Post on 09-Sep-2021
transcript
BID EVALUATION SHEET
Package No/Tender Number: 119144T030520191818
Name of the Equipment and Qty: Hematology Analyzer-1
PART- I
KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)
(All evaluation parameters defined below are mandatory for compliance)
1 2 3 4 5 6 7 8 9
Sr.
No. Evaluation Parameters
A.M. Sales &
Services
Ali Scientific
Traders
Business
World
Diagnostic
Medical
Associates
Ittehad
Engineering
International
Mian
Scientific
Corporation
(Pvt) Ltd
Nycotech
Incorporation
Popular
International
(Pvt) Ltd
SciPro
Solutions
1 Complete item with
accessories and optional Yes / No Yes No* No* Yes Yes Yes Yes Yes No*
2
Affidavit from Bidder
(as per Supplier
Declaration Template)
Yes / No Yes Yes Yes Yes Yes Yes Yes Yes Yes
3 Bid Validity Yes / No Yes Yes Yes Yes Yes Yes Yes Yes Yes
4 Delivery Period Yes / No Yes Yes Yes Yes Yes Yes Yes Yes Yes
5 Compliance of Warranty as
per tender Yes / No Yes Yes Yes Yes Yes Yes Yes Yes Yes
Remarks:
(Eligible/
Not Eligible
for further
evaluations
of
PART-II)
Eligible for
further
evaluations of
PART-II)
Eligible for
further
evaluations of
PART-II)
Eligible for
further
evaluations of
PART-II)
Eligible for
further
evaluations of
PART-II
Eligible for
further
evaluations of
PART-II
Eligible for
further
evaluations of
PART-II)
Eligible for
further
evaluations of
PART-II)
Eligible for
further
evaluations of
PART-II)
Eligible for
further
evaluations of
PART-II)
*No UPS offered.
PART – II
KNOCK DOWN CRITERIA - PRODUCT EVALUATION
(All evaluation parameters defined below are mandatory for compliance.)
1 2 3 4 5 6 7 8 9
Item
Sr.
No
SPECIFICATION
COMPLIANCE
/EVALUATION
PARAMETERS
A.M. Sales &
Services
Ali Scientific
Traders Business World
Diagnostic
Medical
Associates
Ittehad
Engineering
International
Mian
Scientific
Corporation
(Pvt) Ltd
Nycotech
Incorporation
Popular
International
(Pvt) Ltd
SciPro
Solutions
1 Name of
Equipment
Brand Nihon Kohden Acon Acon Diatron Medonic ERBA Fortress
Diagnostics Acon Norma
Model Celltac Alpha Mission Mission Abacus 380 M-Series Elite 3 Cell Diff 3+ Mission Icon
Model No. MEK-6510J/K HA-360 HA-360 380 M-32M - - HA-360 Not Mentioned
Price
Quoted 575,000/-
Not
Considered Not Considered 390,000/- 880,000/- RR Basis
Not
Considered 379,000/-
Not
Considered
Country of Manufacturer Japan USA USA Hungary Sweden Germany Hungary USA Hungary
Country of Origin of Product Japan USA USA Hungary Europe Germany UK USA Hungary
Compliance with defined
quality standards (Like FDA
510k, MDD, Jp MHLW etc. as
mentioned in the specifications
or as standard requirement)
Attached Not Attached Not Attached Attached Attached Attached Not Attached Attached Not Attached
Specifications/Sample
Evaluation:
Technically
Acceptable
/Not (Mention
the reasons)
Acceptable Not
Acceptable Not Acceptable Acceptable Acceptable Acceptable
Not
Acceptable Acceptable
Not
Acceptable
Technical Eligibility of
Product:
Eligible / Not
Eligible Eligible Eligible Eligible Eligible Eligible Eligible Eligible Eligible Eligible
Technical Eligibility of Firm: Eligible / Not
Eligible Eligible Not Eligible Not Eligible Eligible Eligible Not Eligible Not Eligible Eligible Not Eligible
BID STATUS:
Responsive/
Substantially
Responsive/N
on-
Responsive
Responsive Non
Responsive
Non
Responsive Responsive Responsive
Non
Responsive
Non
Responsive Responsive
Non
Responsive
Remarks:
1.
a. Technically found RESPONSIVE.
