGON LOCKING SCREW STEEL 5.0X56MM 33. TARGON LOCKING SCREW STEEL 5.0X60MM 34. TARGON LOCKING SCREW STEEL 6.0X36MM 35. TARGON LOCKING SCREW STEEL 6.0X40MM 36. TARGON LOCKING SCREW STEEL 6.0X44MM 37. TARGON LOCKING SCREW STEEL 6.0X48MM 38. TARGON LOCKING SCREW STEEL 6.0X52MM 39. TARGON LOCKING SCREW STEEL 6.0X56MM 40. TARGON LOCKING SCREW STEEL 6.0X60MM 41. TARGON LOCKING SCREW STEEL 6.0X64MM 42. TARGON LOCKING SCREW STEEL 6.0X68MM 43. TARGON LOCKING SCREW STEEL 6.0X72MM 44. TARGON LOCKING SCREW STEEL 6.0X76MM 45. TARGON LOCKING SCREW STEEL 6.0X80MM 46. TARGON LOCKING SCREW STEEL 6.0X84MM 47. TARGON LOCKING SCREW STEEL 6.0X88MM 48. TARGON LOCKING SCREW STEEL 6.0X92MM 49. TARGON LOCKING SCREW STEEL 6.0X96MM 50. TARGON OBTURATOR STEEL 9-11MM 51. TARGON OBTURATOR STEEL 12-15MM 52. TARGON TRAY F/KH209/KH230 53. SCREW SET IMPLANT TITANIUM 54. TARGON LOCKING SCREW TI 4.5X20MM

Page 2 of 16

2 4 4 4 4 4 2 2 2 2 2 2 4 4 4 4 4 2 2 2 2 2 4 4 4 4 4 4 2 2 2 2 2 2 2 5 5 1 1 2


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 55. TARGON LOCKING SCREW TI 4.5X24MM 56. TARGON LOCKING SCREW TI 4.5X28MM 57. TARGON LOCKING SCREW TI 4.5X32MM 58. TARGON LOCKING SCREW TI 4.5X36MM 59. TARGON LOCKING SCREW TI 4.5X40MM 60. TARGON LOCKING SCREW TI 4.5X44MM 61. TARGON LOCKING SCREW TI 4.5X48MM 62. TARGON LOCKING SCREW TI 4.5X52MM 63. TARGON LOCKING SCREW TI 4.5X56MM 64. TARGON LOCKING SCREW TI 4.5X60MM 65. TARGON LOCKING SCREW TI 6.0X36MM 66. TARGON LOCKING SCREW TI 6.0X40MM 67. TARGON LOCKING SCREW TI 6.0X44MM 68. TARGON LOCKING SCREW TI 6.0X48MM 69. TARGON LOCKING SCREW TI 6.0X52MM 70. TARGON LOCKING SCREW TI 6.0X56MM 71. TARGON LOCKING SCREW TI 6.0X60MM 72. TARGON LOCKING SCREW TI 6.0X64MM 73. TARGON LOCKING SCREW TI 6.0X68MM 74. TARGON LOCKING SCREW TI 6.0X72MM 75. TARGON LOCKING SCREW TI 6.0X76MM 76. TARGON LOCKING SCREW TI 6.0X80MM 77. TARGON LOCKING SCREW TI 6.0X84MM 78. TARGON LOCKING SCREW TI 6.0X88MM 79. TARGON LOCKING SCREW TI 6.0X92MM 80. TARGON LOCKING SCREW TI 6.0X96MM 81. TARGON OBTURATOR TITANIUM 82. TARGON TRAY F/KH209/KH230 83. 1/M 1/L NAILING SET FOR FEMMUR & TIBIA

84.

CAESARIAN SECTION SETS Mayo Scissors 14.5cm TC Straight 01 Pcs 1 2 3 4 5

Mayo Scissors 14.5cm TC Curved 01 Pcs Mayo Hager Needle Holder 16cm TC 01 Pcs Heany Needle Holder 21cm TC 01 Pcs Scalpel Handle #4 01 Pcs

6

Blades for Scalpel Handle #4 04 Pcs

Page 3 of 16

2 2 2 4 4 4 4 4 2 2 2 2 2 4 4 4 4 4 4 2 2 2 2 2 2 2 10 10 1


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

85.

7 8 9 10 11 12 13 14

Stille Forceps 20cm 02 Pcs Dissection Forceps 16cm 02 Pcs Tissue Forceps 1:2 16cm 01 Pcs Lane Forceps 1:2 18cm 01 Pcs Kelly Forceps 14cm Straight 06 Pcs Kelly Forceps 14cm Curved 06 Pcs Crile Forceps 1:2 14cm 02 Pcs Allis Tissue Forceps 4:5 19cm 01 Pcs

15 16 17 18

Backhaus Towel Forceps 11cm 04 Pcs Doyen Retractor 50x85mm 25cm 01 Pcs Kelly Retractor 65x50mm 26cm 01 Pcs Foerster Sponge Forceps 25cm 02 Pcs Instruments Box with Lid 01 Pcs

GENERAL SURGERY SETS MAJOR 1. Sterilization tray with holes 12"x10" 2. Kidney tray (medium size) 3. Steel bowls (medium size) 4. Sponge holding forceps (long size) 5. Towel clips 6. Knife holders for blade # 23 7. Knife holders for blade # 10 & 11 8. Touch forceps 5" 9. Non toothed forceps 7" 10. Toothed forceps 5" 11. Toothed forceps 7" 12. Scissors curved tip and blunt ends 7" 13. Scissors straight with blunt ends 7" 14. Mayo’s scissors 7" 15. Artery forceps curved (medium size) 16. Mosquito artery forceps 17. Needle holders 7" 18. Needle holders (small size) 19. Allis tissue holding forceps (medium size) 20. Hernial ring 21. Retractor langenbeck (medium size) 22. Retractor langenbeck (large size) 23. Retractor langenbeck (small size)

Page 4 of 16

1 2 2 2 6 1 1 1 1 1 1 1 1 1 12 12 1 1 6 2 2 2 2


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

24.

VENESECTION SET Venesection Set

25.

MEIGLE FOCEPES Meigle forceps

26.

NEURO SURGERY OPERATION SET 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23.

24. 25. 26. 27. 28. 29.

Towel clips BP handle Right angle retractors small Right angle retractors large Suction nozzle, metallic Artery forceps curved, 5" Artery forceps straight, 5" Forceps toothed Forceps plain Needle holders Scissors, mayo Scissors. Dissecting Scissors straight Alice’s forceps Dissection forceps 8 ½" curved to side Dissection forceps 8 ½" straight to side Dural dissection forceps 6" Dural dissection forceps 7" Dural dissection forceps 5" Adson’s bayonet dissection forceps 7 ½" Dressing forceps 8" Dressing forceps 4 ½"-5" Hudson’s brace with spherical conical burs |& perforators different sized along with extension conical burs (Different Sizes) Gigli’s Saw 50cm & 30cm (Imported) Gigli’s saw handle Gigli’s guide & protector 2-3mm (width) Malleable pituitary spoon Pituitary curettes straight & angled Ventricular cannula

Page 5 of 16

8 2 2 2 2 12 12 2 2 2 2 2 1 12 2 2 2 2 2 2 2 2 5 24 4 4 2 2 2


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 30. 31. 32. 33. 34. 35. 36. 37. 38. 39. 40. 27.

Dural scissors 5" Dural scissors 7" Suction tube 7", 8", 9" (different bores) Periosteal elevator straight & curved Double ended dissector Artery forceps curved on side 6" Artery forceps straight 6" Double action rongeur curved on side 8" long Double action rongeur straight 8" long Spade periosteal elevator straight Cone’s wire twisting forceps

2 2 6 2 2 2 2 2 2 2 2

LAMINECTOMY SET 1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

Towel clips Bp handle Right angle retractors small Right angle retractors large SuctiOn nozzle, metallic Artery forCeps curved, 5" Artery forceps straight, 5” Forceps toothed Forceps plain Needle holders

8 2 2 2 2 12 12 2 2 2

11. Scissors mayo

2

12. Scissors. Dissecting

2

13. Scissors straight

1

14. Alice’s forceps

12

15. Nerve hook single ended & double handed

4

16. O’ connell’s nerve root retractor double ended

4

17. Henderson self retaining laminectomy retractor 7", 5" 18. Mayo adson’s laminectomy retractor 11 ½" long

2

Page 6 of 16

2


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

28.

19. Cone’s hemilaminectomy retractor right & left side 6 ½" long 20. Stookeys rongeur 7" long

2

21. Kerrison rongeur upward cutting 2mm bite 45 degree curved mouth 22. Kerrison rongeur upward cutting 3mm bite with 3" shaft 45 degree curved mouth 23. Kerrison rongeur upward cutting 4mm bite 45 degree curved mouth 24. Kerrison rongeur upward cutting 5mm bite 45 curved mouth 25. Rongeurs angled upward 3mm bite

2

26. Rouneurs angled upward 4mm bite

2

27. Rongeurs angled upward 5mm bite

2

28. Rongeurs angled downward 3mm bite

2

29. Rongeurs angled downward 4mm bite

2

30. Rongeurs angled straight 3mm bite

2

31. Rongeurs angled straight 4mm bite

2

32. Rongeurs angled downward 5mm bite

2

33. Pattern spinal fusion cutter angled 4"

2

34. Pattern spinal fusion cutter angled 6"

2

CRAIONOTOMY SET 1

Crank Brace, Hudson-Downs

1

Extension Piece, Hudson-Downs

2

Cutter, Hudson, 12 mm

2

Cutter, Hudson, 15 mm

Page 7 of 16

2

2 2 2 2


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 2

Cutter, Hudson, 13 mm

2

Cutter, Hudson, 16 mm

2

Cutter, Hudson, 19 mm

25

Gigli Wire Saw, in 6 Parts, 300mm Long

25

Gigli Wire Saw, in 6 Parts, 400mm Long

2

Hook Handle for Wire Saws

3

Lebsche Conductor for Wire Saws, Flexible

2

Jansen Bone Rongeur, 175 mm, Straight

2

Jansen Bone Rongeur, 175 mm, Curved

2

Marquardt Bone Rongeur, 200 mm

2

Ruskin-Roettgen Holl. Chisel Forc., 240mm

1

Bone Punch Detach., Kerrison-Jacoby, 2mm

1

Bone Punch Detach., Ferris-Smith-Kerrison, 3mm

1

Bone Punch Detach., Ferris-Smith-Kerrison, 4mm

1

Bone Punch Detach.,Kerrison-Jacoby, 2 mm

1

Bone Punch Detach., Ferris-Smith- Kerrison, 3mm

1

Bone Punch Detach.,Ferris-Smith-Kerrison, 4mm

1

Caspar Rongeur Downwards 155 mm , Jaw 2mm

1

Caspar Rongeur Downwards 155 mm , Jaw 3mm

1

Caspar Rongeur Downwards 155 mm , Jaw 4mm

1

Caspar Rongeur Straight 155mm, Jaw 2mm

1

Caspar Rongeur Straight 155mm, Jaw 3mm

1

Caspar Rongeur Straight 155mm, Jaw 4mm

Page 8 of 16


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

29.

1

Caspar Rongeur Upwards 155mm, Jaw 2mm

1

Caspar Rongeur Upwards 155mm, Jaw 3mm

1

Caspar Rongeur Upwards 155mm, Jaw 4mm

3

Frazier Brain Puncture Cannula

2

Brain Spatula, Convex, 7 and 9 mm

2

Brain Spatula, Convex, 11 and 13 mm

2

Brain Spatula, Convex, 15 and 18 mm

2

Penfield Dissector, Fig.3, Double Ended

1

Freer Elevator, Sharp/Blunt, 185mm

1

Love Nerve Root Retractor, Angled 45 Deg

1

Yasargil Micro Forceps, 3 mm Mouth, 165mm

1

Yasargil Micro Forceps, 5 mm Mouth, 165mm

2

Dura Hook, Cairns, Sharp, 127 mm

2

Cushing Nerve Hook, Probe Pointed, Small

2

Metzenbaum Scissors, Straight, 180 mm

2

Metzenbaum Scissors, Curved, 180 mm

OBSTETERIC SET MAJOR 1 2 3 4 5 6 7 8 9 10 11

Scalpel Handle #3 Scalpel Handle #4 Scalpel Handle #3L Scalpel Handle #4L Yankauer Suction Tube Stainless Operating Scissors 6 -1/2" Curved SH/BI Pratt T-Shaped Clamp Straight 5-1/2" Roch-Pean Forceps Curved 8" Roch-Pean Forceps Straight 8" Roch-Ochsner Forceps Curved 8" Roch-Ochsner Forceps Straight 8"

Page 9 of 16

1 1 1 1 1 1 2 3 3 3 3


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35

Crile Forceps Straight 6-1/4" Crile Forceps Curved 6 -1/4" Dressing Forceps 8" Tissue Forceps 1x2 8" Russian Tissue Forceps 8" Russian Tissue Forceps 10" Mayo-Hegar NH 8" HeaneyNH8-1/4" Mayo-Hegar NH Serrated 7" T-C Mayo-Hegar NH Serrated 8" T-C Sklarlite Operating Scissors SS St 5 -1/2" Sklarlite Operating Scissors SB St 5 -1/2" Poole Suction Tube Slip on Stn 23 Fr Allis Tissue Forceps 5x6 7 -1/2" Allis Tissue Forceps 5x6 10" Backhaus Towel Clamp 5-1/4" Potts-Smith Dressing Forceps 8 -1/4" T-C Metz-Nelson Scissors Curved 9" Metz-Nelson Scissors Straight 9" Bozeman Forceps Double Curved 10" Foerster Sponge Forceps Straight Serrated 9-1/2" Mayo Dissecting Scissors Straight 9" Mayo Dissecting Scissors Curved 9" Heaney Forceps Lght Single Tooth 7-3/4"

6 6 1 2 1 1 1 2 2 2 1 1 2 2 2 8 1 1 1 2 2 1 1 2

36 37 38 39 40 41 42 43

Heaney Forceps Heavy Single Tooth 7 -3/4" Phaneuf Uterine Artery Forceps Ang 8" De Alvarez Forceps 8 -1/4" Eastman Retractor Sm Bid 3" x 1 -1/2" Eastman Retractor Medium Bid 3 -1/2" x 1 -1/2" Eastman Retractor Large Bid 4" x 1 -1/2" Auvard SpeculumMed 25 Lbs Bid Graves Vaginal Speculum Sm -3/4" x 3"

2 2 2 1 1 1 1 1

44 45 46 47 48 49 50

Graves Vaginal Speculum Medium 1 -1/4" x 4" Graves Vaginal Speculum Large 1 -3/4" x 4-1/2" Hank Dilator St Of 6 In Khaki Roll Simpson Sound Cm Graduation Schweizer Uter/Cerv Forceps 9-1/2" Schroeder Tenaculum Forceps 9-1/2" Allis Grasping Forceps 7-1/2" T-C

1 1 1 1 1 2 2

Page 10 of 16


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

30.

31.

32.

OBSTETERIC SET MINOR 1

Mixing/solution Bowl 3 Qt

1

2

Iodine Cup 6 Oz 3 7/16" X 2"

2

3

Emesis Basin 12 Oz

2

4

Instr Tray 12 1/4x7 3/4x2 1/4"

2

5

Tray Cover For 10-1877

2

6

Roch Ochsner Forceps Straight 1x2 7 1/4

2

7

Spencer Wells Forceps Straight 5"

2

8

Spencer Wells Forceps Straight 8"

2

9

Rampley Sponge Forceps 9 3/4"

2

10

Scalpel Handle #4

1

11

Javerts Placenta Forceps Serrated 91/2

2

12

Umbilical Scissors 4"

1

OBSTRUCTED LABOUR SET 1

Surgical Scissors,180mm,blunt/blunt,straight

1

2

Haemostatic Forceps, curved, 180 mm, Crile

1

3

suction tube for abortion,7#

1

4

kidney dish, medium size

1

5

plate for holding sponge

1

6

umbilical cord scissors, 140mm curved

1

ORTHOPAEDIC SURGERY SET 1. Forester sponge hold forc serrate jaws 2. Backhaus towel holding forces 110mm 3. Scalpel hde no.3

Page 11 of 16

2 8 1


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 4. Scalpel hdl no.4 5. Mayo dissect scissors cvd 170mm 6. Metzenbaum dissect scissors cvd 145mm 7. Metzenbaum dissect scissors cvd 200mm 8. Op. Scissors str bl / sh 145mm 9. Dissecting forceps std pattern 145mm 10. Dissect forceps w/o t. Std patt 200mm 11. Tissue forceps std patt. 1 x 2 t 145mm 12. Dissect forceps std patt 1 x2 t 200 13. Cushing dissect forceps str 200mm 14. Halsted mosquito forceps str 125mm 15. Crile artery forceps cvd 140mm 16. Pean artery forceps str 140mm 17. Kocher-ochsn artery forc 1 x 2 t str 160mm 18.

1 1 1 1 1 1 1 1 1 1 6 6 6 4

SET FOR PLATING/FIXATION 1. K Wire 2.0mm dia 150mm length with trocar tip

10 Nos

2. 4.5mm drill guide

01 No

3. Triple drill guide

01 No

4. Counter sink/ Router for quick coupling

01 No

5. Sliding Guide/ Chisle Guide with adjustable angle

01 No

6. Seating chisel/ Nail starter

01 No

7. Inserter/ Extractor or Impractor

01 No

8. Slotted Hammer/ Extraction mallet sloted

01 No

9. Impactor

01 No

10. Condylar plate guide/ angle guide for codylar angle

01 No

plates 11. Triangular Positioning 90/50/40

01 each

12. 80/70/30

01 each

13. 100/60/20

01 each

14. Quard angular positioning plate/angle Gauge/Adjustable

01 No

Page 12 of 16


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

15.

TRACHEOSTOMY SET. 1. FOERSTER SPONGE FCPS SERR STR 242MM 2. BACKHAUS TOWEL CLAMP 110MM 3. SCALPEL HANDLE #3 4. SCALPEL HANDLE #4 5. MAYO SCISSORS CVD 170MM 6. METZENBAUM SCISSORS CVD180MM 7. METZENBAUM SCISSORS CVD 200MM 8. SURGICAL SCISSORS STR S/B145MM 9. STANDARD FORCEPS SERR 145MM 10. STANDARD FORCEPS SERR 200MM 11. STANDARD TISSUE FORCEPS 1X2 145MM 12. STANDARD TISSUE FORCEPS 1X2 200MM 13. HALSTED-MOSQUITO FORCEPS DEL CVD125MM 14. CRILE FORCEPS STR 1X2160MM 15. BABY-MIXTER FORCEPS HEAVY-CVD180MM 16. OVERHOLT FORCEPS # 1 CVD209MM 17. MAYO-HEGAR NEEDLE HOLDER185MM 18. MAYO-HEGAR NEEDLE HOLDER200MM 19. ALLIS FORCEPS 4X5 155MM 20. CZERNY UTERINE TENAC. FCPSSTR4X4200MM 21. LAHEY FORCEPS 3X3 155MM 22. FARABEUF RTRCTRS25X10/32X12-22X10/28X12 23. COLLIN RETRAC. 21X14/32X16-17X14/28X16MM 24. VOLKMANN RETR4-PRGSEMI-S8.5X19222MM 25. SIMON VAGINAL RETR 115X26MM 273MM 26. WULLSTEIN RETRACTOR 3X3 SHARP 130MM 27. KIDNEY TRAY STAINLESS STEEL 250MM 28. LABORATORY DISH 0.16 L

29.

L.M.A ( ALL SIZE) L.M.A ( ALL SIZE)

30.

I/V CUT DOWN SET 1. 2. 3. 4. 5. 6.

Masketo Artery forceps curved = 4 Masketo Artery forceps straight = 4 Needle holder 6” =1 Langan back retractor small size 1 pair Skin retractor = 2 Surgical scissor 7” =1

Page 13 of 16

2 6 1 1 1 1 1 1 1 1 1 1 4 4 1 1 1 1 1 1 1 1 2 2 1 1 1 1


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 7. Fine scissor =1 8. Nursing scissor = 1 9. B.P. Handle No.3 ,4 =1+1 10. Towel clips = 4 11. Kidney tray =1 12. Bowl small SS =1 13.

POP CUTTER (ELECTRIC) POP electric cutter with cast extraction.

Page 14 of 16


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS PACKAGE – 16 SURGICAL INSTRUMENTS

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE DIPLOMA H OLDERS(D.A.E) SPARE PARTS / INVENTORY WORKSHOP FACILITES

One LIST OF INVENTORY OF MAJOR ITEMS OF PACKAGE . DETAIL OF W ORKSHOP FACILITIES, LIST OF TESTING EQUIPMENT , TOOLS , INSTRUMENTS.

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST

AT LEAST THREE REFERENCE OF INSTALLATION /S UPPLIES OF QUOTED BRAND/PRODUCT .

PERFORMANCE RECORD IN THE NATIONAL MARKET OF PRODUCT /BRAND

QUALITY CERTIFICATES

FDA 510(K) / CE(MDD) / JMHLW

Page 15 of 16


Page 16 of 16

Qualification of Engineers( Attached Degrees and Diplomas)

No of Trained Engineers on the quoted Product and their Names (Attach foreign Training Certificates)

No of Years of successful working of product in Pakistan

No of installation of product( Mention only three major installation)

Quality Certificate( FDA(510 K), CE(MDD), JMHLW), Attach relevant Certificates

Web site (The product should be available on this web site)

Country of origin of manufacturer

Country of origin of Product/Model

Model

Make

Qty

Name of Equipment

Sr.No

UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

CHECK LIST TO BE FILLED BY THE BIDDER


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PRE-REQUISITE: 

The manufacturer of quoted equipment must be of USA, Europe or Japan origins only.

The medical equipment of USA must comply with 510(K) FDA (Food & Drug Administration), in case of Europe MDD (Medical Device Directive) and for Japan MHLW (Ministry of Health, Labor & Welfare) for specific quoted model. The other/non medical equipment should comply with the relevant National/ International product quality standards of respective origins.

The firms must quote their leading brands from the above mentioned origins with the proven past performance nationally and internationally. The firm must possess its related back up support services including trained engineers, workshop facilities, spare parts availability and repair/calibration tools etc.

The quoted Brand / product must be installed and enjoy good reputation in Pakistani market for minimum one year.

The firm/s should have proper infrastructure to handle and execute the complete package. PACKAGE – 07 E.N.T

1.

AUDIOMETER Two channel micro processor base audiometer with built-in free field amplifier and set of two loud speakers having tone modes of pulsed, steady and warble for following audiometric tests. Pure tone AC, BC, speech threshold, pulsed tone ABLB, Stinger, Sisi, narrow band masking, Speech noise, Tone decay, Lombard, Speech discrimination for live and recorded speech. Built-in speaker for talk-over, talk-back with audio cups and stereo tape-recorder. Frequency A.C. 125 to 8000 B.C 250 to 6000 Hz or better Speech Free Field 125 to 12000 Hz or better Masking for air-conduction, bone conduction and speech. Attenuator range in dBHL in 1,2 and 5 dB steps from -10 to + 120 or better


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS Built-in Free Field Amplifier & external two loud speaker set. Output Switching R,L,BC,LFF,RFF,R + L and insert Built-in LED VU meters for calibration of speech. Transducer:Head Phones, bone vibrator, mic for speech and loud speaker monitor with volume control. Display for monitoring of all relevant information concerning the test being conducted. All tests should be software supported while preventing the illegal entries. Provision for the connection of free field loud speaker and stero tape recorder. Built-in RS-232 Interface. Necessary software for connecting the unit to a personal computer for graphic representation of audiometer tests. Accessories: 1. Stereo sound recorder. 2. Operator microphone 3. External microphone. 4. Operator headphone. 5. Patient's response switch 6. Insert Ear phone Complete with Sound Proof Booth having glass window and chair for examination.


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS PACKAGE – 07 ENT

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE DIPLOMA H OLDERS(D.A.E) SPARE PARTS / INVENTORY WORKSHOP FACILITES

ONE

LIST OF INVENTORY OF MAJOR ITEMS OF PACKAGE . DETAIL OF W ORKSHOP FACILITIES, LIST OF TESTING EQUIPMENT , TOOLS , INSTRUMENTS.

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST

AT LEAST THREE REFERENCE OF INSTALLATION /S UPPLIES OF QUOTED BRAND/PRODUCT .

PERFORMANCE RECORD IN THE NATIONAL MARKET OF PRODUCT /BRAND

QUALITY CERTIFICATES

FDA 510(K) / CE(MDD) / JMHLW


Qualification of Engineers( Attached Degrees and Diplomas)

No of Trained Engineers on the quoted Product and their Names (Attach foreign Training Certificates)

No of Years of successful working of product in Pakistan

No of installation of product( Mention only three major installation)

Quality Certificate( FDA(510 K), CE(MDD), JMHLW), Attach relevant Certificates

Web site (The product should be available on this web site)

Country of origin of manufacturer

Country of origin of Product/Model

Model

Make

Qty

Name of Equipment

Sr.No

UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

CHECK LIST TO BE FILLED BY THE BIDDER


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS PRE-REQUISITE: 

The manufacturer of quoted equipment must be of USA, Europe or Japan origins only.

The medical equipment of USA must comply with 510(K) FDA (Food & Drug Administration), in case of Europe MDD (Medical Device Directive) and for Japan MHLW (Ministry of Health, Labor & Welfare) for specific quoted model. The other/non medical equipment should comply with the relevant National/ International product quality standards of respective origins.

The firms must quote their leading brands from the above mentioned origins with the proven past performance nationally and internationally. The firm must possess its related back up support services including trained engineers, workshop facilities, spare parts availability and repair/calibration tools etc.

The quoted Brand / Product must be installed and enjoy good reputation in Pakistani market for minimum one year.

The firm/s should have proper infrastructure to handle and execute the complete package.

PACKAGE - 13 PEDIATRIC EQUIPMENT 1. PHOTOTHERAPY UNIT     

2.

Swirling light head, height adjustable on mobile stand with lockable castors. 6 Blue or 4 Blue/2 White combination tubes or any other equivalent source Wave length of fluorescent tubes: 400-550nm Therapy timer and total run hour timer with LED/LCD display, which can be reset for each treatment. Air convection system in the light head for silent operation and excessive heat discharge.

INTENSIVE CARE INCUBATOR Intensive care incubator comprises microprocessor controlled unit with digital display of set/measured temperature, humidity and weight. Incubator hood double/triple wall, doors at front and back. Bed surface (600 x 350 mm) (approx) with mattress tiltable head and foot end. Integrated X-ray tray to accommodate X-ray cassettes from outside without moving the baby. 5 x elbow hand ports, one iris

Page 1 of 5


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS diaphragm and access holes. Noise level inside the hood < 45 dBA. X-ray compatible hood/mattress with tray Temperature regulation Air Temperature setting range: Skin temperature setting range: Display resolution:

25-37ºC / 37 -39ºC 34-37ºC / 37 -38ºC 0.1ºC

Humidity regulation Water Reservoir Capacity : Setting/display Range:

500ml (15 – 90%)

Weighing Scale Inbuilt digital weighing scale Alarm Safety Signals Visual and audible battery buffered/ powered alarms for, skin and air control temperature deviations, over temperature skin / over temperature air control, Humidity Control, Fan failure, Cabinet base/ drawers unit, lockable antistatic Casters. Accessories : Air sensor, skin sensors, humidity sensor, IV Pole, replaceable bacterial filter, Rails at head and foot end. Mattress with cover. RS232 Port.

3.

PAEDIATRIC TROLLEY WITH OVERHEAD WARMER / RESUSCITATION TROLLEY Microprocessor controlled heating system. Open intensive care system for pre-mature and new born Two modes, Skin or Manual Mode  Control unit with user’s instructions in color codes.  Manual heat output control : 0% to 100%  Skin temp setting range: 34.0° - 37.9°C  Display range LED / LCD : 30 – 42 °C  Heating power: 500 W Quartz  Switch for operating modes, skin or manual control.  Pivot arm technology, heating head can be moved 60° in both directions allowing X-Ray procedure without moving the baby.  Integrated observation lamp 12V 50Hz, Halogen  Secured plexiglas side panels, foldable down, with grid for X-ray. X-Ray tray baby lying surface 760 x 600 mm, Bed inclination ± 10°

Page 2 of 5


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 

Combined O2 humidifier with venture suction complete includingflwo meter and suction bottle. Corrugated tube for O2 humidifier and O2 connection hose. 1 x O2 Cylinder with fittings.

Audio Visual Alarms battery buffered  Power failure, Skin Temperature deviations, High Temperature, Skin probe defective/ unplugged.  Plexiglas side panels, foldable down, with grid for X-ray positioning  Venturi suction complete including suction jar, O2 flowmeter, Oxygen hose  Integrated X-ray Tray  Mobile stand with Ground plate, bumper guard, 4 antistatic castors two with locks  Including o O2 hood o IV pole o Skin probe Fitting rail

Page 3 of 5


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PACKAGE – 13 PEADIATRIC EQUIPMENT

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE DIPLOMA HOLDERS(D.A.E) SPARE P ARTS / INVENTORY WORKSHOP F ACILITES

THREE LIST OF INVENTORY OF MAJOR ITEMS OF PACKAGE . DETAIL OF WORKSHOP F ACILITIES , LIST OF TESTING EQUIPMENT , TOOLS , INSTRUMENTS .

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST

AT LEAST THREE REFERENCE OF INSTALLATION /SUPPLIES OF QUOTED BRAND/ PRODUCT .

PERFORMANCE RECORD IN THE NATIONAL MARKET OF PRODUCT / BRAND QUALITY CERTIFICATES

FDA 510(K) / CE(MDD) / JMHLW

Page 4 of 5


Page 5 of 5

Qualification of Engineers( Attached Degrees and Diplomas)

No of Trained Engineers on the quoted Product and their Names (Attach foreign Training Certificates)

No of Years of successful working of product in Pakistan

No of installation of product( Mention only three major installation)

Quality Certificate( FDA(510 K), CE(MDD), JMHLW), Attach relevant Certificates

Web site (The product should be available on this web site)

Country of origin of manufacturer

Country of origin of Product/Model

Model

Make

Qty

Name of Equipment

Sr.No

UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

CHECK LIST TO BE FILLED BY THE BIDDER


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PRE-REQUISITE: 

The manufacturer of quoted equipment must be of USA, Europe or Japan origins only.

The medical equipment of USA must comply with 510(K) FDA (Food & Drug Administration), in case of Europe MDD (Medical Device Directive) and for Japan MHLW (Ministry of Health, Labor & Welfare) for specific quoted model. The other/non medical equipment should comply with the relevant National/ International product quality standards of respective origins.

The firms must quote their leading brands from the above mentioned origins with the proven past performance nationally and internationally. The firm must possess its related back up support services including trained engineers, workshop facilities, spare parts availability and repair/calibration tools etc.

The quoted Brand / product must be installed and enjoy good reputation in Pakistani market for minimum one year.

The firm/s should have proper infrastructure to handle and execute the complete package.

PACKAGE – 08 OPTHAMALOGY 1

Teaching operating Microscope with XY Movement Operation microscope for ophthalmology Floor stand mount microscope body with zoom (rations 1:5 or better). XY coupling Built-n coaxial illumination with red reflex. Fine focusing Coarse focusing manual or motorized Objective f=175mm Binocular tube: inclined at a fixed angle Eyepiece: 10 X or 12.5X with dioptric adjustment Dust cover sterilize-able protective caps for all drive knobs LED illumination with controllable intensity Water proof foot control panel


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PACKAGE – 08 OPTHAMALOGY

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE DIPLOMA H OLDERS(D.A.E) SPARE PARTS / INVENTORY WORKSHOP FACILITES

TWO LIST OF INVENTORY OF MAJOR ITEMS OF PACKAGE . DETAIL OF W ORKSHOP FACILITIES, LIST OF TESTING EQUIPMENT , TOOLS , INSTRUMENTS.

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST

AT LEAST THREE REFERENCE OF INSTALLATION /S UPPLIES OF QUOTED BRAND/PRODUCT .

PERFORMANCE RECORD IN THE NATIONAL MARKET OF PRODUCT /BRAND

QUALITY CERTIFICATES

FDA 510(K) / CE(MDD) / JMHLW


Qualification of Engineers( Attached Degrees and Diplomas)

No of Trained Engineers on the quoted Product and their Names (Attach foreign Training Certificates)

No of Years of successful working of product in Pakistan

No of installation of product( Mention only three major installation)

Quality Certificate( FDA(510 K), CE(MDD), JMHLW), Attach relevant Certificates

Web site (The product should be available on this web site)

Country of origin of manufacturer

Country of origin of Product/Model

Model

Make

Qty

Name of Equipment

Sr.No

UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

CHECK LIST TO BE FILLED BY THE BIDDER


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PRE-REQUISITE: 

The manufacturer of quoted equipment must be of USA, Europe or Japan origins only.

The medical equipment of USA must comply with 510(K) FDA (Food & Drug Administration), in case of Europe MDD (Medical Device Directive) and for Japan MHLW (Ministry of Health, Labour & Welfare) for specific quoted model. The other/non medical equipment should comply with the relevant National/ International product quality standards of respective origins.

The firms must quote their leading brands from the above mentioned origins with the proven past performance nationally and internationally. The firm must possess its related back up support services including trained engineers, workshop facilities, spare parts availability and repair/calibration tools etc.

The quoted Brand / product must be installed and enjoy good reputation in Pakistani market for minimum one year.

The firm/s should have proper infrastructure to handle and execute the complete package.

PACKAGE - 2

ANESTHESIA AND VENTILATION 1

ICU VENTILATOR Ventilation: Microprocessor based controlled ventilation system. LCD/TFT color monitor 12” Minimum. Patient Range: Pediatrics and Adult. Breathing classification: Pressure control, Volume control and pressure control with set Volume Breath. Modes of Ventilation: Volume control Assisted CMV Pressure control PS Assist Pressure support CPAP SIMV+ Pressure support Non invasive ventilation Bi-level Ventilation

Page 1 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS Control: Set & measured parameters simultaneously. Measurement range/ specification Inspiratory tidal volume :20 – 2000 ml or more Respiratory frequency : 10-120 bpm SIMV breath frequency : 1-50 bpm Inspiratory pressure : 10-80 cm H2O Inspiratory flow : 80 cm H2O I : E ratio :1:4/4:1 PEEP : 0 -20 cm H2O FiO2/ O2 delivery : 21 – 100% Monitoring Parameters for set and measured value simultaneously with Digital Display Total breath rate. Oxygen concentration FIO2 Expired minute volume Peak expiratory flow I : E ratio Peak Pressure Mean pressure Lung Mechanics with pressure and volume loops. Others control and functions Back up ventilation Pause time INSP Microprocessor gas delivery system Breath circuit Compliance Compensation Expiratory hold/ Inspiratory hold Panel lock for safety Pressure and flow trigger sensitivity Trigger sensitivity indication Should able to operate on single air/ and gas source at 21% Oxygen. Mounted on trolley with lockable wheel Autoclavable reusable patient tubing circuit for peads and Adult (02) Alarms. Apnea AC power failure High and low Expired minute volume High and low peak air way pressure High and low breath rate FiO2 variation Low and high base line pressure Gas supply source failure Low battery Humidifier. Automatic compensation (Servo) controlled F&P heated humidifier with temperature monitoring at air way and humidification camber with alarm for low/ high limits with water tarp in the patient circuit. Power supply 220 V 50 Hz with internal chargeable battery backup min for 1 hr.

Page 2 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS Compressed Air Supply The unit will be driven on internal/ external Compressor having facility to connect with Central Medical Gas Pipeline System. 2 ANESTHESIA MACHINE WITH VENTILATOR ANAESTHETIC UNIT 3 GAS O2/N2O/AIR. Unit shall comprise of the following components Non-interchangeable pipeline inlets Pipeline & cylinder gauges for O2, N2O and AIR Central gas driven unit. Pin index cylinder yokes for Oxygen & N2O (One each), as backup. Gas outlet and O2 flush control 2 auxiliary O2 power outlets, One for ventilator Lockable castors Monitor shelf Impact resistant & easy to clean frame Stainless steel /fiber work surface Absorber support arm Three gas flow meter unit Isoflourane vaporizer (by choice), temperature and flow compensated. Drawer unit not less than 6'' high Power outlet with 4 socket outlets Absorber 1.0 - 2 kg complete with valve for bag/ventilator, manometer, 2/3 L breathing bag, breathing tube, mounts and Y-piece. Additional breathing hose and connector. ANESTHESIA VENTILATOR Ventilator complete with spirometry and manometer display. The ventilator shall be capable of ventilating pediatric patients down to 2-4 kg body weight. The ventilator shall have coloured graphical screen with following features as a minimum requirement: Volume Preset Time Cycled Ventilator (IPPV Mode) Pressure Controlled Mode Breathing Mode Selection (Standby / Volume / Spontaneous and Pressure) Built in Oxygen Monitor Inverse I:E ratio Capability Gas Specific Input Connectors (Air or Oxygen ISO or ANSI Standards) Tidal Volume from 20ml to 1400ml Rate or Frequency 4 to 60 bpm PEEP Inspiratory Pressure Limit Monitor Interface Capability Oxygen / Electronically Driven Power Supply 220 VAC , 50 Hz Battery Backup (30 Minutes or more) Low / High FiO2 Alarm Incorrect Rate or Ratio alarm Mains Failure alarm (30 Minutes Battery Backup) Low battery alarm. The ventilator shall be supplied complete drive hose and power cable.

Page 3 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 220V, 50 Hz operated. 3. ENTOX APPRATUS WITH CYLINDER ENTONOX should be ready-to use medical gas mixture consisting of 50% nitrous oxide and 50% oxygen for use in all situations where healthcare professionals need to administer an analgesic with rapid onset and offset. ENTONOX APPARATUS SHOULD CONSIST ON: 1. 2. 3. 4. 5. 6.

ENTONOX cylinder and trolley with wheels. ENTONOX cylinders. Demand Valve. Filters Cylinder key Face mask etc.

Attested by national certification companies

Page 4 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PACKAGE – 2 ANESTHESIA AND VENTILATION

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE NO OF ENGINEERS (B.S.C ENGINEERING) DIPLOMA HOLDERS(D.A.E) F OREIGN TRAINING

SPARE P ARTS / INVENTORY

WORKSHOP F ACILITIES

ONE F OUR CERTIFICATE OF FOREIGN TRAINED ENGINEER ON MAJOR PRODUCTS OF PACKAGES IS MANDATORY. LIST OF INVENTORY OF MAJOR ITEMS OF PACKAGE .

DETAIL OF WORKSHOP F ACILITIES , LIST OF TESTING EQUIPMENT , TOOLS , INSTRUMENTS .