2.
a. No UPS offered.
b. The vendor failed to establish link with the product, which may result in delay or
even unattended warranty claims and after sale services.
c. Sole distributor of this product is Popular International, which itself has appeared in
the bidding with the same product/brand/model, which may be considered a better
option while considering same product.
d. No Govt. reference proved from any THQ or DHQ level hospitals where this firm
had provided this product up till now.
e. Consequently, the Bid of M/s Ali Scientific Traders for the supply and installation
of Hematology Analyzer may be considered as NON-RESPONSIVE.
3.
a. No UPS offered.
b. The vendor failed to establish link with the product, which may result in delay or
even unattended warranty claims and after sale services.
c. Sole distributor of this product is Popular International, which itself has appeared in
the bidding with the same product/brand/model, which may be considered a better
option while considering same product.
d. No Govt. reference proved from any THQ or DHQ level hospitals where this firm
had provided this product up till now.
e. Consequently, the Bid of M/s Business World for the supply and installation of
Hematology Analyzer may be considered as NON-RESPONSIVE.
4.
a. Technically found RESPONSIVE.
5.
a. Technically found RESPONSIVE.
6.
a. Price quoted on RR Basis (Reagent Basis) which was not demanded in the tender
documents/conditions as parameter.
b. This practice was made by the vendor intentionally, so that its quoted rate might
look as far low than its competitors.
c. Reagent rates have been checked from the vendor and from the market as well. It
was found that if this product would be purchased on RR Basis, the per test cost
would become substantially high causing extra burden on the budget of the hospital.
d. Consequently, the Bid of M/s Mian Scientific Corporation (Pvt) Ltd. for the supply
and installation of Hematology Analyzer may be considered as NON-
RESPONSIVE.
7.
a. Bank statement showing very low balance throughout the period (Balance less than
Rs. 200,000/-). Even the overall turnover is very nominal which is again a question
mark that the firm can supply bio-medical equipment of value and thereby provide
standard warranties and after sale services.
b. Professional and trained employees’ documents are missing.
c. Product Certifications are missing.
d. No Govt. reference proved from any THQ or DHQ level hospitals where this firm
had provided this product up till now.
e. Reagent rates have been checked from the vendor and from the market as well. It
was found that reagent rates for this machine are too high and if this machine would
be purchased, the per test cost would become substantially high causing extra
burden on the budget of the hospital.
f. Consequently, the Bid of M/s Nycotech Incorporation. for the supply and
installation of Hematology Analyzer may be considered as NON-RESPONSIVE.
8.
a. Technically found RESPONSIVE.
9.
a. No UPS offered.
b. The vendor failed to establish direct link with the product, which may result in
delay or even unattended warranty claims and after sale services.
c. Bank statement showing very low balance throughout the period (Balance less than
Rs. 200,000/-). Even the overall turnover is very nominal which is again a question
mark that the firm can supply bio-medical equipment of value and thereby provide
standard warranties and after sale services.
d. Not enough data provided on product specifications, catalogues and/or supply
orders.
e. No Govt. reference proved from any THQ or DHQ level hospitals where this firm
had provided this product up till now.
f. Consequently, the Bid of M/s SciPro Solutions for the supply and installation of
Hematology Analyzer may be considered as NON-RESPONSIVE.
NOTE:
1. Noncompliance of any of above evaluation parts will lead to the rejection of bid straight away.
2. The bids declared either as Responsive or Substantial Responsive will be considered as acceptable bid for further processing.
3. Sample, where required by the procuring agency will be evaluated by the Technical Evaluation Committee by analyzing its Production quality, Design, Reliability, Conformance to the specification and
safe for the usage etc.
MEMBER MEMBER
MEMBER MEMBER
MEDICAL SUPERINTENDENT
THQ Hospital Bhera (Sargodha)
BID EVALUATION SHEET
Package No/Tender Number: 119144T030520191818
Name of the Equipment and Qty: Dental Autoclave-1
PART- I
KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)
(All evaluation parameters defined below are mandatory for compliance)
1 2 3 4 5 6 7
Sr.