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST

AT LEAST THREE REFERENCE OF INSTALLATION /SUPPLIES OF QUOTED P RODUCT / BRAND

PERFORMANCE RECORD IN THE NATIONAL MARKET OF P RODUCT/BRAND QUALITY CERTIFICATES

FDA 510(K) / CE(MDD) / JMHLW

Page 5 of 6


Page 6 of 6

Qualification of Engineers( Attached Degrees and Diplomas)

No of Trained Engineers on the quoted Product and their Names (Attach foreign Training Certificates)

No of Years of successful working of product in Pakistan

No of installation of product( Mention only three major installation)

Quality Certificate( FDA(510 K), CE(MDD), JMHLW), Attach relevant Certificates

Year of launching of this model (Will be considered from the date of quality certification /Approval)

Web site (The product should be available on this web site)

Country of origin of manufacturer

Country of origin of Product/Model

Model

Make

Qty

Name of Equipment

Sr.No

UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

CHECK LIST TO BE FILLED BY THE BIDDER(IN LANDSCAPE FORMAT)


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS PRE-REQUISITE: 

The manufacturer of quoted equipment must be of USA, Europe or Japan origins only.

The medical equipment of USA must comply with 510(K) FDA (Food & Drug Administration), in case of Europe MDD (Medical Device Directive) and for Japan MHLW (Ministry of Health, Labour & Welfare) for specific quoted model. The other/non medical equipment should comply with the relevant National/ International product quality standards of respective origins.

The firms must quote their leading brands from the above mentioned origins with the proven past performance nationally and internationally. The firm must possess its related back up support services including trained engineers, workshop facilities, spare parts availability and repair/calibration tools etc.

The quoted Brand / product must be installed and enjoy good reputation in Pakistani market for minimum one year.

The firm/s should have proper infrastructure to handle and execute the complete package.

PACKAGE – 3

ICU AND O.T EQUIPMENT -I 1.

SYRINGE PUMP Syringe pump for fluid administration. Flow Rates: 0.1 - 300 ml/hr. Digital display of set parameters. Universal Syringe acceptance capability for disposable, Plastic, Size, 10, 20, 50 ml. Drive Accuracy. ±3% Display of drug name, Infusion rate, infused volume and volume to be infused. Automatic adaptation of controls according to syringe /infusion set. Quick freed/rapid infusion facility. Safety alarm audible and acoustic for occlusion end of infusion, low battery. Rechargeable battery for minimum 03 hrs operation and mains operated 220V, 50Hz.

Page 1 of 5


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 2.

INFUSION PUMP Operates on any brand of infusion set. Automatic control of infusion rate independent of venous or arterial pressure, solution container height, and solution viscosity. Bolus function manual or automatic. Air bubble detector. Automatic pressure release after occlusion. Automatic switchover to keep-vein-open (KVO) rate of 1.0 ml/hr (or previous rate, whichever is less). Compatible with commonly available Infusion sets. Portable operation from self contained rechargeable battery with 03 hours or more operation time. ON/OFF: Light indicates main or battery operation FLOW SENSOR: Detects a “no flow” situation i.e. empty container DISPLAY: LED/LCD digital display which indicates flow rate, infused volume, volume to be infused, volume balance, infusion time, remaining time, battery capacity, occlusion level, pressure barograph, medication name. INFUSION RATE 0.1-999.9 ml/hr in 1 ml increments INFUSION TIME 1min to 99 hours 59 minutes AUTOMATIC RATE CALCULATION On total volume + time VOLUME LIMIT SELECTION From 1 -999 ml Accuracy of above parameters +/- 5% KVO RATE 0.1 – 3.0ml/hr AUDIBLE AND VISUAL ALARMS Activated by: Empty Container Occlusion Low Battery Open Door Air-in-Line Internal Malfunction End of infusion BATTERY Rechargeable maintenance free dry batteries with 3 hours or more operation when fully charged. SAFETY FEATURES: Door locks while functioning

Page 2 of 5


UP-GRADATION OF DHQ HOSPITAL, SARGODHA

3.

TECHNICAL SPECIFICATIONS VACUUM EXTRACTOR Mobile Vacuum Extractor unit Oil free and noise free, vibration free suction unit Noise level of maximum 50dB. Aspiration rate of 30 liter per min at 0-640 mmHg Vacuum continuously adjustable Vacuum meter in mmHg or kPa and regulator, on / off switch Casing with carry handle and fitting rail (2) suction tubing and silicone tubing with coupling connection (2) suction bottle, autoclave able 2 liters each (Polysulfone)/Un-breakable material 10X bacterial filter Vaccum Extractor with various combination of silicon cups Silicon cup 50 mm Silicon 60 mm Sterlizable autoclave able With foot vacuum regulator

4.

SUCKER MACHINE Heavy duty Mobile Suction Unit with twin jars of capacity up to 4 or 5 litre each, autoclavable (Polysulfone). 40 – 50 liters/minutes at 640-750mm Hg. Noise level should not exceed 50dB. Vacuum continuously adjustable 10X bacterial filter Complete aspiration set with tubing Overflow safety Device 220V/50Hz. I Phase Trolley with lockable wheels

5.

NEBULIZER ULTRASONIC For nebulization of respiratory tracts. Hospital grade for continuous operation. Ultrasonically generated uniform and highly dense particles of 1 -5 microns size. Approximately 65-70% of particles of less than 4 micron size. Autoclave able delivery pipes. Air flow of 10 L/min. Aerosol heating facility Quiet operation with noise level of less than 40dB. Nebulizing time setting from 0-30 min. Medication cup capacity: 150 ml. Power of 220 Volts / 50 Hz. Flexible arm/ delivery pipe/masks (all sizes). Complete with bacteria filter

Page 3 of 5


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PACKAGE – 3 ICU AND O.T - I

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE NO OF ENGINEERS (B.S.C ENGINEERING) DIPLOMA HOLDERS(D.A.E) SPARE P ARTS / INVENTORY WORKSHOP F ACILITES

TWO LIST OF INVENTORY OF MAJOR ITEMS OF PACKAGE . DETAIL OF WORKSHOP F ACILITIES , LIST OF TESTING EQUIPMENT , TOOLS , INSTRUMENTS .

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST

AT LEAST THREE REFERENCE OF INSTALLATION /SUPPLIES OF QUOTED PRODUCT / BRAND

PERFORMANCE RECORD IN THE NATIONAL MARKET OF QUOTED PRODUCT / BRAND. QUALITY CERTIFICATES

FDA 510(K) / CE(MDD) / JMHLW

Page 4 of 5


Page 5 of 5

Qualification of Engineers( Attached Degrees and Diplomas)

No of Trained Engineers on the quoted Product and their Names (Attach foreign Training Certificates)

No of Years of successful working of product in Pakistan

No of installation of product( Mention only three major installation)

Quality Certificate( FDA(510 K), CE(MDD), JMHLW), Attach relevant Certificates

Web site (The product should be available on this web site)

Country of origin of manufacturer

Country of origin of Product/Model

Model

Make

Qty

Name of Equipment

Sr.No

UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

CHECK LIST TO BE FILLED BY THE BIDDER(IN LANDSCAPE FORMAT)


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PRE-REQUISITE: 

The manufacturer of quoted equipment must be of USA, Europe or Japan origins only.

The medical equipment of USA must comply with 510(K) FDA (Food & Drug Administration), in case of Europe MDD (Medical Device Directive) and for Japan MHLW (Ministry of Health, Labour & Welfare) for specific quoted model. The other/non medical equipment should comply with the relevant National/ International product quality standards of respective origins.

The firms must quote their leading brands from the above mentioned origins with the proven past performance nationally and internationally. The firm must possess its related back up support services including trained engineers, workshop facilities, spare parts availability and repair/calibration tools etc.

The quoted Brand/ product must be installed and enjoy good reputation in Pakistani market for minimum one year.

The firm/s should have proper infrastructure to handle and execute the complete package.

PACKAGE – 4 ICU AND O.T EQUIPMENT -II 1.

OPERATION LIGHT CEILING TYPE Operating Lamp for spring balanced ceiling suspension, consisting of a main lamp, head hermetically sealed and dust proof supported by a standard type arm. Light intensity of main light 140,000-150,000 Lux at 1 meter distance. Color rendering index 92 at least. Light intensity of satellite 100,000 – 120,000 Lux at 1 meter distance. Color Temperature 4200-4500 Kelvin. Field of illumination focusable between15-20 cm. LED Lights with 30,000hr life. Light intensity/ brightness controller. Complete with transformer for 220V/50Hz AC. With two sterilizable handles.

Page 1 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 2.

SOLID STATE ELECTROSURGICAL UNIT Microprocessor based electrosurgical unit for normal and under water cutting usages. Automatic self test function. Operation in Radio Frequency range. Controls for cutting, coagulation, spray and blends. Mono polar cutting power of 300 watts. Mono polar coagulation power of 100 Watts. Bipolar coagulation power of 50 Watts. Spray coagulation mode. Floating output with bipolar coagulation. Different gradations of blending of cutting and coagulation power. Digital display of all controls and set values of cutting and coagulation power. Audio and visual alarms on fault occurrence. Earth free patient circuit. Reusable Silicon patient plate. Double paddle foot switch, explosion proof. Monopolar handle with cord. Bipolar forceps with cord. Trolley with two shelves having anti static lockable wheels (Local). 220V, 50 Hz. Accessories/ electrodes: Attachment for Monopolar Coagulation (one set). Handle with 2 Activating Buttons Knife Electrode, 25mm Long Surgical Electrode, Ball-Shaped, 4mm Dia Wire Loop Electrode, 10mm Dia Needle Electrode, Str. Isolated, 125 mm Ball Electrode, 5mm Dia Needle Electrode, 100mm Bipol. Cable for Forceps with Flat Socket Bipolar Coagulation Forceps, 220mm

3.

MULTIPURPOSE HYDRAULIC OPERATION TABLE Mechanical Operating Table with hydraulic height adjustment. Table Top (Radiolucent) with antistatic mattress 4 sections. Sturdy table for minimum patient weight of 160kg. Table Top is arranged as:    

Head plate Back plate Seat plate Two separate leg plates.

Page 2 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 

Base of the table stainless steel cover, 4 swivel castors

MOVEMENT: 

Sliding table top up to 250 mm (125mm to each direction)

Hydraulic up and down movement height range: 750-1000mm

Trendelenberg/Reverse Trendelenberg 25-300

lateral tilt 150

Back plate: up 700/down 40-500

Leg plate movement : up 200/down 900

ACCESSORIES 

Arm rest with clamp

02 each

Anesthesia screen

01

Large width body strap

01

Adjustable bottle holder rod

01

Additional Accessories: 

4.

Gynae Accessories (Lithotomy poles, Douche tray etc) (For one Table)

OPERATION TABLE WITH ORTHOPEDIC ATTACHMENT Mechanical Operating Table with hydraulic height adjustment. Table Top (Radiolucent) with antistatic mattress 4 sections and equipped with X-ray cassette holder. Sturdy table for minimum patient weight of 160kg. Table Top is arranged as:  Head plate  Back plate  Seat plate  Two separate leg plates.  Base of the table stainless steel cover, 4 swivel castors MOVEMENT: 

X-ray cassette tunnel should be full length of the Table Top

Sliding table top up to 250 mm (150mm-125mm to each direction)

Hydraulic up and down movement height range: 750-1000mm

Trendelenberg/Reverse Trendelenberg 25-300

lateral tilt 150

Back plate: up 700/down 40-500

Page 3 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 

Leg plate movement: up 200/down 900

ACCESSORIES

5.

Leg traction device

01 set

Upper limb traction device

01 set

Arm rest with clamp

02 each

Fixation strap

02 each

Anesthesia screen

01

Goepel leg rest

02 each

Large width body strap

01

Adjustable bottle holder rod

01

Nailing device for lower limb.

01

MOBILE EMERGENCY LIGHT WITH BATTERY BACK UP.

Mobile emergency shadow less operation light with hermetically dust proof lamp head. LED lamps with 30,000hrs life. Minimum light output 120,000 lux at 1 meter Color rendering index, 92 (at least). Color temperature min. 4200 Kelvin. Field of illumination focusable: 15-20 cm. Complete with sterilize able handles ( 02 ) . Maintenance free battery with charger. Automatic change over to battery in case of mains failure and back again. At least 2-hours battery backup time. 220 V / 50 Hz 1 Phase and battery operation. 6.

BLOOD WARMER

Microprocessor controlled unit for reliable transfusion and infusion for intra and post operative hypothermia. Dry warming system. On line warming with tubing. Pre-selected temperature settings over the range 35OC to 39OC. Indications/ display for different temperatures. Blood warming device with safety cut out at 40/41OC. Visual and audible alarm for low and high temperature Complete with 5-tubing set.

Page 4 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PACKAGE – 4 ICU AND O.T - II

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE NO OF ENGINEERS (BSC ENGINEERING) DIPLOMA HOLDERS(D.A.E) F OREIGN TRAINING

SPARE P ARTS / INVENTORY WORKSHOP F ACILITES

THREE CERTIFICATE OF FOREIGN TRAINED ENGINEER ON MAJOR PRODUCTS OF PACKAGES IS MANDATORY. LIST OF INVENTORY OF MAJOR ITEMS OF PACKAGE . DETAIL OF WORKSHOP F ACILITIES , LIST OF TESTING EQUIPMENT , TOOLS , INSTRUMENTS .

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST

AT LEAST THREE REFERENCE OF INSTALLATION /SUPPLIES OF QUOTED PRODUCT / BRAND.

PERFORMANCE RECORD IN THE NATIONAL MARKET OF QUOTED PRODUCT / BRAND. QUALITY CERTIFICATES

FDA 510(K) / CE(MDD) / JMHLW

Page 5 of 6


Page 6 of 6

Qualification of Engineers( Attached Degrees and Diplomas)

No of Trained Engineers on the quoted Product and their Names (Attach foreign Training Certificates)

No of Years of successful working of product in Pakistan

No of installation of product( Mention only three major installation)

Quality Certificate( FDA(510 K), CE(MDD), JMHLW), Attach relevant Certificates

Web site (The product should be available on this web site)

Country of origin of manufacturer

Country of origin of Product/Model

Model

Make

Qty

Name of Equipment

Sr.No

UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

CHECK LIST TO BE FILLED BY THE BIDDER


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PRE-REQUISITE : 

The firm must possess its related back up support services including trained engineers, workshop facilities, spare parts availability and repair/calibration tools etc.

The major quoted Brand / products of package must be installed and enjoy good reputation in Pakistani market for minimum one year.

The firm/s should have proper infrastructure to handle and execute the complete package.

Note: All MS metal parts to be chemically degreased / de-rusted through phosphate treatment and covered with off white electrostatic polyester powder coating. The wheels will be of USA, Europe or Japan origin. PACKAGE – 10

MEDICAL FURNITURE (LOCAL) 1.

Fowler Bed with Foam Mattress With bed side lockers, over bed food table, IV stand and bed head Tickets Over all dimension 200(L) x 90 (W) x 55 (H) cm (Approx) Main frame Made of 16 SWG Pipe 2 ½ x 1 ¼ rectangular pipe section welded together at corners. End of pipe if any be covered with special plastic bushes Mattress frame Should be in 4 parts the 2nd part fixed and 3 moveable parts made of the main frame by means of bolt having a special ABS plastic bushes of 1” x 7/8” Section sizes (approx ) Head raise part 80 x 77 cm Fixed part 80 x 28 cm Knee bridge part 80 x 55 cm Leg rest part 80 x 51cm Bedding area covered with 18 SWG M.S sheet = 3” x 1” x ½” folded inside welded in bed section giving gap of 1 ½ approx Head raise Knee bridge and fowler position be made by means of two cranks. The bed should be made of fixed pipe of 2” round 16 SWG having bushes of ABS material. The moving lifting pipe at both places be of 16 SWG 1.1/2 rounded chrome plated pipe across Head part with triangular brackets of 3/8” thick x 1 ¼ x 8” steel plate at ends

Page 1 of 7


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS panel The foot part should have vascular position with a comb mechanism with roller railing for moving of foot part in knee bridge position. A surface bearing must be fixed for friction free movement the handle of the cranks should be retractable and collapsible and be3 made in one piece of ½ steel rod. Cranks main screw made of 7/8 x 16” and 12” for knee steel rod with square / ACMI type of threading and locking mechanism for extreme position. Hand and foot parts of the mattress frame have mattress stay steel brackets joined by means of nuts bolts for keeping the mattress in proper place. Head and foot panels 1 1/4” rounded rectangular pipe 16 SWG bended in round sharp at both end high quality SS20 G. Panels: The head and foot panels should be of fiber. Foundation frame Made of 16 SWG 1 ¼ x 2 ½ “ triangular pipe welded together at corner with the provision of IV rod SS 5/8 dia ( 36” to 50” ) and foot end should have hooks for urine bag hanging on both sides and N.G bag hook at head end of both sides Bumpers Four 4” rounded bumpers of black colour made of flexible PVC material at all corners. Castors. Castors 5” ball bearing rust proof, water proof high quality electrically conductive wheel castor with individual breaks system. Finish All metal parts to be chemically degreases / de rusted through phosphate treatment and covered with polyester powder coating Side Rails Detachable and collapsible made of 1” rounded/tube steel pipe 16 SWG Mattress Mattress foam 4” thickness first quality having Rexene cover of best quality with vents IV STAND Stain less steel hanger with rod to be attached with the bed Bed side locker ( Trolley ) Over all size 16” ( 40 cm ) D x 20” ( 80cm ) W x 32” ( 80cm) H from floor including 3” feet made 20 gauge MS sheet and top 18 gauge stainless steel sheet locker size 16” (40cm) D20” (50cm) W x 14” (35cm) H with door having 2 hangers of 3” size and chrome plated handle 4” long sheet metal door fitted with catches 16” ( 40 cm ) D x 20” W x 4” H with chrome plated similar handle as above draws 20 gauge MS sheet fitted on rollers. Remaining height between for easy cleaning from front. Finished red oxide under coat and powder coated. Over bed table ( food table ) Height adjustable with special mechanism and easy to use. The over bed table is mobile with its four 50 mm diameter castors. Construction is powder painted with laminated 18mm max. Top dimensions (700 x 400 x 835 x1050) mm

Page 2 of 7


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS Attendant Bench ( Four persons ) Attendant Bench two persons, wooden. (Shisham) Note: The colour of powder coating will be off white. 2.

EXAMINATION COUCH Patient Examination couch. Manually operated. Upholstery with washable material. Manual Head raise. Two steps foot step, attached to couch. Made of tubular square pipe structure. Finished red oxide under coat and powder coated

3.

WHEEL CHAIR (Imported) Made of heavy gauge steel seem less tubing. Manual self propelling. Single hand brake for both wheels Push handles with anti slip material. Swing away detachable footrests and detachable arm rest. Seat width of 50cm with washable and foldable material. Suitable for patient’s up to 125kg. 20cm Solid front swivel able wheels and 60cm rear wheels. Seat height of 50cm.

4.

ECCLAMPSIA BEDS WITH PADDED RAILINGS Bed of item No.1 with padded railing.

5.

PATIENT SHIFTING TROLLEY Patient’s trolley for use in patient’s recovery areas/ transportation. Upholstered top, with adjustable head 1900 x 600mm, at 890mm high, inc. 750mm head, 75mm thick, with full upholstery Side rails Bumper bar/push handle IV pole 150- 200mm base plate castors Safe Working Load 150-175 kg Head section adjustable.