No. Evaluation Parameters Advance System Business World Forcare
Ittehad
Engineering
International
Scientific
Solutions SciPro Solutions Waqas Brothers
1 Complete item with accessories
and optional Yes / No Yes Not Enough Data Yes Yes Yes Yes Yes
2
Affidavit from Bidder
(as per Supplier Declaration
Template)
Yes / No Yes Yes Yes Yes Yes Yes Yes
3 Bid Validity Yes / No Yes Yes Yes Yes Yes Yes Yes
4 Delivery Period Yes / No Yes Not Enough Data Yes Yes Yes Yes Yes
5 Compliance of Warranty as per
tender Yes / No Yes Not Enough Data Yes Yes Yes Yes Yes
Remarks:
(Eligible/ Not
Eligible for
further
evaluations of
PART-II)
Eligible for further
evaluations of
PART-II
Not Eligible for
further evaluations
of
PART-II
Eligible for
further
evaluations of
PART-II
Eligible for
further
evaluations of
PART-II
Eligible for
further
evaluations of
PART-II
Eligible for
further
evaluations of
PART-II
Eligible for
further
evaluations of
PART-II
PART – II
KNOCK DOWN CRITERIA - PRODUCT EVALUATION
(All evaluation parameters defined below are mandatory for compliance.)
1 2 3 4 5 6 7
Item
Sr. No
SPECIFICATION
COMPLIANCE
/EVALUATION
PARAMETERS
Advance System Business World Forcare
Ittehad
Engineering
International
Scientific
Solutions SciPro Solutions Waqas Brothers
2 Name of
Equipment
Brand Prestige Medical
UK Tanda Fona Dental Yeson Yeson Zhejiang Getidy Not Mentioned
Model Advance Not Mentioned Hygenius The Classic The Classic Getidy Not Mentioned
Model No. Not Mentioned Not Mentioned Not Mentioned YS-22L YS-22L Not Mentioned Not Mentioned
Price Quoted 575,000/- Not Considered 610,000/- 391,875/- 348,750/- Not Considered Not Considered
Country of Manufacturer UK Not Mentioned Italy China China China Not Mentioned
Country of Origin of Product UK Not Mentioned Italy China China China Brazil
Compliance with defined quality
standards (Like FDA 510k, MDD, Jp
MHLW etc. as mentioned in the
specifications or as standard
requirement)
Not Attached Not Attached Not Attached Not Attached Not Attached Not Attached Not Attached
Specifications/Sample Evaluation:
Technically
Acceptable
/Not (Mention the
reasons)
Acceptable Not Acceptable Acceptable Acceptable Acceptable Not Enough Data Not Acceptable
Technical Eligibility of Product: Eligible / Not
Eligible Eligible Not Enough Data Eligible Eligible Eligible Eligible Not Eligible
Technical Eligibility of Firm: Eligible / Not
Eligible Eligible Not Eligible Eligible Eligible Eligible Not Eligible Eligible
BID STATUS:
Responsive/
Substantially
Responsive/Non-
Responsive
Responsive Non Responsive Responsive Responsive Responsive Non Responsive Non Responsive
Remarks:
1.
a. Technically found RESPONSIVE.
2.
a. Not enough data presented to show product’s conformity with the tender specifications.
b. Professional and trained employees’ documents are missing.
c. Product Certifications are missing.
d. The vendor failed to establish link with the product, which may result in delay or even unattended warranty claims and after sale services.
e. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
f. Consequently, the Bid of M/s Business World for the supply and installation of Dental Autoclave may be considered as NON-RESPONSIVE.
3.
a. Technically found RESPONSIVE.
4.
a. Technically found RESPONSIVE.
5.
a. Technically found RESPONSIVE.
6.
a. The vendor failed to establish link with the product, which may result in delay or even unattended warranty claims and after sale services.
b. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
c. Product Certifications are missing.
d. Consequently, the Bid of M/s SciPro Solutions. for the supply and installation of Dental Autoclave may be considered as NON-RESPONSIVE.
7.
a. Not enough data provided on product specifications, catalogues and/or supply orders.
b. Professional and trained employees’ documents are missing.
c. Product Certifications are missing.
d. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
e. Consequently, the Bid of M/s Waqas Brothers for the supply and installation of Dental Autoclave may be considered as NON-RESPONSIVE.
NOTE:
1. Noncompliance of any of above evaluation parts will lead to the rejection of bid straight away.
2. The bids declared either as Responsive or Substantial Responsive will be considered as acceptable bid for further processing.
3. Sample, where required by the procuring agency will be evaluated by the Technical Evaluation Committee by analyzing its Production quality, Design, Reliability, Conformance to the specification and
safe for the usage etc.
MEMBER MEMBER
MEMBER MEMBER
MEDICAL SUPERINTENDENT
THQ Hospital Bhera (Sargodha)
BID EVALUATION SHEET
Package No/Tender Number: 119144T030520191818
Name of the Equipment and Qty: Dental X-Ray (Digital) - 1
PART- I
KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)
(All evaluation parameters defined below are mandatory for compliance)
1 2 3 4 5
Sr. No. Evaluation Parameters Advance System Business World Forcare Saarf SciPro Solutions
1 Complete item with accessories and
optional Yes / No Yes Yes Yes Yes Yes
2 Affidavit from Bidder
(as per Supplier Declaration Template) Yes / No Yes Yes Yes Yes Yes
3 Bid Validity Yes / No Yes Yes Yes Yes Yes
4 Delivery Period Yes / No Yes Yes Yes Yes Yes
5 Compliance of Warranty as per tender Yes / No Yes Yes Yes Yes Yes
Remarks:
(Eligible/ Not
Eligible for
further evaluations
of
PART-II)
Eligible for further
evaluations of
PART-II
Eligible for further
evaluations of
PART-II
Eligible for further
evaluations of
PART-II
Eligible for further
evaluations of
PART-II
Eligible for further
evaluations of
PART-II
PART – II
KNOCK DOWN CRITERIA - PRODUCT EVALUATION
(All evaluation parameters defined below are mandatory for compliance.)
1 2 3 4 5
Item Sr.
No
SPECIFICATION COMPLIANCE
/EVALUATION PARAMETERS Advance System Business World Forcare Saarf SciPro Solutions
3 Name of Equipment
Brand Tekara Belmont Not Mentioned Trident Skanray Not Mentioned
Model Phot-XII S JYF-10D Rix Intraskan DC DYS
Model No. - - 70DC - Not Mentioned
Price Quoted 550,000/- Not Considered 420,000/- Not Considered Not Considered
Country of Manufacturer Japan China Italy Italy Not Mentioned
Country of Origin of Product Japan China Italy Italy Not Mentioned
Compliance with defined quality standards
(Like FDA 510k, MDD, Jp MHLW etc. as
mentioned in the specifications or as standard
requirement)
Attached Not Attached Attached Not Attached Not Attached
Specifications/Sample Evaluation:
Technically
Acceptable
/Not (Mention the
reasons)
Acceptable Not Acceptable Acceptable Acceptable Not Acceptable
Technical Eligibility of Product: Eligible / Not Eligible Eligible Not Eligible Eligible Eligible Not Eligible
Technical Eligibility of Firm: Eligible / Not Eligible Eligible Eligible Eligible Not Eligible Eligible
BID STATUS:
Responsive/
Substantially
Responsive/Non-
Responsive
Responsive Non Responsive Responsive Non Responsive Non Responsive
Remarks:
1.
a. Technically found RESPONSIVE.
2.
a. Not enough data presented to show product’s conformity with the tender specifications.
b. Professional and trained employees’ documents are missing.
c. Product Certifications are missing.
d. China was not allowed as a country of origin in the tender documents for this particular product.
e. The vendor failed to establish link with the product, which may result in delay or even unattended warranty claims and after sale services.
f. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
g. Consequently, the Bid of M/s Business World for the supply and installation of Dental X-Ray (Digital) may be considered as NON-RESPONSIVE.
3.
a. Technically found RESPONSIVE.
4.
a. The vendor failed to establish link with the product, which may result in delay or even unattended warranty claims and after sale services.
b. Firm own life is less than a year, which may again affect warranties, after sale services and technical support.
c. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
d. Product Certifications are missing.
e. Consequently, the Bid of M/s Saarf Medical Solutions for the supply and installation of Dental X-Ray (Digital) may be considered as NON-RESPONSIVE.
5.
a. Not enough data provided on product specifications, catalogues and/or supply orders.
b. The vendor failed to establish link with the product, which may result in delay or even unattended warranty claims and after sale services.
c. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
d. Product Certifications are missing.
e. Consequently, the Bid of M/s SciPro Solutions for the supply and installation of Dental X-Ray (Digital) may be considered as NON-RESPONSIVE.
NOTE:
1. Noncompliance of any of above evaluation parts will lead to the rejection of bid straight away.
2. The bids declared either as Responsive or Substantial Responsive will be considered as acceptable bid for further processing.
3. Sample, where required by the procuring agency will be evaluated by the Technical Evaluation Committee by analyzing its Production quality, Design, Reliability, Conformance to the specification and
safe for the usage etc.