Page 3 of 7


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 6.

INSTRUMENT TROLLEY LARGE Mobile, 4 leg frame made of Stainless steel, Pipe 16 SWG all made of stainless steel 1” Dia. Tubular frame forms a safety rail, no sharp edges. Two shelves surface ground to reduce glare, resistant to disinfectants Instrument trolley, 800mm high, fitted above and below with frames and shelf 20 SWG made of Cr Ni steel size 24” x 36” to accept two sterilization trays. Four 75mm swivel castors, electrically conductive,. Dimensions are approximate.

7.

DRESSING TROLLEY WITH BASIN & BUCKET Mobile, 4 leg frame made of Stainless steel pipe 16 SWG 1” x 1” all made of stainless steel. Tubular frame forms a safety rail, no sharp edges. Two shelves surface ground to reduce glare, resistant to disinfectants, trolley, 800mm high, fitted above and below with frames and shelf 20 SWG made of CrNi steel size 24” x 18”, to accept two sterilization tray. 1 SS ring for bowl 10” with SS bowl and 1 SS ring for bucket with SS bucket. Bottle rack at top shelf. Four 100- 125mm swivel castors, electrically conductive.

8.

BABY COTS Lying area made of rectangular hollow pipe frame with wire mesh, mobile on 75mm dia, rubber castors ( two diagonal lockable). Safety sides can be slided up & down Provided with standard cushioned Rexene foam mattress. Laying area: 78cm x 135cm

9.

DELIVERY TABLE Square pipe tubular structure. 3 sections, with easy attachment / removing mechanism. Complete with all accessories Fitted with safety side guards & sliding stainless steel tray. With Standard Accessories including : Hand grips handles 02 nos Lithotomy Pole, Goepel-type (pair) well padded Mattress set for Delivery Bed (set) Stainless Steel Basin (one) I.V pole 01 No. Foot step attached to table, collapsible/ foldable.

10.

RESUCITATION TROLLY WITH CRASH CART Dished stainless steel top. Approx. 630 x 445mm. 25mm dished. Lift-up laminated work flap Approx. 300 x 450 Three drawers 2 shallow and 1 deep.

Page 4 of 7


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 1 Shallow drawer fitted with drawer Tidy Unit. Lower cupboard with central locking/securing all drawers and cupboard. Operated by cupboard door and use of security seals. Double hook stainless steel I.V. Pole. Double push handle Low level plastic bumper bar Quality cushion castors (2 x braking) 2 x stainless steel cylinder holders for D size cylinders. Cardiac board 600 x 400 x 55mm with stainless steel housing brackets at rear of trolley. Universal rail system fitted to width of trolley. 6" aneroid sphygmomanometer with adult velcro cuff and rail clamp. Venturi suction unit with O2 outlet and 2.0 liter jar. Yankauer suction tube and connecting tubing. O2 flow meter fitted to O2 venturi outlet 0-15 lpm. Pin index regulator with outlet for connection to remote venturi hose and O2 outlet.

Page 5 of 7


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PACKAGE – 10

MEDICAL FURNITURE LOCAL

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE DIPLOMA HOLDERS(D.A.E) WORKSHOP F ACILITES

TWO DETAIL OF WORKSHOP F ACILITIES , LIST OF TESTING EQUIPMENT , TOOLS , INSTRUMENTS .

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST

AT LEAST THREE REFERENCE OF INSTALLATION /SUPPLIES OF QUOTED PRODUCT / BRAND.

PERFORMANCE RECORD OF MAJOR PRODUCTS ONLY IN THE NATIONAL MARKET OF QUOTED BRAND/ PRODUCT QUALITY CERTIFICATES

ISO 9001:2008

Page 6 of 7


Page 7 of 7

Qualification of Engineers( Attached Degrees and Diplomas)

No of Years of successful working of product in Pakistan

No of installation of product( Mention only three major installation)

Country of origin of manufacturer

Country of origin of Product/Model

Model

Make

Qty

Name of Equipment

Sr.No

UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

CHECK LIST TO BE FILLED BY THE BIDDER( IN LANDSCAPE FORMAT)


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS PRE-REQUISITE: 

The manufacturer of quoted equipment must be of USA, Europe or Japan origins only.

The medical equipment of USA must comply with 510(K) FDA (Food & Drug Administration), in case of Europe MDD (Medical Device Directive) and for Japan MHLW (Ministry of Health, Labour & Welfare) for specific quoted model. The other/non medical equipment should comply with the relevant National/ International product quality standards of respective origins.

The firms must quote their leading brands from the above mentioned origins with the proven past performance nationally and internationally. The firm must possess its related back up support services including trained engineers, workshop facilities, spare parts availability and repair/calibration tools etc.

The major quoted Brand / product of package must be installed and enjoy good reputation in Pakistani market for minimum one year.

The firm/s should have proper infrastructure to handle and execute the complete package.

PACKAGE – 12

WARD EQUIPMENT AND INSTRUMENTS 1. X-RAY FILM ILLUMINATOR 02-FILM LED X-Ray Film Viewer Variable Intensity 4,000-10,000 lux 60,000 Hours life span Uniform luminous density. Color temperature of the daylight fluorescent lamps Front panel of high grade material

2.

LARGE SIZE O2 & N2O CYLINDER FOR CENTRAL SUPPLY 240 CFT medical Oxygen Cylinder. Bull nose.

Page 1 of 4


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS BS Colour coding system. 3. RESUSCITATOR WITH FACE MASK SETS FOR NEONATES(AMBU BAGS) Neonate Silicon, autoclavable With pressure release valve Oxygen attachment with reservoir bag Neonate mask 4.

RESUSCITATOR WITH FACE MASK SETS FOR ADULT Adult Silicon, autoclavable With pressure release valve Oxygen attachment with reservoir bag Adult Mask

5. B.P APPRATUS STAND TYPE Mercury 300mm Hg with die cast metal housing large reservoir with spilling over arrangement (auto lock ), tube with 3 mm silicone. Rubber bulbs. Velcro cuff with for Adults and Pediatrics (one set each). Complete with basket for storage of cuffs. 6. B.P. APPRATUS DESKTYPE Mercury 300mm Hg with die cast metal housing large reservoir with spilling over arrangement (auto lock ), tube with 3 mm silicone. Rubber bulbs. Velcro cuff with for Adults and Pediatrics (one set each).

Page 2 of 4


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PACKAGE – 12 WARD EQUIPMENT AND INSTRUMENTS

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE DIPLOMA HOLDERS(D.A.E) WORKSHOP F ACILITES

TWO DETAIL OF WORKSHOP F ACILITIES , LIST OF TESTING EQUIPMENT , TOOLS , INSTRUMENTS .

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

QUALITY CERTIFICATES

FDA 510(K) / CE(MDD) / JMHLW

Page 3 of 4


Page 4 of 4

Qualification of Engineers( Attached Degrees and Diplomas)

No of Years of successful working of product in Pakistan

No of installation of product( Mention only three major installation)

Quality Certificate( FDA(510 K), CE(MDD), JMHLW), Attach relevant Certificates

Web site (The product should be available on this web site)

Country of origin of manufacturer

Country of origin of Product/Model

Model

Make

Qty

Name of Equipment

Sr.No

UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

CHECK LIST TO BE FILLED BY THE BIDDER


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PRE-REQUISITE: 

The manufacturer of quoted equipment must be of USA, Europe or Japan origins only.

The medical equipment of USA must comply with 510(K) FDA (Food & Drug Administration), in case of Europe MDD (Medical Device Directive) and for Japan MHLW (Ministry of Health, Labour & Welfare) for specific quoted model. The other/non medical equipment should comply with the relevant National/ International product quality standards of respective origins.

The firms must quote their leading brands from the above mentioned origins with the proven past performance nationally and internationally. The firm must possess its related back up support services including trained engineers, workshop facilities, spare parts availability and repair/calibration tools etc.

The quoted Brand / product must be installed and enjoy good reputation in Pakistani market for minimum one year.

The firm/s should have proper infrastructure to handle and execute the complete package.

PACKAGE - 1

MONITORING AND DIAGNOSTICS 1.

ECG MACHINE MULTI CHANNEL Three Channel ECG on at least 3 inches LCD display. Automatic Operation Variable gain: 1/2, 1, 2 cm/mV Thermal recorder for printing out Three channels simultaneously. Recording Trace speed: 10, 25 and 50 mm/sec, Muscle artifact and AC (50Hz) interference filters Defibrillator protection Mains AC as well as battery operation. Built-in AC interference, noise filter and baseline connection. Capability to interface with LAN/WLAN for data transfer Complete with standard accessories, including patient cable with re-usable electrodes and Interpretation software. Paper Roll 01. Mobile Cart

Page 1 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA

2.

TECHNICAL SPECIFICATIONS CARDIAC MONITOR For monitoring patients vital signs. Operating Features and Characteristics: Non fade TFT/LCD color display Electro-surgical interference suppression/protection Defibrillator protection Freeze and cascade facility. Waveform traces speed; 12.5 and 25 /50mm/sec. Screen size: min. 12” TFT/LCD color display. Parameters: ECG : Numeric: heart rate. Six Waveforms minimum, real time and freeze ECG trace NON-INVASIVE BLOOD PRESSURE (NIBP): Method: Oscillometric principle Numeric: systolic, diastolic and mean pressure Selectable auto inflate interval settings Rising cuff/continuous pressure display. TEMPERATURE: Numeric: temperature selectable in ºC/ºF. PULSE OXIMETRY: Numeric: 0-100% oxygen saturation measuring range. waveform-plethysmograph pulse with pulse strength indication. Reusable sensor electrode. Reusable cuff. ARRHYTHMIA ANALYSIS: Arrhythmia analysis and ST analysis. RESPIRATION: Breath rate display and settable apnea alarms. Sweep speed; 6.25, 12.5 mm/sec. OTHER FEATURES: Trend data; graphical and tabular ALARMS: High & low (settable) on all parameters Visual and audible indication of alarms. Built in Printer 2 Channel or more. Capability to interface with LAN/WLAN for data transfer OPERATING REQUIREMENTS : AC 220V/50Hz Built-in rechargeable battery for at least1- 2 hour ac power failure at full parameter. NOTE: The system must be complete with all sensors, probes, cables or any other accessories required for measuring all the above selected parameter ADDITIONAL PARAMETERS 2xIBP and CO2 with transducers (with 10 monitors only)

Page 2 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS 3.

DEFIBRILLATOR Biphasic transthoracic (external) defibrillator with TFT/LCD colour display Synchronized output with ECG. Control of energy charging/ delivering on main panel & apex paddle. Charging Indicators. The energy range should be adjustable for paeds and adults up to 200Joules. Charging Time for full energy will be less than 7 sec. Screen Size of approx. 5 inch coloured. Display of HR, ECG through paddles and Lead I.II & III patient cable. Built in recorder for printing of full summery on standard 50mm paper. Alarms for High and low Heart rate, low battery warning. AC 220V / 50Hz operated. Built-in Rechargeable battery with charger for minimum 50 shocks at max. Energy. Auto tester/self check. External pediatric and adults Paddles, ECG cable. Pacing facility AED facility with cable.

4.

PULSE OXIMETER Desktop Pulse Oximeter Non-invasive measurement of oxygen saturation and pulse rate with LED display. Display of oxygen saturation and pulse rate in large digits. Oxygen saturation measurement range from 0 -100%. Pulse strength indication Pulse rate measurement from 20-250 bpm. Visual and audible indication of alarms. High and low alarms settings. Adult finger and paediatric sensor (reusable type) Power of 220 V/ 50 Hz.

5.

FETAL HEART RATE DETECTOR Desk top type Rechargeable With LCD/LED display and speaker Probe frequency equal to or more than 2.5 MHz Probe should be water proof /Gel Proof

6.

FETAL MONITOR Single, Twin/ Triplet Ultrasound Large Color digital Display Fetal monitor for Antepartum monitoring

Page 3 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS Ultrasound and transducer with marker and recorder for FHR Alarms: Low Bradycardia, High Tachycardia, Strip chart recorder/ printer Paper size: 120 mm or more Paper Speed: 1,2,3 cm/sec Complete with belt, abdominal fixer / fastener of transducer Paper easily available with the market Trolley, Local made 220V/50Hz AC

Page 4 of 6


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PACKAGE – 1

MONITORING AND DIAGNOSTICS

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE NO OF ENGINEERS (B.S.C ENGINEERING) DIPLOMA HOLDERS(D.A.E) FOREIGN TRAINING

ONE F OUR CERTIFICATE OF FOREIGN TRAINED ENGINEER ON MAJOR PRODUCTS OF PACKAGES IS MANDATORY. LIST OF INVENTORY OF MAJOR ITEMS OF PACKAGE . DETAIL OF WORKSHOP F ACILITIES , LIST OF TESTING EQUIPMENT , TOOLS , INSTRUMENTS .

SPARE P ARTS / INVENTORY WORKSHOP F ACILITES

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST

AT LEAST THREE REFERENCE OF INSTALLATION / SUPPLIES OF THE QUOTED P RODUCT / BRAND

PERFORMANCE RECORD IN THE NATIONAL MARKET OF P RODUCT BRAND

QUALITY CERTIFICATES

/

FDA 510(K) / CE(MDD) / JMHLW

Page 5 of 6


Page 6 of 6

Qualification of Engineers( Attached Degrees and Diplomas)

No of Trained Engineers on the quoted Product and their Names (Attach foreign Training Certificates)

No of Years of successful working of product in Pakistan

No of installation of product( Mention only three major installation)

Year of launching of this model (Will be considered from the date of quality certification /Approval) Quality Certificate( FDA(510 K), CE(MDD), JMHLW), Attach relevant Certificates

Web site (The product should be available on this web site)

Country of origin of manufacturer

Country of origin of Product/Model

Model

Make

Qty

Name of Equipment

Sr.No

UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

CHECK LIST TO BE FILLED BY THE BIDDER (IN LANDSCAPE FORMAT)


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

PRE-REQUISITE: 

The manufacturer of quoted equipment must be of USA, Europe or Japan origins only.

The medical equipment of USA must comply with 510(K) FDA (Food & Drug Administration), in case of Europe MDD (Medical Device Directive) and for Japan MHLW (Ministry of Health, Labor & Welfare) for specific quoted model. The other/non medical equipment should comply with the relevant National/ International product quality standards of respective origins.

The firms must quote their leading brands from the above mentioned origins with the proven past performance nationally and internationally. The firm must possess its related back up support services including trained engineers, workshop facilities, spare parts availability and repair/calibration tools etc.

The quoted Brand / product must be installed and enjoy good reputation in Pakistani market for minimum one year.

The firms shall quote make and models, country of origin for each main equipment, accessories and allied equipment. The firm/s should have proper infrastructure to handle and execute the complete package. PACKAGE – 25

Sr. No. 1

AUTOCLAVES GAS OPERATED AUTOCLAVE (LOCAL) Steam Sterilizer Automatic. Capacity 100 liter Usable Sterilization pressure more than I.0 kg / cm2 134 Deg. C. Stainless steel chamber, Pressure and temperature indicator/gauge/ electronic with stainless steel wire baskets, bottom container, rubber hose, silicone rubber lining. Gas operated: Gas

2

INCUBATOR FOR STERLIZATION OF SLIDES/TUBES Thermostatically controlled, temp range from ambient to 3000 C Digital timer. Two shelves 220V, 50Hz AC. Capacity and size 125-150 liters

Page 1 of 4


UP-GRADATION OF DHQ HOSPITAL, SARGODHA

3

TECHNICAL SPECIFICATIONS DENTAL AUTOCLAVE Portable Steam Sterilizer (stand alone with internal tank), one door model Class "B" steam sterilizer each with built-in Electric Steam Generator Fully automatic, programmable microprocessor type Time cycled, membrane vacuum pump with condenser Capacity 20-25 liters Built-in thermal printer or provision of RS232 with following accessories/USB 4-5 piece of stainless steel/Aluminum trays compatible with the steam sterilization. One piece of holder for unloading of trays.

Page 2 of 4


UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS PACKAGE – 25

AUTOCLAVES

CHECK LIST FOR THE ELLIGIBILITY

PARAMETERS

MINIMUM REQUIREMENT

FIRMS QUALIFICATION PREREQUISITE DIPLOMA H OLDERS(D.A.E)

TWO

FOREIGN TRAINING

CERTIFICATE OF FOREIGN TRAINED ENGINEER ON MAJOR PRODUCTS OF PACKAGES IS MANDATORY.

SPARE PARTS / INVENTORY

LIST OF INVENTORY OF MAJOR ITEMS OF PACKAGE .

WORKSHOP FACILITES

DETAIL OF WORKSHOP FACILITIES, LIST OF TESTING EQUIPMENT , TOOLS , INSTRUMENTS.

PRODUCT QUALIFICATION PRE-REQUISITE TECHNICAL SPECIFICATIONS

COMPLIANCE OF THE TECHNICAL SPECIFICATIONS .

MINIMUM ONE YEAR PROVEN PAST PERFORMANCE RECORD IN THE

NATIONAL MARKET OF PRODUCT /BRAND QUALITY CERTIFICATES

AT LEAST THREE REFERENCE OF INSTALLATION /S UPPLIES OF QUOTED PRODUCT /BRAND

FDA 510(K) / CE(MDD) / JMHLW

Page 3 of 4


Page 4 of 4

Qualification of Engineers( Attached Degrees and Diplomas)

No of Trained Engineers on the quoted Product and their Names (Attach foreign Training Certificates)

No of Years of successful working of product in Pakistan

No of installation of product( Mention only three major installation)

Quality Certificate( FDA(510 K), CE(MDD), JMHLW), Attach relevant Certificates

Web site (The product should be available on this web site)

Country of origin of manufacturer

Country of origin of Product/Model

Model

Make

Qty

Name of Equipment

Sr.No

UP-GRADATION OF DHQ HOSPITAL, SARGODHA TECHNICAL SPECIFICATIONS

CHECK LIST TO BE FILLED BY THE BIDDER












TENDER NOTICE

CORIGENDUM

No. Proc: 50-2012 Sealed bids are invited from Manufacturers for the purchase of the Executive class Sofa Set with Central Table Set (Standard Size) as per following material a. b. c. d. e.

7 Seater Sofa Set Black leatherite (Imported) Master foam Shesham Wood frame with side panels 3 Piece Central Tables with Glass Top cover (Standard size) Leatherite material Cushion

NRTC reserves the right to accept or reject all the tenders / bids, at any time, prior to the acceptance. Bids complete in all respects should reach the office of the under signed along with Single Seater Sofa (design as under) at least as Advance Sample by 26 December, 2012, till 1030 hours and Bids will be opened at 1100 hours on same day. DCE (PROCUREMENT) NATIONAL RADIO AND TELECOMMUNICATION CORPORATION, HARIPUR Tel: 0995-615064 Fax: 0995-610933 Email: md@nrtc.com.pk, procurement@nrtc.com.pk Web Site: www.nrtc.com.pk




















To

The Executive District Officer (Health), City District Government, Faisalabad.

SUBJECT:-

REQUET

FOR

PRE-QUALIFICATION

FOR

SUPPLY

OF

MACHINERY/ EQUIPMENT/INSTRUMENTS AND HOSPITAL FURNITURE / FIXTURE ETC TO THE HEALTH DEPARTMENT OF CITY DISTRICT GOVERNMENT FAISALABAD

It is submitted that we M/S___________________________

are

manufacture/importer of Equipments/ Instruments etc and doing our business in Pakistan. Our products are registered with Government of Pakistan and are of Quality standard. We are financially and technically capable having adequate managerial capability to meet your requirements. Therefore, we are applying for pre-qualification of our firm. Necessary documentation as per list given is attached.