MEMBER MEMBER
MEMBER MEMBER
MEDICAL SUPERINTENDENT
THQ Hospital Bhera (Sargodha)
BID EVALUATION SHEET
Package No/Tender Number: 119144T030520191818
Name of the Equipment and Qty: Digital CR System for X-Ray - 1
PART- I
KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)
(All evaluation parameters defined below are mandatory for compliance)
1 2 3
Sr. No. Evaluation Parameters FUJIFILMS Pakistan (Pvt)
Ltd
MEDIEQUIPS SMC (Pvt)
Ltd Saarf Medical Solutions
1 Complete item with accessories and optional Yes / No Yes Yes Yes
2 Affidavit from Bidder
(as per Supplier Declaration Template) Yes / No Yes Yes Yes
3 Bid Validity Yes / No Yes Yes Yes
4 Delivery Period Yes / No Yes Yes Yes
5 Compliance of Warranty as per tender Yes / No Yes Yes Yes
Remarks:
(Eligible/ Not Eligible
for further evaluations
of
PART-II)
Eligible for further
evaluations of
PART-II
Eligible for further
evaluations of
PART-II
Eligible for further evaluations
of
PART-II
PART – II
KNOCK DOWN CRITERIA - PRODUCT EVALUATION
(All evaluation parameters defined below are mandatory for compliance.)
1 2 3
Item Sr.
No
SPECIFICATION COMPLIANCE
/EVALUATION PARAMETERS
FUJIFILMS Pakistan (Pvt)
Ltd
MEDIEQUIPS SMC (Pvt)
Ltd Saarf Medical Solutions
4 Name of Equipment
Brand FUJI Konica ICRCO
Model FCR Prima REGIUS iCR
Model No. RU T-2 110 HQ 3600
Price Quoted 2,750,000/- 6,150,000/- Not Considered
Country of Manufacturer Japan Japan USA
Country of Origin of Product Japan Japan USA
Compliance with defined quality standards (Like FDA 510k,
MDD, Jp MHLW etc. as mentioned in the specifications or
as standard requirement)
Attached Attached Not Attached
Specifications/Sample Evaluation: Technically Acceptable
/Not (Mention the reasons) Acceptable Acceptable Not Acceptable
Technical Eligibility of Product: Eligible / Not Eligible Eligible Eligible Not Eligible
Technical Eligibility of Firm: Eligible / Not Eligible Eligible Eligible Not Eligible
BID STATUS:
Responsive/ Substantially
Responsive/Non-
Responsive
Responsive Responsive Non Responsive
Remarks:
1.
a. Technically found RESPONSIVE.
2.
a. Technically found RESPONSIVE.
3.
a. The vendor failed to establish link with the product, which may result in delay or even unattended warranty claims and after sale services.
b. The brand of the product offered has no or least presence in Pakistan.
c. Seemingly a fake authority letter from the parent company was produced having dated as 08-01-2019 in favour of THQ Hospital Bhera, whereas present tender was floated in early May 2019.
d. Firm own life is less than a year, which may again affect warranties, after sale services and technical support.
e. No Govt. reference proved from any THQ or DHQ level hospitals where this firm had provided this product up till now.
f. Product Certifications are missing.
g. Consequently, the Bid of M/s Saarf Medical Solutions for the supply and installation of Digital CR System for X-Ray may be considered as NON-RESPONSIVE.
NOTE:
1. Noncompliance of any of above evaluation parts will lead to the rejection of bid straight away.
2. The bids declared either as Responsive or Substantial Responsive will be considered as acceptable bid for further processing.
3. Sample, where required by the procuring agency will be evaluated by the Technical Evaluation Committee by analyzing its Production quality, Design, Reliability, Conformance to the specification and
safe for the usage etc.
MEMBER MEMBER
MEMBER MEMBER
MEDICAL SUPERINTENDENT
THQ Hospital Bhera (Sargodha)
COMPARATIVE STATEMENT DENTAL ITEMS TENDER 2018-19
DEMAND ESTIMATES FOR
THE PURCHASE OF DENTAL
ITEMS DURING THE YEAR
2018-19, FOR THQ HOSPITAL
BHERA
5 VENDORS' COMPARATIVE RATES
Sr
#.