Name and Designation_________________ Signature_____-______________________ Name of Firm_________-_______________ Date_______________-________________


I N S T R U C T I O N S 1. Acceptable firm must score minimum of 60% marks 2. Zero mark will be awarded, if the documents are not according to the above criteria. 3. Verification of above information, the representative (s) may visit the premises of the firm 4. False presentation of relevant documents will be considered as rejected. 5. Competent Authority reserves the right to make any decision in the prequalification criteria which will not be challengeable in any court of Law. 6. Documents must be submitted in the shape of book duly Flags and page marking as per assessment parameters.


PRE-QUALIFICATION OF FIRM FOR THE SUPPLY OF MACHINERY/EQUIPMENT AND FURNITURE/FIXTURE TO BE PROCURED FOR HEALTH INSTITUTIONS FUNCTIONING UNDER THE CONTROL OF EXECUTIVE DISTRICT OFFICER (HEALTH) CITY DISTRCICT GOVERNMENT FAISALABAD

COMPANY NAME - Company profile with complete address EVALUATION CRITERIA - ASSESSMENT PARAMETERS 1. Product certification

=8 =4

For Local Product:-

=10

ISO

From

To

MARKS = 08

Certificates FDA/CE(MDD)/JIS Any two certificates Any one certificate ISO (9001 /2000)

Documents Page No.

(14000)

2. Additional beneficial features above the required specifications 3. Financial soundness = 12 Income Tax Paid Balance sheet

=4 =8

OR

Bank statement =6 If balance sheet and bank statements both are deposited then only marks of balance sheet (8 marks) would be counted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms.

4. General overall sale in reference to the product

= 08

5. Overall reputation in reference to the product

= 10

Relative proportion amongst the bidders would be measured. Tapering down phenomenon in marking would be applied. Overall reputation of the product shall be envisaged by following criteria: No. of references/certificates provided regarding performance of the product from head of the concerned institute/hospital. References/certificates of the product shall be verified by the department independently.

6. Brand, make and model of the product a) Local product with i) International market ii) only local market b) Foreign product i) In two or more continents ii) In single continent

7. Product specialization

= 10 =10 =08 =06 =04

= 10

= 02


Product must be as per latest technology and internationally recognized by practitioners. Proof in form of reviews, opinions, and articles etc. in acknowledged journals etc. of such to be provided by the bidder. Scoring shall be comparative. Sophisticated item

8. Local manufacturer/agent capacity for technical services in reference to the product. = 20 Agent of foreign manufacturer shall provide a certificate from the foreign principal verifying the standard of repair workshop as upto the mark. Whereas for local manufacturer being the manufacturing agency needs not to furnish such certificates of repair A. Repair workshop and service agreement as per makers recommendations of each products = 12 If 100 percent makers recommendations are not followed then zero marks shall be awarded. B. Spare parts and accessories = 08 Local manufacturer/principal shall clearly define which parts and accessories are replaceable and under warranty. Scoring shall be done accordingly in reference to extent of spare parts being covered under such warranty. 9. Availability of technical staff of the company/firm in reference to the product = 20

Following two components shall be considered in ascertaining the availability /expertise of technical staff: A. Number of technical staff = 10 i) At least two technical staff members =5 ii) One additional number for every additional technical member shall be granted with maximum up to 10 B. Qualification marks = 10 B.Sc. degree in Engineering from recognized institution shall be granted one additional mark. However, B.Tech shall not be considered for additional mark. M.Sc./Master degree holder from recognized institution shall be granted 2 additional marks. Any other information if any may be attached

EDO(HEALTH)

Name and Designation_________________ Signature____________________________ Telephone No.________________________








Pakistan Meteorological Department, Islamabad _________________________________________________________________________________________________

GOVERNMENT OF PAKISTAN Pakistan Meteorological Department Headquarters Office Sector H–8/2, Islamabad–PAKISTAN

PMD

(Bidding Documents) No. IP–2 (33)/ 2012–13

for

Supply of Computers & Furniture (Under Seismic Division)

December–2012 PAKISTAN METEOROLOGICAL DEPARTMENT, ISLAMABAD Islamic Republic of PAKISTAN Phone No. +92-51-9250566 Fax No. +92-51-9250368

1


Pakistan Meteorological Department, Islamabad _________________________________________________________________________________________________

GOVERNMENT OF PAKISTAN PAKISTAN METEOROLOGICAL DEPARTMENT

(I & P Section) Post Box No. 1214, Sector H-8/2 ISLAMABAD

Tender Notice Sealed Tenders are invited from reputed Suppliers / Dealers / Manufactures registered with Income Tax and Sales Tax departments for supply of following items on F. O. R basis: S. No. 1 2

Items Computers Furniture

Qty

Closing Date & Time

Opening Date & Time

06 As per tender documents

31-12-2012 at 1100PST

31-12-2012 at 1130PST

Terms & Conditions: 1. 2% Bid Security/Earnest Money in shape of Bank Draft / Pay Order in favour of D.G. Met. Services must be submitted with the offer. 2. Competent Authority reserves the right to accept or reject any tender without assigning any reason thereof. 3. Bidding Documents can be obtained free of cost from websites: www.pmd.gov.pk or www.ppra.org.pk or undersigned during office hours. MUHAMMAD ZAHID ABBAS Assistant Meteorologist (I&P) Ph. No. 9250566, Fax: 051-9250368

Continued on next page…………

2


Pakistan Meteorological Department, Islamabad _________________________________________________________________________________________________

Technical Specifications a. Computers Item Computers

Specifications Processor

RAM HD Optical Drive Communication Monitor Mouse Keyboard Operating System

Intel(R) Core(TM) i7-3770 quadcore processor [3.4GHz, 8MB Shared Cache] 8GB DDR3-1333MHz SDRAM [2 DIMMs] 3TB 7200 rpm SATA hard drive Super Multi DVD Burner Ethernet adapter 20 inch LCD Widescreen Optical USB DOS / Windows

Qty 06

Continued on next page…………

3


Pakistan Meteorological Department, Islamabad _________________________________________________________________________________________________

b. Furniture items for Seismic Hall Sr. No 01 02

Item Complete Executive office set

04

Quantity 03 complete set

Seismic Operations Room

Monitoring Center Set

03

Specifications Executive table L shape with rack, executive chair and three visitor chairs

Complete officer set (Officers BS-17)

Computer tables

Semi Circle Table (capacity 04 LCD Screens 19inches) with 02 Panels for CPU, one revolving chair for operator Semi Circle Table (capacity 04 LCD Screens 19inches) with 04 Panels for CPU, one revolving chair for operator Officers L shape tables with rack, Officer revolving chair and three visitor chair Capacity for 02 LCD Screen 19inches, 02 CPU panels, with one revolving officer chair Capacity for 01 LCD Screen 19Inches, one CPU panel and rack for printer, with one revolving chair for officer

01 complete set

03 complete sets

03 complete set

01 complete set

01 complete set

Continued on next page…………

4


Pakistan Meteorological Department, Islamabad _________________________________________________________________________________________________

G e ner a l

T e r ms

&

C o nd i t io n s

Terms & Conditions: 1. Earnest Money/Bid Security: The

Bidder

shall

furnish 2% earnest money as part of its

bid with the price proposal. The bid security shall be in the form of a Bank Draft / Pay Order in favour of Director General, Meteorological Services, Islamabad. The Bid Security of unsuccessful bidders will be returned as promptly as possible. 2. Sealing & Marking the Bids: The envelopes shall; (i)

(ii)

be addressed to the Buyer at the following address: The Director General, Pakistan Meteorological Services, HQs Office, Sector H–8/2, P. O. Box No. 1214, ISLAMABAD–PAKISTAN. bear the following identification: • Bid for Supply of _________________. • Bid Reference Number: ____________ • DO NOT OPEN BEFORE ______________ [insert bid opening time and date]

3. Deadline for Submission of Offers: Quotation should reach on or before December 31, 2012 at 1100PST, which will be opened on same day at 11:30PST in the presence of Bidder’s Representatives. 4. Only Technically accepted Proposal / Offer would be considered. 5. Incomplete or late received Bid / Offer will not be entertained / considered. 6. Proposals should be submitted on F.O.R. ISLAMABAD Basis inclusive of all taxes. 7. Inspection: Inspection shall be conducted at PMD HQs Office, Islamabad. 8. Only those individuals or firms may submit proposals / quotations that can supply stores on time and spot to this department and who have the facility of telephone and transport 9. The Buyer will have the right to increase or decrease the quantity. 10. Bids shall remain valid for a period of at least 90 days after the date of opening of proposals. 11. Delivery Period: within 15 days, failing which, 10% penalty will be imposed. 12. The Competent Authority reserves the right to reject or accept any or all the quotations without assigning any reason thereof. For further detail, please Contact: MUHAMMAD ZAHID ABBAS Assistant Meteorologist (I&P) PMD HQs Office, Sector H – 8/2, ISLAMABAD Ph: 051-9250566, Fax: 051-9250368 [Arshad Mahmood]

5


National College of Arts CABINET DIVISION, GOVERNMENT OF PAKISTAN

No .____________ ____________

Rawalpindi Campus, Liaquat Bagh, Rawalpindi-46000, Pakistan

Dated

Ph: (051) 5552651, Fax: (051) 5554883

PRE-QUALIFICATION NOTICE National College of Arts Rawalpindi Campus invites applications for pre-qualification of firm for Supply of Stationery, Furniture / Wood and Metal Works, General Orders Supplier, Computer & Allied equipment and Civil Works / Paint Work for the financial year 2012-13. Interested firms are requested to submit their applications along with following information. I. Company Profile II. Name, Address of Company with Tel/ Fax numbers III. For Civil Works firm must be registered with Pakistan Engineering Council IV.

National Tax Number and Certificate of Sale Tax Registration

V. Certificate to the effect that the firm is not Involved in litigation with any organization. VI. Any other information/ document considered necessary for pre-qualification

Application along with the above mentioned information, if any brochure and technical literature should reach to the address "Director National College of Arts Liaquat Road Liaquat Bagh Rawalpindi" by Wednesday, December 26, 2012. The selected firms will be required to pay a deposit of Rs. 2000/- each as registration fee for a period of one year. NCA reserves the right to reject any / all the applications as per PPRA's Rules.

Director National College of Arts Rawalpindi Campus






Appendix ‘B’

Online Submitted Tender Organization Pakistan Aeronautical Complex Name Address

AIRCRAFT REBUILD FACTORY PAC

City

Kamra

Tel No.

051-90992260

1. Sealed tenders are invited from sales tax registered firms for supply of Working Stool with Back & Arm Qty 75 Ea. Suppliers can visit Provisioning office ARF PAC Kamra for any query / detailed specification regarding subject tender during working hours from 0900 – 1200 hours. Suppliers can also contact through telephone No. 051-90992260 during working hours regarding any query. 2. Separate technical and commercial quotations must be deposited within as follows:(a) (b) 3.

Date of submission of tender Date of opening

31st Dec, 2012 upto 1030 hrs 31st Dec, 2012 at 1100 Hrs.

The validity of quoted price must be upto 30th June, 2013.

4. The quantities are estimated and may increase/decrease with respect to the requirements. Description

5. The procuring agency may reject all bids or proposals at any time prior to the acceptance of a bid or proposal. The procuring agency shall upon request communicate to any supplier or contractor who submitted a bid or proposal, the grounds for its rejection of all bids or proposals, but is not required to justify those grounds. 6. Tenders are to be addressed to Director Logistics, Aircraft Rebuild Factory, PAC Kamra. The quoted prices are to be without GST and Envelope must be marked with “TENDER No. PROV-011/2012-13 FOR Procurement of Working Stool with Back & Arm”. Tenders received through fax shall not be accepted. 7. Firms not registered with PAC Board are to deposit 5% earnest money alongwith the quotation which will be forfeited in case supplier default or back out from their commitment. 8. Delivery period must be clearly mentioned in the quotation after finalization of the contract. Complete technical specifications are required. 9.

Payment on delivery will be released through CMA.


Remarks

ARF PAC KAMRA

Closing Date

31st December, 2012

Closing Time

10:30:00 AM

Opening Time

11:00:00 AM

Bid Validity

30/06/2013

Remarks

ARF PAC KAMRA S NO

TENDER 01

Description

Working Stool with Back & Arm

QTY

75 Ea

Remarks

* Technical reference of in-lieu part numbers * Brochure of offered working Stool.



m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0


m o .c

k -44 p 18 en

v 4-7 a m 3-4 0 3 0










QUAID-E-AWAM UNIVERSITY OF ENGINEERING, QUAID-E-AWAM UNIVERSITY OF ENGINEERING, SCIENCE & TECHNOLOGY, NAWABSHAH DISTRICT SHAHEED BENAZIRABAD SINDH, PAKISTAN Ph: 0244-9370371, Fax: 0244-9370367 Ph: 0244-9370381-5, Ext: 129 e-mail: df@quest.edu.pk website: www.quest.edu.pk

TENDER NOTICE

Sealed bids are invited by Quaid-e-Awam University of Engineering, Science and Technology from reputed and authorized suppliers / firms registered with sales/ income tax department for supplying following items at QUEST Nawabshah:

Sr. # Item Description 01

Computer Lab Chairs / Revolving Chairs

Quantity 100

Request for proposal with details specifications are mentioned in the tender document which can be obtained from the office of the undersigned on any working day against payment of Rs.1000/- in shape of D.D./Pay Order in favour of Director Finance, QUEST, Nawabshah up to 07th January, 2013. The last date for submission of proposal is 24th January, 2013 at 1:30 p.m.and Tender will be opened in the presence of bidders on 24th January, 2013 at 1:30 p.m.. Interested parties are invited to submit their bids (Technical & Financial) along with earnest money @ 2% of total bid amount to undersigned in sealed envelopes. Bids should reach in due time and no bids will be accepted after due date and time. The Competent Authority reserves the right to accept/reject any or all bids; divide business amongst more then one bidder also reserves the right to increase or reduce the quantity of items as per PPRA rules provisions or extend the date of opening.

Director Finance QUEST, Nawabshah















BIDDING DOCUMENT Up-gradation of DHQ Hospital Sargodha (Supply & Installation of Medical Equipment, Machinery, Furniture, Linen and IT equipment)

GOVERNEMNT OF THE PUNJAB HEALTH DEPARTMENT PUNJAB CIVIL SECRETARIAT, LAHORE. Ph: No. 042-99211737


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

Table of Contents Instructions To Bidder .......................................................................................................... 5 General Instructions ............................................................................................................. 5 1.

Content of Bidding Documents .................................................................................................................. 5

2.

Source of Funds ............................................................................................................................................ 5

3.

Eligible Bidders.............................................................................................................................................. 5

4.

Eligible Goods and Services ........................................................................................................................ 5

5.

Cost of Bidding .............................................................................................................................................. 6

6.

Clarification of Bidding Documents ........................................................................................................... 6

7.

Amendment of Bidding Documents .......................................................................................................... 6

8.

Qualification and disqualification of Bidders........................................................................................... 6

9.

Corrupt or Fraudulent Practices ................................................................................................................ 7

Preparation of Bids............................................................................................................... 7 10. Language of Bid............................................................................................................................................. 7 11. Documents Comprising the Bid.................................................................................................................. 7 12. Bid Form and Price Schedule ...................................................................................................................... 7 13. Bid Prices ........................................................................................................................................................ 7 14. Bid Currencies ............................................................................................................................................... 8 15. Documents Establishing Bidder’s Eligibility and Qualification ............................................................. 8 16. Documents Establishing Good’s Eligibility and Conformity to Bidding Document ........................... 9 17. Bid Security .................................................................................................................................................... 9 18. Bid Validity ..................................................................................................................................................... 9

Submission of Bids................................................................................................................ 9 19. Format and Signing of Bid ........................................................................................................................... 9 20. Sealing and Marking of Bids ....................................................................................................................... 9 21. Deadline for Submission of Bids ..............................................................................................................10 22. Late Bid .........................................................................................................................................................10 23. Withdrawal of Bids .....................................................................................................................................10

Bidding Procedure ...............................................................................................................10 24. Single stage-two envelops bidding procedure ......................................................................................10

Opening and Evaluation of Bids ............................................................................................11 25. Opening of Bids by the Procuring Agency ..............................................................................................11 26. Clarification of Bids ....................................................................................................................................11 27. Preliminary Examination ...........................................................................................................................11 28. Evaluation and Comparison of Bids.........................................................................................................12 Government of the Punjab, Health Department.

Page 2


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

29. Evaluation Criteria ......................................................................................................................................12 30. Contracting the procuring agency ...........................................................................................................13 31. Rejection of bids .........................................................................................................................................13 32. Re-bidding ................................................................................................................13 33

Announcement of evaluation report ......................................................................................................14 Award of contract

34

Acceptance of bid and award criteria ………..................... ……………………………………………………….. 14

35

Procuring agency’s right to very quantities at the time of award …… .........……………………………. 14

36

Limitations of negotiation………………………………… …………… ………………… ...........................……………14

37

Notification of Awards...............................................................................................................................14

38

Signing of Contract .....................................................................................................................................14

39

Performance Guarantee............................................................................................................................14

40

Schedule of Requirements ........................................................................................................................14

41

Redressal of grievances by the Procuri ng Agency......................................................................................... 15

General Conditions of Contract...............................................................................................................................16 1.

Definitions............................................................................................................................................................16

2.

Application...........................................................................................................................................................16

3.

Country of Origin ................................................................................................................................................16

4.

Standards .............................................................................................................................................................16

5.

Use of Contract Documents and Information ...............................................................................................16

6.

Patent Rights .......................................................................................................................................................17

7.

Submission of Samples ......................................................................................................................................17

8.

Ensuring storage/installation arrangements .................................................................................................17

9.

Inspection and Tests ..........................................................................................................................................17

10. Physical examination/inspection of goods ....................................................................................................17 11. Delivery of Documents ......................................................................................................................................17 12. Insurance..............................................................................................................................................................18 13. Transportation ....................................................................................................................................................18 14. Incidental Services..............................................................................................................................................18 15. Warranty ..............................................................................................................................................................18 16. Payment ...............................................................................................................................................................18 17. Prices.....................................................................................................................................................................18 18. Contract Amendments ......................................................................................................................................18 19. Assignment ..........................................................................................................................................................19 20. Subcontracts........................................................................................................................................................19 21. Delays in the Supplier’s Performance.............................................................................................................19 22. Penalties/liquidated Damages .........................................................................................................................19 Government of the Punjab, Health Department.

Page 3


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

23. Termination for Default.....................................................................................................................................19 24. Force Majeure .....................................................................................................................................................19 25. Termination for Insolvency ...............................................................................................................................20 26. Arbitration and Resolution of Disputes ..........................................................................................................20 27. Governing Language ..........................................................................................................................................20 28. Applicable Law ....................................................................................................................................................20 29. Notices..................................................................................................................................................................20

Special Conditions of Contract ...............................................................................................................................21 Annexures 1.

Invitation for Bids for Procurement of Medical Equipment .......................................................................25

2.

Performance Guarantee Form .........................................................................................................................26

3.

Manufacturer’s Authorization Form ...............................................................................................................27

4.

Joint Venture/ Consortium/ Alliance Form ....................................................................................................28

5.

Contract Form .....................................................................................................................................................29

6.