Laboratory
Items/
Chemicals
Estimated
Quantity Unit Advance System Business World Forcare Scientific System SciPro Slutions Waqas Brothers Waqas Traders
Quoted
Rate Brand
Quoted
Rate Brand
Quoted
Rate Brand
Quoted
Rate Brand
Quoted
Rate Brand
Quoted
Rate Brand
Quoted
Rate Brand
1 Dental Needles
(27 Guage) 5 Pack 900.00 Hdent China 949.00 - 715.00 ROC 775.00
Hdent
China 747.50 H Dent 1,050.00 - - -
2 Mirror / Probe /
Imager 10 Set 450.00 Local 349.00 - 523.00 Local 388.00 Local 33.80 Local 37.00 Medicane 546.00 -
3 Napkins 5 Pack 3,960.00 Supreme
China 4,389.00 - 3,135.00 ROC 3,410.00
Supreme
China 923.00 - 1,010.00 - 790.00 -
4 Retainer Band 4 Pcs 225.00 China 789.00 - 1,080.00 Brazil 194.00 China 247.00 - 652.00 - 285.00 -
5 Injection
Lignocane 20 Pack 3,960.00
Medicaine
Korea 2,489.00 - - - 3,410.00 Medicaine 1,846.00
HD Caine
Plus 3,910.00 - 3,240.00 -
6 Gloves
(Medium) 60 Box 810.00 Malaysia 739.00 - 715.00 ROC 698.00 Malaysia 645.00 - 690.00 - 575.00 -
7 Elevators
(Straight) 20 Pcs 270.00 Local 589.00 - 610.00 Local 233.00 Local 422.50 Gough 478.00 - 439.00 -
8 ZNO Eugunal 7 Box 540.00 China 439.00 - - - 465.00 China 325.00 China 760.00 - 680.00 -
9 Suction Tips 5 Pack 540.00 China 529.00 - 435.00 ROC 465.00 China 585.00 Medicom 1,900.00 - 645.00 -
10 Instrument
Pouches 8 Pack 900.00 China 1,139.00 - 2,810.00 ROC 775.00 China 1,157.00 Medicom 2,715.00 Medicane 763.00 -
11 Silver Amalgam 4 Pcs 2,880.00 ArestraAlloys
UK 4,489.00 - - - 2,480.00
ArestaAlloy
UK 4,160.00 - - - 4,570.00 -
12 Alvelogel 4 Pack 15,300.00 Septodent
France 13,539.00 - - - 13,175.00
Septodent
France 9,490.00 - - - 3,240.00 -
13 Sodium
Hypochloride 5 Bottle 630.00 China 1,244.00 - 860.00 Local 543.00 China - - 7,850.00 - 8,500.00 -
14 K Files (15 –
40) 15 Pack 324.00 Mani Japan 389.00 - 610.00 Korea 279.00 Mani Japan 364.00 - 450.00 - 519.00 -
15 K Files (45 –
80) 15 Pack 324.00 Mani Japan 389.00 - 610.00 Korea 279.00 Mani Japan 364.00 - 450.00 - 540.00 -
16 H Files (15 –
40) 5 Pack 360.00 Mani Japan 389.00 - 610.00 Korea 310.00 Mani Japan 364.00 - 550.00 - 590.00 -
17 H Files (45 –
80) 2 Pack 360.00 Mani Japan 389.00 - 610.00 Korea 310.00 Mani Japan 364.00 - 550.00 - 595.00 -
18
Calcium
Hydroxide
(Setting)
4 Pack 7,020.00 Dentsply
USA 4,939.00 - 3,135.00 Korea 6,045.00
Dentsply
USA 4,150.00 - 6,870.00 -
19
Calcium
Hydroxide
(Non-Setting)
4 Pack 3,780.00 Korea 449.00 - 2,810.00 Korea 3,255.00 Korea 3,980.00 - 3,670.00 -
20 Face Mask 10 Box 396.00 China 149.00 - 355.00 ROC 341.00 China 422.50 - 75.00 - 365.00 -
21 Endomethasone 5 Pack 17,100.00 Septodent
France 16,189.00 - - - 14,725.00
Septodent
France 12,155.00 - 8,610.00 - 10,540.00 -
22 B-Class
Autoclave 1 Pcs - - 3,39,000.00 Tanda - - 3,48,750.00 Yeson - - 2,10,000.00 - - -