Bid Form ...............................................................................................................................................................32

7.

Price Schedule-A (03-Years Warranty for DDP items) .................................................................................33

8.

Price Schedule-B (03-Years Warranty for CIF items) ....................................................................................34

Government of the Punjab, Health Department.

Page 4


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

A. Instructions to Bidders (ITB) General Instructions: 1. Content of Bidding Document 1.1 The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include: (a) Instructions to Bidders (ITB); (b) General Conditions of Contract (GCC); (c) Special Conditions of Contract (SCC); (d) Schedule of Requirements; (e) Technical Specifications; (f) Contract Form; (g) Manufacturer’s Authorization Form; (h) Performance Guaranty Form; (i) Bid Form; and (j) Price Schedule. (k) JV/Consortium/association form/deed 1.2 The “Invitation for Bids” does not form 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 1.1 said Bidding Documents shall take precedence. 1.3 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 shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 The Government of Punjab has allocated funds to the institution for purchase of medical equipment and other items under the relevant head of Account during the financial year 20122013 (herein referred to as the “Procuring Agency”). 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized Agents of Foreign manufacturers in Pakistan for supply of goods. The alliance/ consortium in the form of lead contractor and sub-contractors and joint venture of local agents to complete a package will also be considered as eligible. 3.2 The bidder must possess valid legal enforceable authorization from the Foreign Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required goods. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), a local body or a public sector organization. 4. Eligible Goods and Services 4.1 All goods and related services to be supplied under the contract shall have their origin of manufacturers in USA, Europe and Japan unless otherwise mentioned against specifications of the items and all expenditures made under the contract shall be limited to such goods and services. Government of the Punjab, Health Department.

Page 5


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

4.2 For the purpose of this clause, (a) the term “Goods” includes any Goods that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare parts availability, etc. 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. In case of the “manufacturer” the “origin” means the firm is based and registered in that country and registered with their stock exchange. Goods are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components. 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any re quest for clarification of the bidding documents, which it receives not later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s 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. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing or by cable or by phone, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion , may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the criteria listed in ITB Clause 29.2. 8.2 The determination shall take into account the Bidder’s financial, technical or production capabilities (in case of manufacturer), infrastructure of the firm, past performance in similar contracts, engineering staff and their capabilities, inventory of spare parts, repair and calibration tools, workshop facilities to provide the after sales services. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 29.2, as well as such other information/ premises visit as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite 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 shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. Government of the Punjab, Health Department.

Page 6


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

8.4 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. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete. 8.6 Bidders that are found to consistently fail to provide satisfactory performances or are found to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe the highest standard of ethics during the procurement and execution of such Contracts. In pursuance of this policy, the Procuring Agency: 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 any thing 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 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. shall 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; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract.

Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language pro vided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components: (a) A Bid Form and Price Schedule completed in accordance with ITB Clauses 12 and 13 (to be submitted along with financial proposal); (b) Documentary evidence established in accordance with ITB Clause 15 that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted; (c) Documentary evidence established in accordance with ITB Clause 15 that the goods to be supplied by the Bidder are eligible goods and conform to the bidding documents. 12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents (Annexure A Form), indicating the goods to be supplied, a brief description of the goods, specifications, taxes, quantity, prices, make, model, country of origin, country of manufacturer and port shipment. Government of the Punjab, Health Department.

Page 7


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total Package Price of the goods, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted wi th red/yellow marker. 13.3 The Bidder should quote the prices of goods according to the technical specifications for complete package. The specifications of goods, different from the demand of enquiry and packaged items, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for the entire package demanded; partial quantity/package offer shall straightaway be rejected. Conditional offer shall also be considered as non-responsive Bidder. 13.6 While tendering your quotation, the present 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 after the bid has been submitted. 14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees in case of Local /imported minor products free delivery basis (DDP). For imported products it may be in $, £, € and ¥. 14.2 State Bank of Pakistan’s foreign currency selling rate will be considered from the date of opening of financial bid for comparison purposes. 14.3 The price for complete Package will be considered for determining the lowest bidder. 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under ITB Clause 3. 15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include: (a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required goods shall be provided, or joint venture/ consortium/ alliance of the local agents/manufacturers. (b) National Tax Number (NTN) and General Sales Tax Number with documentary proof shall have to be provided by the bidder(s). (c) The Lead Bidder/ Bidder shall submit an affidavit on legal stamp paper of Rs. 20/- that their firm or any one from the alliance has not been blacklisted in the past on any ground by any Government (Federal, Provincial), a local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed. (d) The Lead Bidder/ bidder should have strong engineering background and necessary tools/ test equipment, trained staff for after sales services. Government of the Punjab, Health Department.

Page 8


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals. (f) The Bidder must indicate the country of origin of the goods, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality ( FDA 510k, MDD or MHLW (Ministry of Health, Labour and Welfare) and list of qualified technical persons along with qualification and trainings, payroll details of staff, list of main service, testing and calibration tools and supervisory staff working in the production and quality control departments in the manufacturing plants. 16. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents 16.1 Pursuant to ITB Clause 11, the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all goods, which the Bidder proposes to supply under the Contract. 16.2 The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered. 16.3 Submission of sample if so required by the Technical Committee, the bidder shall provide a sample or demonstration as the case may be for satisfaction of the Committee. 16.4 Alternative bids are not allowed. 17. Bid Security 17.1 Bid Security is 2% of the package price in the shape of Bank Guarantee or CDR. Bid Security amounting to less than 2% shall not be acceptable. 18. Bid Validity 18.1 Bids shall remain valid for a period of Sixty (60) days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons 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. Such extension shall not be for more than the period equal to the period of the original bid validity. 18.3 Bidders who, (a) agree to the Procuring Agency’s 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 to withdraw their bids, if any.

Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or Lead Bidder (in case of alliance) 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. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of Lead Bidder. 19.4 In case of Alliance/Joint Venture/ Consortium; JV deed will be the part of the bid as per specimen contained in the Bidding Documents (an alliance/ joint venture/ consortium may be formed if Government of the Punjab, Health Department.

Page 9


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

the firms are contributing more than 50% of the total value of major items of the package to complete the package.

20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. It should contain the package name and its number. 20.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation for Bid. 20.3 The inner envelopes shall also indicate the name and address of the Bidder/ Lead Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified under ITB Clause 19.1 not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with ITB Clause 7 , in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to ITB Clause 21 shall be rej ected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in ITB Clause 18.2 Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency.

The Bidding Procedure 24. Single stage – two envelopes bidding procedure 24.1 Single stage – two envelopes bidding procedure shall be applied: (i) (ii) (iii) (iv) (v)

The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; the Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specif ied requirements;

Government of the Punjab, Health Department.

Page 10


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

(vi) (vii) (viii)

(ix)

during the technical evaluation no amendments in the technical proposal shall be permitted; 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; 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 The bid found to be the lowest evaluated bid shall be accepted.

Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL and Package Number” in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL and package no.” shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process. 25.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to ITB Clause 21. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall b e in writing, and no change in the prices or substance of bid like indication of make/model/brand etc. shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are comp lete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. 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. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant to ITB Clause 27 the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of Government of the Punjab, Health Department.

Page 11


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

these Clauses, 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 shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids on the basis of all items of the package(s), which have been determined to be substantially responsive, pursuant to ITB Clause 25. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience of similar contracts, availability of engineering staff and their capabilities, inventory of spare parts, workshop facility to provide the after sales services, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price. 28.3 All bids shall be evaluated in accordance with the evaluation criteria (ITB Clause 29) and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to ITB Clause 13. 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 on that day. 28.5 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. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, factors other than price such as previous performances, previous experience, engineering/ technical capabilities, repair/ calibration tool, workshop facilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into consideration and these should be available with the bidde rs/ lead bidder in case of alliance/association. The following evaluation factors/ criteria will be employed on technical proposals. 29.2

Technical Evaluation Criteria

TECHNICAL EVALUATION CRITERIA (PACKAGE TO PACKAGE BASIS)

29.2.1 For evaluation of bids KNOCKED DOWN CRITERIA will be applied. The bids conforming to the specifications and pre-requisite conditions indicated with specification of each package will be considered for further technical evaluation. 29.2.2 The bid must comply with all items of the package. Incomplete package will straightaway be rejected. 29.2.3 Submission of valid legally enforceable authorization letter of manufacturer assuring full guarantee and warranty obligations as per enclosed manufacturer authorized form with the bid document. 29.2.4 The products offered from foreign countries of USA, Europe and Japan shall be eligible to participate and must bear FDA510k, MDD or MHLW (Ministry of Health, Labour and Welfare) standard, respectively and those products should be marketed Government of the Punjab, Health Department.

Page 12


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

world widely. (The product manufactured and marketed for certain region shall be knocked down). 29.2.5 Infrastructure for execution of after sales services mentioned by the bidders/ lead bidders shall be evaluated for its suitability as per provisions given in specification of each package and other requirements mentioned in the bidding documents. 29.2.6 The firms shall also declare the make, model, country of origin of all accessories to be provided with the equipment. 29.2.7 The Procuring Agency has the right to inspect the premises of bidders/ lead bidders/ firms of alliance to inspect their premises/ setups ensuring proper after sales services. 29.2.8 An affidavit from lead bidder and joint venture firms shall be submitted on stamp paper of Rs.20/- stating that their firm (s) has never been blacklisted by any of the Federal and Provincial Government or organizations of the State/ Central Government in Pakistan in the past three years. 29.2.9 Bidders are required to submit the following information in the following format alongwith documentary evidence as under. Additional column / rows can be added as per no. of Consortium/JV.

a) Profile of the Bidder Sr.# 1. 2.

3.

4.

5.

6. 7.

Particulars

Lead Bidder

Consortium/ JV No.1

Name of the company Registered Office Address Office Telephone Number Fax Number Contact Person Name Personal Telephone Number Email Address Local office if any Address Office Telephone Number Fax Number Bid Signing Authority Name Address Personal Telephone Number Email Address Please enclose Authorization or Power of Attorney to sign and submit the Bidding Address for communication under the current Bidding Registration Details NTN Registration Number GST Registration Number Banker’s Name, Address and Account Numbers

b) Bid Security # 1.

Particulars Name of the Bank

Government of the Punjab, Health Department.

Please furnish details Page 13


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

2. 3.

CDR / Bank Guarantee Date

c) Details of Balance Sheet (last three years) #

Audited Balance Sheets

Lead Bidder

1. 2. 3. 4.

2011-12 2010-11 2009-10 Please enclose audited annual balance sheets.

Consortium/ JV No.1

d) Details about Income Tax (last three years) #

Audited years

1. 2. 3. 4.

2011-12 2010-11 2009-10 Please enclose Income Tax Returns

Lead Bidder

Consortium/JV No.1

e) Details about Annual Turnover (last three years) #

Audited years

Lead Bidder

Consortium/JV No.1

1. 2011-12 2. 2010-11 3. 2009-10 29.2.10 Joint venture / consortium/association deed shall be submitted on the stamp paper as per enclosed format in case of JV/ consortium/ association. 29.2.11 Submission of original receipt of purchase of tender. 29.3

Financial proposals would be evaluated as follows: i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional. ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders shall be read aloud. The financial proposal of the technically responsive bidders shall then be inspected to confirm that they have remained sealed and unopened (financial proposals of technically non-responsive Bidders shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded. iii) Incomplete bid shall stand rejected. All items described in the technical proposal must be priced in financial proposal. Items described in the technical proposal but not priced, shall be assumed to be included in the price of other items. iv) Minor oversight, clerical mistakes, other minor inconsistencies that do not alter the substances of the financial bid may be corrected by the Procuring Agency. When correcting computation error in case of discrepancy between a partial amount and the total amount or between the words and fi gures, the formers will prevail.

Government of the Punjab, Health Department.

Page 14


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

v)

vi)

The bidders will quote the respective Price Schedules for DDP/CIF items for complete package. The total price of the package will be calculated by converting the price to single currency (Pak Rs.) on the rate of date of opening of Financial Proposal. Price Schedule for Standard Warranty of 03 Years is required to be filled in.

30. Contacting the Procuring Agency 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 31.4 The items contained in the package should be bid in total and technical rejection of any item not complying with the technical specifications may lead to the rejection of complete package. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to ITB Clause 30, it may call for a re bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency 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. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report giving justification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract.

Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules, regulations or policy of the Government, shall be awarded the Contract, within the original or extended period of bid validity for complete package. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase or decrease, the quantity of goods originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations

Government of the Punjab, Health Department.

Page 15


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

36.1 Save as otherwise provided there shall be no negotiations with the bidder having submitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract. 38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract after ensuring the submission of Bank Security for execution of the contract by the Contractor. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their Bid Security/ Earnest Money/ Contract Security to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum for three years for future participation. In such situation the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re -bidding. 39. Performance Guarantee 39.1 On the date of signing of the Contract, the successful Bidder shall furnish the Performance Guarantee/Security in accordance with the Special Conditions of Contract, in the Performance Guarantee/Security Form. The Performance Guarantee will be 5% of the contract amount. The performance security shall be deposited in the shape of Deposit at Call/ Bank Guarantee. 39.2 Failure of the successful Bidder to comply with the requirement of ITB Clause 37 or ITB Clause 38.1 shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re bidding. 40. Schedule of Requirement 40.1 The supplies shall be delivered/ shipped within 45 to 55 days w.e.f the next date after the date of issue of Purchase Order (without penalty)/ opening of LC, and with prescribed penalty, as per following schedule of requirement: Mode of penalty Without Penalty

Shipping Period 45 Days

Grace Period 15 days

Total Period 55

40.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty @ 0.1% per day of the cost not exceeding 10% of the purchase order value for late delivered supply shall be imposed upon the Supplier. 41. Redressal of grievances by the Procuring Agency 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report under rule35. Government of the Punjab, Health Department.

Page 16


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction.

Government of the Punjab, Health Department.

Page 17


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

B. 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 electro medical equipment and other items 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 above goods, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, Insurance, transportation of goods up to the desired desti nations, commissioning, training and other such obligations of the supplier covered under the Contract. e. “GCC” mean the General Conditions of Contract contained in this section. f. “SCC” means the Special Conditions of Contract. g. “The Procuring Agency” means the Secretary Health, Government of the Punjab. h. “The Procuring Agency’s Country” is the country named in SCC i. “The Supplier” means the individual or firms or joint venture supplying the goods under this Contract. j. “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 related services to be supplied under the contract shall have their origin of manufacturer in USA, Europe and Japan; registered in that country and registered with their stock exchange, unless otherwise mentioned against the items and all expenditures made under the contract shall be limited to such goods and services. 4. Standards 4.1 The imported goods supplied under this Contract shall conform to FDA 510k/FDA, CE or MHLW (Ministry of Health, Labour and Welfare). 5. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written conse nt, 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 Government of the Punjab, Health Department.

Page 18


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 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 country. 7. Submission of Samples 7.1 The samples shall be submitted as per detail in ITB 16.3. 8. Ensuring Storage/ Installation Arrangements 8.1 To ensure storage and installation arrangements for the intended supplies, the Supplier shall inform end user for pre-requisites well in time for proper installation. In case the Supplier abides by the given time frame he shall not be penalized for delay. 8.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty @ 0.1% per day of the cost not exceeding 10% of the purchase order value for late delivered supply shall be imposed upon the Supplier. 9. Inspections and Tests 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2. For the purpose of inspections and tests of equipment. The Supplier, shall furnish all reasonable facilities and assistance, to the inspectors at no charge to the Procuring Agency. In the event that inspection & testing is required prior to dispatch and categorically mentioned in the LC clauses, the goods shall not be supplied unless a satisfactory inspection report has been issued in respect of those Goods by the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after the goods have been installed at Procuring Agency’s destinations. 9.4 The Procuring Agency’s right to inspect the premises of bidders/ lead bidders/ firms of alliance to inspect their premises/ setups ensuring proper after sales services. 9.5 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection of Goods 10.1 The goods shall be acceptable subject to physical inspection, tests and/ or in acco rdance with the approved sample as decided by the Procuring Agency. 10.2 The Inspection Team will be designated by the Procuring Agency which will inspect each of the equipment/ goods as per contracted specifications and installation protocols recommended by the manufacturers. 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery of the goods which is maximum 45-days from the date of signing of this contract or opening of LC. The details of original documents to be furnished by the Supplier are as follows; a. Operational Manuals of the medical equipment Government of the Punjab, Health Department.

Page 19


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

b. Service Manuals indicating step by step service/ maintenance protocols of each of the medical equipment. c. Service Codes of Digital/ Computer controlled equipment d. Periodic Preventive Maintenance schedules with recommended list of parts/ kits to be replaced during PPM. e. A copy of Test/ Inspection Procedure Manual of all equipment as duly recommended by the manufacturer. All related test equipment will be made available at the time of installation, testing and commissioning by the firm. f. Product model and part numbers, bar code (If available) and Catalogue 12. Insurance 12.1 The goods supplied under the Contract shall be delivered duty paid (DDP)/ CIF under which risk is transferred to the buyer after having been delivered; hence, marine and inland insurance coverage is Supplier’s responsibility. The Supplier shall ensure insurance in advance in full on prevailing premium rates at the time of shipment of the Goods on the behalf of the Purchaser for which the cost is inclusive in the Contract Price. The value for the purpose of insurance shall be 10% more than the value of goods in the contract. 13. Transportation 13.1 The Supplier shall arrange such transportation of the goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of goods shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services 14.1 The Supplier shall be required to provide all the incidental service charges and the cost of such incidental services include in total Contract price. 14.2 The Procuring Agency will not pay any extra amount against any expenditure incurred on it, as the Contract shall be construed as fixed amount Contract and includes all costs. 14.3 The Procuring Agency will provide all the necessary documentations for facilitation but no amount to be given in any case except the Contracted amount. 14.4 All Custom Duties, if any, Octroi, Clearing Charges, transportation etc will be borne by the Contracting firm. However, Procuring Agency will provide all necessary documents for facilitation but no amount to be given in any case except the Contracted amount. 15. Warranty 15.1 A comprehensive warranty of three years will be provided free of cost including parts, labour at the installation site i.e DHQ Hospital Sargodha. 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC. The currency of payment is Pak Rupees which will be paid after installation and satisfactory report by the Inspection Committee for Delivered Duty Paid (DDP)/free delivery at the consignee end. 16.2 In case of Import cases the payment will be made 100% via establishing the LC at sight and receiving shipping documents/ Bill of lading, Insurance, Inspection certificate of the manufacturer, Country of origin, compliance of International standards of quality as per INCOTERMS of latest version. 16.3 In case of locally manufactured items the supplier shall submit prototype samples for the approval of inspection committee prior to final supply. 17. Prices Government of the Punjab, Health Department.

Page 20


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

17.1 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 expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made. 18.2 No variation in finalized brands/ makes/models shall be allowed except in special conditions where the manufacturer has stopped producing or suspended that model or non availability due to international mergers of the manufacturers or similar unavoidable constraints. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract except the firms involved in the Joint Venture/ Consortium. 21. Delays in the Supplier’s Performance 21.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly noti fy the Procuring Agency 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 Procuring Agency 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 amendment of Contract. 21.3 Except as provided under GCC Clause 8.2, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 21.2 without the application of liquidated damages. 22. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 23. Termination for Default 23.1 The Procuring Agency, 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, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or b. if the Supplier fails to perform any other obligation(s) under the Contract. c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of Government of the Punjab, Health Department.

Page 21


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

any thing of value to influence the action of a public official in the procurement process or in Contract execution. “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 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. 24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ b lacklisting 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 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 Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuri ng Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee of Ministry of Health, constituted for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, 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. 25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving writte n 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. 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency 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. 26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency 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. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Additional Chief Secretary, Government of the Punjab, Civil Secretariat, Lahore shall act as arbitrator. The decisions of the arbitrator shall be final and binding on the Parties. 27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All Government of the Punjab, Health Department.

Page 22


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law 28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and confirmed to other party’s address specified in SCC. 29.2 later.

A notice shall be effective when delivered or on the notice’s effective date, whichever is

Government of the Punjab, Health Department.

Page 23


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

Special Conditions of Contract (SCC) Special Conditions of Contract shall be concluded between the Procuring Agency and the successful bidder(s) as per specific requirement of the specific Product. In case where there is a conflict between the general conditions of the contract and the special conditions of contract, the special condition of contract shall prevail. 1. General: 1.1 The imported goods shall be of USA, European or Japanese Origin firms; however their delivery/ provision may vary according to geographical location of their factories. 1.2 The fee of all necessary licenses required to install and operate the equipment shall be born by the Supplier and Procuring agency will facilitate through documents only. 1.3 The Bank Guaranty will be discharged after successful installation, commissioning, servicing and completion of 03-years comprehensive warranty Period. A clearance letter/NOC will be issued by the head of concerned institution. 1.4 The Supplier shall be deemed to have obtained all the information regarding facilities and charges, in respect of port clearance, loading and unloading, storage, transportation, congestion, Octri, licensing fee and confirmed the requirements thereof at his own responsibility and all such costs and charges are deemed to be included in the rates and prices mentioned in the Priced BOQ and the Procuring Agency will not pay any amount over this contracted amount whether in case of CIF or free delivery consignments. 1.5 The Supplier shall arrange the necessary arrangements for training of hospital staff including doctors, technician, paramedical staff and biomedi cal engineers. 1.6 For smooth functioning and management of medical and other equipment, it is mandatory for the bidders to provide sufficient technical training for high-tech equipment for the biomedical engineers and allied staff from factory trained ex perienced engineers at the concerned institute. 2. Insurance of Local Goods 2.1 Insurance of Local Goods and other materials from factory to Site shall include all insurance costs covering the responsibility of all losses or damages, while loading, unloadi ng, storing, trimming on the carrier and transporting to Site up to the installation, testing & commissioning of the medical equipment. 2.2 Checking and verifying of consignments, issuance of receiving reports and damage reports (when applicable) shall be the Contractor’s responsibility. 2.3 The cost of insurance shall be quoted on the basis of insurance through National Insurance Company (NIC) of Pakistan or any other insurance company operating in Pakistan acceptable to the Procuring Agency. 3. Payment 3.1 In case of imported goods; the payment will be made 100% via establishing the LC at sight and receiving of mentioned documents. The payment will be made in the following manner through a letter of credit to be opened by the Procuring Agency as per foll owing payment details. The details of amount to be paid to manufacturer / beneficiaries, along with product, make/model, is placed at Annex3.2 The detail of Local and LC items has been indicated for execution. The amount of locally provided items will be paid after the inspection as per inspection details. Government of the Punjab, Health Department.

Page 24


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

3.3 The amount of Letter of Credit shall be paid to beneficiary on production of the following non-negotiable documents. i. Draft. ii. Three original and two copies of the Supplier's Invoice showing purchaser as Secretary, Health, Government of Punjab, Pakistan, the Contract No., Goods description, quantity, unit price and total amount. Invoice must be signed in original stamped or sealed with company stamp or seal. Four Copies of packing list identifying content of each package. One original and two copies of the negotiable, clean, on board through bill of lading marked “freight prepaid” and showing purchaser as Secretary Health. iii. Copy of insurance certificate showing purchaser as the beneficiary; iv. The original of the manufacturer’s warranty certificate covering all items supplied; v. One original copy of the Supplier’s Certificate of origin covering all items supplied. vi. Original copy of the certificate of Pre-Shipment inspection furnished to Supplier by the purchaser representative (if specifically required by the purchaser). vii. Test/ Inspection Certificate of manufacturers. viii. Compliance Report of Internal Quality Standards. ix. Product model, serial numbers, part numbers and Catalogue x. Manufacturer's Guarantee Certificate to the effect that: a) the goods supplied by them are strictly in conformity with the specifications stipulated in the contract. b) the goods have been packed and marked suitable for transport by Sea, Rail, Road and Air in terms of the contract. c) the stores supplied by them are brand new and absolutely free from any material or manufacturing defects. d) Manufacturer's test certificate in respect of each consignment. 4. Execution of Warranty 4.1 A Log Book for each of the equipment shall be maintained by the Biomedical Engineer/ Technical Coordinator of the Supplier and Biomedical Engineer of the Hospital jointly. This will include the name of the equipment, down time, preventive maintenance schedule, replacement of parts, down time etc. 4.2 The Warranty will start from the date of acceptance of equipment (properly installed, as per contracted specifications and handing over of related documents mentioned in GCC and will last for three years at 95% uptime. 4.3 The maintenance will be the responsibility of the manufacturer / their agent. An annual optimal uptime of 95% is considered as acceptable level of performance. 4.4 Software and hardware up gradation of the computing system should be carried out as available during warranty period as desired by end user or as recommended by the manufacturer. 4.5 Manufacturer / Supplier shall be responsible for rectifying with all possible speed at their own expense any defect or fault in the system which may develop at any time during installation, commissioning period. 4.6 Shielding of the Radiation Rooms will be the responsibility of the firm. The firm will be responsible for complete interference free installation keeping in view the requirement and recommendation of manufacturers and its surroundings to ensure artifacts free examinations/ procedures. 4.7 Manufacturer will guarantee the availability of spare parts and accessories for the system for ten years. Government of the Punjab, Health Department.

Page 25


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

4.8 Uptime shall be defined as the time available to the user for doing procedures/ data acquisition and processing during working hours throughout the year. 4.9 Manufacturer / Supplier shall check system performance during and after every 4months. An “Optimal Percentage” will be calculated by dividing “System in Service” hours by hours available, both measured on the basis of working hours as detailed above. 4.10 If the uptime percentage for the measurement period (04-months) shall fall short of 95% the following formula will be applied to determine additional days in the warranty / service contract period. a. b.

100% - 95% 95% - 90%

c.

90% - 80%

d.

Below 80%

No Penalty The warranty period will be extended by 2.0 times the number of days as extra down time. The warranty period will be extended by 3.0 times the number of days as extra down time The warranty period will be extended by 4.0 times the number of days as extra down time

4.11 Down time is defined as the failure in the equipment operation to acquire or process the data or procedure, resulting in inability to carry out the required procedure properly. 4.12 The firm will bound to place at least one Senior Bio-Medical Engineer/ Technical Coordinator at DHQ Hospital, for prompt execution/ coordination of after sales services. 4.13 Down time will start when the end user/ Staff In-charge notifies the designated service facility verbally or in writing to Bio-Medical Engineer/ Technical Coordinator of the firm stationed in the Hospital. 4.14 Down time will end once the repairs have been affected and the system is again avai lable for clinical use. 4.15 The firm will provide the recommended preventive maintenance schedule of each of the equipment at the time of delivery. 4.16 The firm will bound to execute the installation/ maintenance according to the installation/ service protocol and will replace the components/ kits recommended by the manufacturers for installation and Periodic Preventive maintenance. 4.17 The scheduled preventive maintenance shall be in accordance with Service Protocol recommended/ advised by the manufacturer. 4.18 Remote service via modem shall be preferred if provided by the manufacturer to pick -up early faults at no cost to the hospital for the high-tech equipment. 4.19 The manufacturer / supplier will be responsible for preventive maintenance of equipment as per manufacturers’ Service Manuals and shall keep a check for electrical / magnetic / temperature and humidity conditions. Such a check should be made monthly and record should be maintained in the log book of the hospital. 5. Packing & Marking 5.1

Packing: Usual export packing to ensure safe journey up to the site of consignee. Marking: Each packing should be clearly marked in suitable size in bold letters as per requirement.

6. Trans-shipment 6.1

Trans-shipment is not allowed.

7. Place of delivery 7.1

CIF (fixed value) & DDP for local goods, place of delivery is DHQ Hospital Sargodha.

Government of the Punjab, Health Department.

Page 26


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

9. Correspondence addresses

Procuring Agency Secretary Health Government of the Punjab, Health Department, Punjab Civil Secretariat Lahore: Phone: 042-99213589 Fax:042-99213590 Contracting Firm M/s _______________ _________________ ________________ ______________

_________

Government of the Punjab, Health Department.

Page 27


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

GOVERNMENT OF THE PUNJAB, HEALTH DEPARTMENT

INVITATION FOR BIDS Procurement of Medical Equipments for Up-gradation of DHQ Hospital, Sargodha Government of Punjab, Health Department invites sealed bids from the firms having established credentials in terms of Technical, Financial and Managerial capabilities for the supply of medical equipment pertaining to Monitoring & Diagnostic, ICU & OT, ENT, Opthalmology, Urology, Laboratory and Medical Furniture etc., for up-gradation of DHQ Hospital, Sargodha, during current financial year (2012-2013) on free delivery to Consignee’s end on CIF/FOR basis: 2. Interested bidders may get the bidding documents and specifications from the office of Section Officer (P-III), Government of the Punjab, Health Department, Punjab Civil Secretariat, Lahore on submission of written application on letter head and a copy of CNIC alongwith payment of non refundable fee of Rs.1,000/- (One thousand only) for each bidding document (package). Bidding documents including detailed specifications, terms & conditions shall be issued upto 15.12.2012 till 03.00 p.m. 3. 02% Bid Security shall be attached with the bid in the shape of Bank Guarantee or CDR from any scheduled bank otherwise tender will be rejected. 4. Single Stage – Two Envelopes bidding procedure shall be applied. The envelopes shall be marked as “FINANCIAL PROPOSAL” AND TECHNICAL PROPOSAL” in bold and legible letters. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders. 5. Procurements shall be governed under the Punjab Procurement Rules 2009. 6. Sealed bids are required to be brought in person by the authorized representative of the interested bidders on 17.12.2012 at 11.00 a.m. positively in the committee room of Health Department. The bids received till the stipulated date & time shall be opened on the same day at 11.30 AM in the presence of the bidders or their authorized representatives by the purchase committee. 7. The bidders are required to submit the company profiles including Technical, Engineering, Managerial capabilities, after-sales services and past experience/ performance alongwith their technical bids. 8. The bidders are required to quote for complete package(s). The bidders may participate individually or in association with other qualified agents to complete items of the package(s). The lead bidder shall be eligible for entering into association if he contributes more than 50% of the total value of major items of the package. 9. All bids should be submitted in tape or ring binding. Bids with loose papers shall be rejected straightaway. All documents should contain an index and proper page marking, attached in sequence as indicated for evaluation in the bidding document and signatures of authorized person. Moreover, signing and stamping of each page of bidding document/form is mandatory otherwise the bid shall be rejected straightaway. 10. Pre-bid conference shall be held on 04.12.2012 at 11.30 in the Committee Room of Health Department, Lahore. All interested bidders are requested to submit their reservations, if any, in writing by 03.12.2012 till 01.00 p.m. 11. The Procuring Agency however, reserves the rights to accept or reject any or all bids with or without assigning any reason. 12. In case the date of opening or last date of sale or pre-bid conference is declared as a public holiday by the government or non-working day due to any reason, the next official working day shall be deemed to be the date of sale, submission and opening of tenders and pre-bid conference accordingly. The time and venue shall remain the same.

(ARIF NADEEM) SECRETARY HEALTH

Government of the Punjab, Health Department.

Page 28


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

GOVERNMENT OF THE PUNJAB, HEALTH DEPARTMENT

Subject:

CORRIGENDUM

This is with reference to advertisement regarding purchase of medical equipment for up gradation of DHQ Hospital, Sargodha. The last date of submission of bids i.e. 17.12.2012 has now been extended upto 21.12.2012. Therefore, all the interested firms are required to submit their bids upto 21.12.2012 before 11.00 a.m. in the committee of Health Department which will be opened on the same day at 11.30 a.m. in the presence of all bidders. Moreover, revised specifications and bidding document for the said tender can be accessed/downloaded from the PPRA Website. All the other terms & conditions shall remain the same.

DEPUTY SECRETARY (PURCHASE)

Government of the Punjab, Health Department.

Page 29


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

Performance Guarantee Form To: [Name & Address of the Procuring Agency] 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 5% 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_________, 2012__

Signature and Seal of the Guarantors/Bank Address

Date

Note: 1. It should be valid for a period equal to the warranty period. 2. The contract will be signed/ issued after submission of this Performance Security. 3. The firm may submit the Performance Security for the Complete Package by the Lead Contractor or individually for the respective portions of the firms in case of alliance.

Government of the Punjab, Health Department.

Page 30


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

Manufacturer’s Authorization Form [See Clause 3.1 (a) of the Instruction to Bidders] To: [name of Procuring Agency] WHEREAS [name of the Manufacturer] who are established and reputable 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 IFB No. [reference of the Invitation to Bid] for the goods manufactured by us. We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Bids.

[Signature for and on behalf of Manufacturer]

Note: 1. This letter of authority should be on the letter head of the Manufacturer and should be signed by a person competent and having the power of attorney to bind the Manufacturer. 2. It should be included by the Bidder in its bid. 3. The standard authorization letter/ sole agency agreement already signed by the manufacturer may also be acceptable, depicting the above mentioned requirements.

Government of the Punjab, Health Department.

Page 31


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

Joint Venture/ Consortium/ Alliance Form WHEREAS [name of the Manufacturer] who are established and reputable agent /Manufacturer of [name and/or description of the goods] having factories/ offices at [address of factory/ office] do hereby form the Joint Venture. The lead firm will be [name and address of Supplier/ Agent] to submit a bid, and subsequently negotiate and sign the Contract with you against IFB No. [reference of the Invitation to Bid] for the goods manufactured/ supplied by us. We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Bids. We also hereby confirm that we all are equally responsible for execution of the tender.

[Signatures of all the firms]

Note: 1. This document should be on the legal paper and should be signed by a person competent and having the power of attorney to bind the manufacturers/agents. It should be included by the Bidder in their bid. 2.

This venture may be formed if the lead bidder (s) contributes more than 50% of the total value of major items of the package to complete the package.

3. All firms of the venture are equally responsible for execution of the Contract.

Government of the Punjab, Health Department.

Page 32


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

1. Contract Form THIS CONTRACT is made at on day of 2012, between the Secretary Health, Government of the Punjab (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”). WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name) being the Manufacturer/ authorized Supplier/ authorized Agent of (item name) in Pakistan and ancillary services offered to supply the requi red item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) and services in the sum of Rs (amount in figures and words) cost per unit, the total amount of (quantity of goods) shall be Rs (amount in figures and words) for free delivery items and unit price €/£/$/¥________ for the total price_______________ €/£/$/¥ of the items of CIF portion for establishing the LC. NOW THIS CONTRACT WITNESSETH AS FOLLOWS: 1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of this Contract hereinafter referred to as “Contract”: 2. The following documents shall be deemed to form and be read and construed as integral part of this Contract , viz:a. the Price Schedule submitted by the Bidder, b. the Schedule of Requirements; c. the Technical Specifications; d. the General Conditions of Contract; e. the Special Conditions of Contract; f. the Procuring Agency’s Notification of Award; g. the scope of work; h. the Contract; and i. the Bid & its clarifications. j. the contracted specifications (attached as annexure) k. Any undertaking provided by the firm 3. In consideration of the payments to be made by the Procuring Agency to the Supplier/ Manufacturer as hereinafter mentioned, the Supplier/ Manufacturer hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract. 4. The Procuring Agency hereby covenants to pay the Supplier i n consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract. 5. [The Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right, interest, privilege or other obligation or benefit form Government of the Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it (Government of the Punjab) through any corrupt business practice. Government of the Punjab, Health Department.

Page 33


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

6. Without limiting the generality of the foregoing, [the Seller/ 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 including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of the Punjab, except that which has been expressly declared pursuant hereto. 7. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of the Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty. 8. [The 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 right and remedies available to Government of the Punjab under any law, Contract or other instrument, be void able at the option of Government of the Punjab. 9. Notwithstanding any rights and remedies exercised by Government of the Punjab in this regard, [The Supplier] agrees to indemnify Government of the Punjab for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Government of the Punjab in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Seller/ 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 Government of the Punjab. 10. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. Additional Chief Secretary shall act as arbitrator. The decisions taken and/or award made by the arbitrator shall be final and binding on the Parties. 11. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the Manufacturer/ authorized Supplier/ authorized Agent 1.

Signed/ Sealed by Procuring Agency 1.

2. 2. Note: 1. In case of alliance; all the firms have to sign this document jointly along with Procuring Agency, as all firms will bear equal responsibility in execution of the contract.

Government of the Punjab, Health Department.

Page 34


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

Bid Form Date: Tender No.: To: [Name and address of Procuring Agency] Respected Sir/Madam Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum of [Total Bid Amount] , [Bid Amount in words] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and 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 shall obtain an unconditional guarantee of a bank in the sum of ____ percent of the Contract Price for the due performance of the Contract, in the form prescribed by the Procuring Agency. We agree to abide by this bid for a period of [number] days from the date fixed for bid opening under ITB Clause 18 of the Instructions to Bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof 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. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below:

Name and address of bidder (if none, state “none”).”

Dated this day of

Amount and Currency

, 2012

Signature (in the capacity of)

Duly authorized to sign bid for and on behalf of .

Government of the Punjab, Health Department.

Attachment

Page 35


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

Price Schedule-A (03-Years warranty) (for the items of the package to be supplied on free delivery basis) Name of Bidder__________________________________________________________________ Item. No. (as per serial original serial in the package)

Model Name of Item (As listed in invitation of bid)

Make

Country of Manufacturer

Country of origin

Unit Price (Rs.)

Qty

1 15 21 35

Total Cost

Tender No. and the name of the package -------------------------------------------------------------------------

Sign and Stamp of Lead Bidder_________________________________________________ Note: In case of discrepancy between unit price and total, the unit price shall prevail.

Government of the Punjab, Health Department.

Page 36

Total Cost (Rs.)


Bidding Document –Up-gradation of DHQ Hospital, Sargodha

Price Schedule-B (03-Years warranty) (for the items of the package to be supplied on CIF basis) Name of Bidder__________________________________________________________________

Tender No. and the name of the package ------------------------------------------------------------------------Model

Item. No. (as per serial original serial in the package)

Name of Item (As listed in invitation of bid)

Country of Origin

Make

Country of Manufacturer

Supplier (lead bidder or joint venture)

Name of Port of dispatch

Qty

(€/£/

Total cost for each item

$/¥)

(€/£/

Unit CIF Price

$/¥) 1 15 21 35

Total Cost (Rs.)

Sign and Stamp of Lead Bidder_________________________________________________

Note: 1. In case of discrepancy between unit price and total, the unit price shall prevail. 2. Foreign currency rate will be considered on the date of opening of Financial Bid as per selling rate announced by the national/ State Bank.

Government of the Punjab, Health Department.

Page 37

Name of benefi ciary bank






























PAKISTAN NAVY MILITARY ENGINEER SERVICES NOTICE OF TENDER 1. Applications are invited by the CMES (Navy) Comkar Karachi upto 07th January 2013 for pre-qualification of contractors/firms. Tenders of the following works under CMES (Navy) Comkar Karachi are required to be submitted by 1130 hours on 14th January 2013 and shall be opened on the same date at 1200 hours :-

S/No. a.