23 Mercury 300 gm 32.40 China 3,949.00 - - - 27.90 China 32.50 - - - 27.50 -
24 Hand Piece
(High Speed) 5 Pcs 27,500.00 NSK Japan 4,425.00 - - - 4,340.00
Apple
China 3,640.00 - 4,150.00 - 3,340.00 -
25
Pulpyryl
(Septodent
only)
2 Bottle 14,400.00 Septodent
France 7,729.00 - - - 12,400.00
Septodent
France 650.00 - 7,290.00 - 4,430.00 -
26 Temporary
Filling 3 Pack 990.00
Provis
Germany 739.00 - 670.00 Korea 853.00
Provis
Germany 305.50 - 725.00 - 750.00 -
27 Surgical Bone
Cutting Burs 4 Pack 1,890.00
Messenger
Germany 587.00 - - - 1,628.00
Messenger
Germany - - 1,390.00 Massanger 1,840.00 -
28 Surgical Blades
(No. 15) 20 Pcs 990.00 China 37.00 - - - 853.00 China - 35.00 - 28.00 -
29 Instrument
Cleaner Box 2 Box - - 1,472.00 - 3,245.00 Korea 775.00 Local - - - 3,290.00 -
30 Spirit Lamp 2 Pcs 450.00 Local 439.00 - 385.00 Local 388.00 Local 305.50 - - - 340.00 -
31 Etchint Gel 5 Pcs 900.00 Korea 798.00 - 715.00 Korea 775.00 Korea 780.00 - 1,190.00 - 615.00 -
32
Composite
Polishing Disc
(S+M+L)
3 Pack 630.00 Shofu Japan 2,189.00 - 1,820.00 Brazil 543.00 Mani Japan - - - - 4,750.00 USA
33 Mandler 5 Pcs 90.00 China 89.00 - - - 78.00 China 110.50 - - 293.00 -
34 Silk Suture (4-
0) 2 Pack 810.00 China 889.00 - - - 698.00 China 73.32 - - - 690.00 -
35 Periostial
Elevator 20 Pcs 270.00 Local 389.00 - 825.00 Local 233.00 Local 351.00 - 391.00 - 485.00 -
MEMBER MEMBER
MEMBER MEMBER
MEDICAL SUPERINTENDENT
THQ Hospital Bhera (Sargodha)
COMPARATIVE STATEMENT LAB ITEMS TENDER 2018-19
DEMAND ESTIMATES FOR THE
PURCHASE OF LAB ITEMS DURING
THE YEAR 2018-19, FOR THQ
HOSPITAL BHERA
6 VENDORS' COMPARATIVE RATES
Sr
#.
Laboratory Items/
Chemicals
Estimate
d
Quantity
Unit Ali Scientific Traders Business World Ittehad
Engineering Int. Mian Scientific Fsd
Nycotech
Incorporation
Popular
International SciPro Solutions Waqas Traders
Quoted
Rate Brand
Quoted
Rate Brand
Quoted
Rate Brand
Quoted
Rate Brand
Quoted
Rate Brand
Quoted
Rate Brand
Quoted
Rate Brand
Quoted
Rate Brand
1 WBC Reagent 3 Bottle 1.00 Diachem 0.58 FDL 300.00 - - - 0.36 Diachem - - 2.54 Mediline 1.92 Diachem
2 N/10 HCL 4 Bottle 249.00 Diachem 0.58 FDL 150.00 - - - 210.00 Diachem - - 2.38 Mediline 1.96 Diachem
3 3.8% Sodium Citrate 4 Bottle 249.00 Diachem 0.58 FDL 350.00 - 599.00 Bolton 240.00 Diachem - - 2.54 Mediline 2.39 Diachem
4 Blood Grouping Set
(Digest) 8 Set 1,323.00 Digest 1,489.00 Digest 1,000.00 - 1,250.00 Digast 1,050.00 Diagast - - 1,170.00 Digest 1,340.00 Digest
5 Widal Set (Human) 6 Set 4,779.00 Chroma
Test 2,694.00 S Bio 1,250.00 - - - 1,800.00 Spectrum 4,752.00 Human 8,820.00 - 1,890.00 S Bio
6 HBs Ag Devices
(Abbon/SD/Equivalent) 3,000 No. 21.45 Abon 24.89 Heligen 50.00 - 14.90 CTK 16.98 Abon 16.00 Heligen 20.80 AccuCheck 27.80 China