Description of Work

Estimated cost (Approx) (Rs. In M) Provision of Furniture for Wardroom Mess at Rs.3.390 M Karachi.

b.

Repair / Maintenance of Fitness Centre at Manora Karachi

Rs.0.914 M

c.

Repair / Maintenance of Wardroom at Manora Karachi

Rs.0.713 M

2. Firms / Contractors borne on approved list (according to contractual limit) of MES contractors or other Government Departments having experience of this type of work may only apply. The Contractors will also furnish valid Registration Certificate of Pakistan Engineering Council, Bank Statement, General Sales Tax (GST) Registration, NTN Certificate etc. 3. Firms / Contractors not borne on the approved list of MES contractor will furnish with their application; proof of their being on the appropriate list of the Department concerned, a statement of financial standing with necessary bank certificate, details of staff employed, tools & plants and type of work executed in the last two years and in hand on the Proforma appended below, duly attested by Class-1 Gazetted Officer. 4. Contractors NOT BORNE on MES approved list of contractors or THOSE SUSPENDED from the approved list of MES contractors due to non-depositing enhanced amount of standing security will deposit earnest money equal to 2% of the estimated cost of bid in the form of FDR, Deposit at Call, etc, duly pledged in the name of CMES (Navy) Comkar Karachi. This amount is refundable, if the contractors are not pre-qualified or they do not secure the contract. 5. APPLICATION NOT PROVIDING THE INFORMATION ON THE FOLLOWING PROFORMA WILL NOT BE CONSIDERED FOR ISSUE OF TENDER :S/No Name of Work executed during the last two years and in hand

Agency Amount e.g. MES of Work / Pak PWD / PR CDA, etc

Time Allowed in Months

Date of Percentage Department Actual Progress of performance Completion work in report on hand each work by the Divisional Engineer / XEN

6. Accepting Officer may reject all bids or proposals at any time prior to the acceptance of a bid or proposal. Accepting Officer shall upon request communicate to any contractor who submitted a bid or proposal, the grounds for its rejection of all bids or proposals, but is not required to justify those grounds. 7. Any assistance and details i.e. specifications, drawings and un-priced abstract of the bills of quantities of works may be collected from CMES (Navy) Comkar Karachi free of charge during working hours (Tel No.021-48506403-4).





TENDER NOTICE

CORIGENDUM

No. Proc: 51-2012 Sealed bids are invited from Manufacturers / Reputable Firms / Dealers / Suppliers Authorized Distributors / Resellers for the purchase of the Out Door Lawn Furniture Set consisting Relaxing Chairs, Table with Umbrella (Design attached) as per following material a. Table top must be weatherproof, scratch-resistant, easily cleaned and a durable leather-grain finish. b. Umbrella color must be match the furniture fabric, easily adjustable along poll c. P.V.C Tubular Frames with high resistance environment, heat and water resistant, fast permanent color, high wall thickness material and loading bearing capacity must be 120-150 kg. d. DACRON material Cushions e. Fabric should be TEXTILENT recommended by (AHFA) and should be heat Sealable, Mildew resistant and stable under all weather conditions.

NRTC reserves the right to accept or reject all the tenders / bids, at any time, prior to the acceptance. Bids complete in all respects should reach the office of the under signed along with complete design Brushers by 15th January, 2013, till 1030 hours and Bids will be opened at 1100 hours on same day. DCE (PROCUREMENT) NATIONAL RADIO AND TELECOMMUNICATION CORPORATION, HARIPUR Tel: 0995-615064, 666626 Fax: 0995-610933 Email: md@nrtc.com.pk, procurement@nrtc.com.pk Web Site: www.nrtc.com.pk


TENDER DOCUMENT PAKISTAN REVENUE AUTOMATION (PVT.) LIMITED Ref. Proc-Furniture//2012 Subject:

December 27, 2012

TENDER NO. P-39/2012 DATED 27/12/2012 FOR THE PURCHASE OF HIGH BACK REVOLVING CHAIRS

Sealed bids are invited from the firms registered with the Sales Tax and Income Tax departments for supply of High Back Revolving Chairs as per specifications mentioned in Annexure “A”. Terms & Conditions of the Purchase are as below: 1.

Income Tax / Withholding Tax will be deducted in accordance with the law. Kindly note that the Sales Tax shall also be deducted in accordance with the law.

2.

PRAL reserves the right to increase or decrease the quantity, annul the bidding process and accept or reject any or all bids for which reasons on request shall be communicated to the concerned bidder.

3.

The delivery of the Chairs mentioned in the Annexure” A” is required on most urgent basis. As such the successful bidder may be in a position to deliver the chairs within one (01) week of the receipt of the purchase order(s) against this Tender Inquiry. Delivery Period must be mentioned clearly.

4.

PENALTY: For failure to comply with the delivery schedule of Contract (s), penalty will be imposed on defaulting Contractor as under: 4.1.

1% of the cost of entire Contract or of such items/job as remains un-supplied/un-completed for every day up to maximum of 5% for 10 days exceeding the job completion/delivery period.

4.2.

If the material is not supplied even after payment of penalty for 10 consecutive days PRAL reserves the right to cancel the contract and to get complete the required job/items from elsewhere at risk and cost of the defaulting contractor.

5.

The authorized representative of the bidder may quote prices duly stamped and signed.

6.

Quoted prices must be inclusive of all taxes (Income Tax and Sales Tax) and duties indicating unit price and total bid price.

7.

Price must be quoted including all charges like handling, loading, transportation, unloading of the chairs at PRAL office at House # 2A, Embassy Road, Sector G-6/4, Islamabad.

8.

Quoted price shall be valid for ninety (90) days from the opening date of the bids. However, any subsequent change in taxes and duties as notified by Federal Board of Revenue will be given due consideration.

9.

Bidding Form Annexure “B” must also be duly filled in, stamped and signed by authorized representative of the bidder.

10.

EARNEST MONEY: 10.1 The Bidder shall furnish as part of his bid, a Call Deposit/Pay Order equivalent to 2% of the total bid value as Earnest Money crossed in favor of "Pakistan Revenue Automation (Pvt.) Ltd.". Bank Guarantee as earnest money shall not be entertained. Any bid not accompanied by Earnest Money shall be rejected without any right of appeal.


10.2

Part earnest money or crossed Cheque / bank guarantee, as earnest money is not acceptable.

10.3

In case of cancellation of contract as default of the Contractor the earnest money shall be forfeited in favor of PRAL.

11.

PAYMENT: Payment will be made as per mutually agreed schedule and in accordance with the terms and conditions spelled out in the contract issued against this tender document.

12.

SEALING AND MARKING OF BIDS. 12.1 The bids shall be submitted in sealed envelope marked as under: MANAGER (PROCUREMENT) PAKISTAN REVENUE AUTOMATION (Pvt.) LIMITED HOUSE # 2-A, MAIN EMBASSAY ROAD, SECTOR G-6/4, ISLAMABAD. 12.2

The envelopes shall also bear the word “CONFIDENTIAL” and following identifications:BID NO. P-39/2012 FOR SUPPLY OF HIGH BACK REVOLVING CHAIRS

12.3

If the envelope is not marked, as instructed above, the PRAL will assume no responsibility for the misplacement or premature opening of the bid.

13.

DEADLINE FOR SUBMISSION OF BIDS: All bids must be delivered in the Office of undersigned on or before the prescribed deadline of 1100 hours on 10/01/2013.

14.

LATE PROPOSALS: Any bid received by the PRAL after the prescribed deadline will be returned unopened to the Bidder.

15.

OPENING OF BIDS: The Purchaser will open the bids in the presence of bidder representatives who choose to attend at 1130 hours on 10/01/2013 at the below mentioned address.

16.

Period of warranties for the quoted furniture items must be mentioned clearly.

17.

The sample of the chairs is available at PRAL office at House # 2-A, Embassy Road, Sector G-6/4, Islamabad. It is therefore advisable that prior to the submission of bids, sample of the chairs may be seen at said PRAL Office in coordination with Mr. Sohail Akhtar, Manager (Procurement) or Mr. Faisal Mehmood, Procurement Officer PRAL, Ph # 051-9208687, 051-9210030.

18.

If desires by PRAL the lowest bidder(s) will have to provide samples of chairs for approval of PRAL. PRAL shall retain samples till to the final inspection.

19.

All bids should include: 19.1 Company’s profile, list of clients with their telephone number and address; 19.2 Copies of Income Tax and Sales Tax registration certificates;


19.3

A call deposit being 2% of the total bid value as Earnest Money crossed in favor of “Pakistan Revenue Automation (Pvt.) Ltd.

(SOHAIL AKHTAR) Manager (Procurement) House # 2-A, Main Embassy Road, Sector G-6/4, Islamabad. Ph: 051-9208687


ANNEXURE-A

SCHEDULE OF REQUIREMENT TENDER # P-39/2012, DATED 27/12/2012 S.#

Item Description

Qty

1.

20 HIGH BACK REVOLVING CHAIR High Back Revolving Chair Imported Structure of Seat & Back made of Ply Wood upholstery with good quality foam and leatherette, chromed plated frame and Arms covered with PU, hydraulic gas lift, tilting machine and chrome base with five caster wheels (as per below given picture)

Total Amount Unit Price Including Sales Excluding Sales Tax Tax

Sales Tax on Total Amount

Total Amount Including Sales Tax


ANNEXURE-"B"

BIDDING FORM Tender No.P-39/2012, dated 27/12/2012 Pakistan Revenue Automation (Pvt.) Limited, Islamabad. Gentlemen, 1.

Having examined the conditions to Tender and Specifications of Tender No.P-39/2012 dated December 27, 2012 the receipt of which is hereby acknowledged we, the undersigned, offer to install, supply and deliver in conformity with specifications mentioned / given in Annexure “A� and conditions of Tender for the sum of Rs._________________________ (Rupees _____________________________) or such other sums as may be ascertained in accordance with the said Conditions.

2.

If our Bid is accepted we shall deliver / commenced the equipment / services mentioned in the tender documents within ______ days from the date of receipt of your firm Purchase Order / Work Order.

3.

We agree to abide by the terms and conditions of the Tender for the period of _______ from the date fixed for receiving the same and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

4.

Until a formal Purchase order(s) is placed, this Bid, together with your written acceptance thereof, shall constitute a binding contract between us.

5.

We understand that you are not bound to accept the lowest or any proposal you may receive or to inform us of the rejection of our bid or to give any reasons therefore.

Dated this ______________________ day of ______________________________ 2012_______________ Signature _______________________ in the capacity of ______________________________ duly authorized to sign Tender for and on behalf of _____________________________________________________________________________________ (NAME OF FIRM IN BLOCK CAPITALS) Complete address:________________________________________________________________________ Fax No.____________________________ Telephone No.______________________________________

Witness:1. _______________________ 2.

-------------------------------------

________________ (SIGNATURE)





NO.6033/03/01/E-6

Assistant Garrison Engineer (Navy) Maintenance Manora Karachi Telephone No: 021-48505130

____24__________December 2012 Deputy Director Public Procurement Regulatory Authority, 1st Floor FBC Building Near State Bank Sector G-5/2, ISLAMABAD

UPLODING OF TENDERS – MILITARY ENGINEER SERVICES (NAVY)

1. Posting of tenders on PPRA website of the work mentioned below is required in accordance with Rule-12 of PPRA Rules-2004:-

S# a.

Name of work

Amount in (M)

Replacement of U/S Chair / Couch Upholstered at PNA PNS RAHBAR

0.202550

2. Copy of said advertisement is enclosed in English. It is requested to please provide personal login address and password on email address age.manora@gmail.com for uploading tender notices on PPRA website.

3.

The bill is to be forward to this office for releasing payment of tender free.

Encls:-

Jiskani/**

As Above

ZULFIQAR ALI MEMON A/XEN AGE (NAVY) MAINT MANORA KCI


PAKISTAN NAVY MILITARY ENGINEER SERVICES NOTICE OF TENDER 1. Applications are invited by the Assistant Garrison Engineer (Navy) Maintenance Manora Karachi within fifteen (15) days from the date of posting on the PPRA website for pre-qualification of contractors / firms of the work mentioned below, under Assistant Garrison Engineer (Navy) Maintenance Manora Karachi:S# Description of Work Estimated cost (Approx) (Rs. In M) a.

Replacement of U/S Chair / Couch Upholstered at PNA PNS RAHBAR

0.202550

2. Firm / Contractors borne on approved List (according to contractual limit) of MES Contractors or other Government Departments having experience of this type of work may only apply. The Contractors will also furnish valid Registration of Pakistan Engineering Council, Bank Statement, General Sales Tax (GST) Registration, NTN Certificate etc. 3. Firms / Contractors not borne on the approved list of MES Contractor will furnish with their application; proof of their being on the appropriate list of the Department concerned, a statement of financial standing with necessary bank certificate, details of staff employee, tools & plants and type of work executed in the last two years and in hand on the proforma appended below, duly attested by Class-I Gazetted Officer. 4. Contractors NOT BORNE on MES approved list of contractors or THOSE SUSPENDED from the approved list of MES Contractors due to non-depositing enhanced amount of standing security will deposit earnest money equal to 2% of the estimated cost of bid in the form of FDR, Deposit at Call, etc, duly pledged in the name of Assistant Garrison Engineer (Navy) Maintenance Manora Karachi. This amount is refundable, if the contractors are not pre-qualified or they do not secure the contract. 5. APPLICATION NOT PROVIDING THE INFORMATION ON PROFORMA WILL NOT BE CONSIDERED FOR ISSUE OF TENDER:S/No

Name of work executed during the last two years and in hand

Amount Agency e.g MES/ of work Pak PWD/PR/ CDA, etc

THE

FOLLOWING

Date of Percentage Department Time performance of Actual Allowed report on each in Months Completion progress of work in work by the Divisional hand Engineer/XEN

6. Accepting Officer may reject all bids or proposals at any time prior to the acceptance of a bid or proposal. Accepting Officer shall upon request communicate to any contractor who submitted a bid or proposal, the grounds for its rejection of all bids or proposals, but is not required to justify those grounds. 7. Any assistance and details i,e specifications, drawings and un-priced abstract of the bills of quantities of works may be collect from Assistant Garrison Engineer (Navy) Maintenance Manora Karachi free of charge during working hours (Tele # 021-48505130).



TENDER NOTICE No. CIIT/WD/220/02

Supply of Office Furniture Sealed bids are invited from the well reputed sales tax registered firms/companies for Supply of Office Furniture as per following detail: S# 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12.

2.

Items Description Office Table (T2) Specification as per Tender Documents/CIIT Sample High Back Chair Specification as per Tender Documents/CIIT Sample Mobile Unit Specification as per Tender Documents/CIIT Sample Book Case A Specification as per Tender Documents/CIIT Sample Medium Back Chair Specification as per Tender Documents/CIIT Sample Visitor Chair Specification as per Tender Documents/CIIT Sample Book Case B Specification as per Tender Documents/CIIT Sample Centre Table Specification as per Tender Documents/CIIT Sample Work Station Specification as per Tender Documents/CIIT Sample Office Table (T3) Specification as per Tender Documents/CIIT Sample CPU Trolley Specification as per Tender Documents/CIIT Sample Sofa Specification as per Tender Documents/CIIT Sample

Quantity 03 Nos. 06 Nos. 04 Nos. 05 Nos. 12 Nos. 12 Nos. 05 Nos. 05 Nos. 01 No. 04 Nos. 03 Nos. 26 Nos.

Tender Documents containing details and terms & conditions can be obtained on payment of Rs.500/- in

shape of pay order/DD drawn in the name of CIIT Islamabad before closing date. 3.

A Pre-bid Meeting on tender discussion would be held at 1430 hrs on January 08, 2012 (Tuesday) in the

Conference Room at 2nd Floor, Faculty Block-II, Comsats Institute of Information Technology, Park Road, Chak Shahzad Islamabad. All the potential/intended bidders are requested to attend the meeting. No separate invitation would be extended in this regard.


4.

Sealed tenders (duplicate copies), complete in all respects should reach the undersigned before 1200 hrs

on January 15, 2013 (Tuesday). The tenders shall be accompanied by Earnest Money (refundable) @ 1% of total bid price in shape of pay order/ bank draft in favour of CIIT Islamabad. Tenders will be opened publicly at 1230 hrs on the same day in Office of the Purchase Officer at the address given below in presence of the representatives of parties, who like to be present. 5.

The CIIT reserves the right to accept/reject any proposal or cancel the tender process at any time as per

PPRA rules.

Purchase Officer

COMSATS Institute of Information Technology Faculty Block-II, Park Road, Chak Shahzad, Islamabad Ph: 051-9247000-3 (Ext: 5039, 5040) Fax: 051-9247006











NATIONAL TEXTILE UNIVERSITY FAISALABAD TENDER NOTICE 12/11/02 PROCUREMENT FOR FURNITURE OF 02 COMPUTER LABS. Name of Organization

National Textile University, Faisalabad 12/11/02

Tender Number Procurement Equipment & Quantity

Computer Chairs with Arms (Qty. 100 Nos.) Computer Desk (4 in 1) (Qty. 25 Nos.) MUHAMMAD ABID UMER Deputy Registrar

Contact Person & No.

National Textile University, Sheikhupura Road, Faisalabad 041-9230094, 041-9230081 (Ext 156) Dr. Muhammad Asif Habib,

Technical Contact Person & No.

Incharge IT Center 041-9230081, Ext. 119

Last date & Time for Obtaining Tender Documents

14th December 2012 during working hours (8:30 am ~ 4:40 pm)

Last date of submission of bids

17th December 2012 (Monday) at 1100 hrs

Opening of Tender Documents

Same day of submission at 1200 hrs

Amount of Bid Security

02% of Bid Amount

Tender Documents Fee (non-refundable)

Rs.1000/- (one thousand only) Through Bank Draft in favour of National Textile University, or in Cash at the time of bid submission.

Deputy Registrar National Textile University, Sheikhupura Road, Faisalabad 041-9230094, 041-9230081 (Ext 156)


THE URBAN UNIT Planning and Development Department

Government of the Punjab

TENDER NOTICE

Miscellaneous Works Sealed tenders are invited from the Sales Tax Registered Firms/Contractors having sufficient experience to carry out the following jobs/works. Sr. # a) b) c) d)

Tender Renovation of Halls Furniture and Fixtures Electrification Work Computer Networking

Detailed specifications are available in Tender Documents. Separate Tender should be submitted on the prescribed form (Separate for each work) which can be purchased from the office of the undersigned on payment of Rs.200/- (Non-refundable). Tender documents will be received till 13th December, 2012 in the office of “Chief Executive Officer, Urban Sector Planning & Management Services Unit (Pvt.) Ltd� (The Urban Unit) up to 11:00 a.m. and shall be opened on the same day at 11:30 a.m. in the presence of authorized representatives of the firms who may wish to attend. Earnest money @ 2% of total bid cost (Refundable) must be furnished in the shape of Call Deposit Receipt (CDR) in favour of the Chief Executive Officer, Urban Sector Planning & Management Services Unit (Pvt.) Ltd. (The Urban Unit), Lahore. The Competent Authority reserves the right to reject any or all tenders at any stage.

Chief Executive Officer, Urban Sector Planning & Management Services Unit (Pvt.) Ltd.,

4-B, Lytton Road, Lahore Ph:# 042-99213579-83, Fax# 042-99213585



Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.