7 Anti HCV Devices 3,000 No. 33.78 Abon 34.00 Abon 40.00 - 28.30 CTK 27.02 Abon 30.00 Heligen 30.00 AccuCheck 31.25 China
8 VDRL Devices 100 No. 36.45 Healgen 53.00 Dia Sign 35.00 - 28.30 CTK 31.98 Abon 38.00 Heligen 38.50 AccuCheck 28.95 China
9 Sugar Reagent (Merck) 5,000 ml 4.16 Merck 2.95 Vitro 1,800.00 - 1.47 Biomed 1.80
Fortress
Diagnosti
c
5.17 Human 3.50 Merck 2.65 S Bio
10 Surgical Gloves 20 Pack 621.00 Imported 629.00 - 500.00 - - - 45.00 China - - 920.00 Imported 495.00 Malaysia
11 Uric Acid Reagent
(Human) 200 ml 22.81 Human 39.59 Vitro 7,000.00 - 11.25 Biomed 11.06
Fortress Diagnosti
c
16.60 Human 28.58 Human 13.43 S Bio
12 Cholesterol Reagent
(Merck) 300 ml 25.67 Merck 19.66 Vitro 6,000.00 - 9.75 Biomed 9.44
Fortress
Diagnostic
12.63 Human 27.96 Merck 18.95 Cresent
13 Bilirubin test (Randox) 1 ml 17.60 Randox 14.30 Vitro 8,000.00 - 5.78 Biomed 18.90 Fortress
Diagnosti
c
- - 9.99 Randox 6.97 Cresent
14 R.A Factor (Antec)
Each for 100 test 3
100
Test 1,957.00 Antec 2,589.00 N Teck 1,200.00 - 1,026.67 Biomed 950.00
Fortress
Diagnostic
3,300.00 Human 2,400.00 Antec 1,756.00 S Bio
15 Urine Container 3,000 No. 12.50 Imported 0.15 - 8.00 - - - 6.40 Medica - - 9.50 Local 7.20 -
16 Glass Slides 50 Pack 2.47 Imported 2.63 - 135.00 - 1.58 Bolton 1.90 Bolton - - 2.15 Imported 1.96 China
17 EDTA (Liquid) 3 100 Test
488.00 Diachem 449.00 FDL 1,200.00 - 598.00 Bolton 360.00 Diachem - - 1,100.00 Mediline 423.00 Diachem
18 EDTA Vials 5,000 No. 7.45 Imported 8.89 - 8.00 - - - 5.90 Xinle - - 6.19 Imported 8.15 Biovac
19 Urine Strips (Comb 10) 10 Pack 798.00 Healgen 889.00 Comb 10 2,900.00 - 595.00 Urimed 1,050.00 Standard Diagnosti
cs
650.00 Acon 1,595.00 Combi 10 786.00 China
20 Urine Pregnancy Strips 1,000 No. 7.13 Imumed 9.00 - 6.00 - 4.50 Inst.
Answer 6.48 Abon 5.00 Heligen 6.80 AccuCheck 7.40 China
21 Yellow Tips 15 Pack 0.25 Imported 0.29 - 300.00 - 189.00 China 210.00 Imported 4.00 Local 0.35 Imported 0.84 China
22 Blue Tips 6 Pack 0.55 Imported 0.66 - 350.00 - 245.00 China 230.00 Imported 1.00 Local 0.70 Imported 0.57 -
23 Adjuster (10-100ml) 1 No. 3,780.00 Dragon Lab 3,749.00 - 3,500.00 - 3,500.00 Bolton 9,500.00 Rongtai 12,400.0
0 -
19,500.00
Imported 2,840.00 -
24 Adjuster (100-1000ml) 1 No. 3,780.00 Dragon Lab 3,739.00 - 4,000.00 - 3,500.00 Bolton 9,500.00 Rongtai 12,400.0
0 -
19,500.0
0 Imported 2,845.00 -
25 Alcoholic Swab 50 Pack 1.12 Imported 1.45 - 250.00 - - - - - - - 2.50 China 1.32 -
26 HB Tubes (German) 10 No. 652.00 Germany 479.00 German 400.00 - - - 750.00 Germany - - 490.00 - 1,800.00 -
27 HB Pipette (20ml) 10 No. 115.00 Imported 589.00 German 400.00 - - - 950.00 Germany - - 300.00 - 340.00 -
28 Plastic Tubes 30 Pack 998.00 Imported 1,242.00 - 800.00 - - - 800.00 Imported - - 989.00 China 1,415.00 -
29 Glass Tubes (4”) 500 No. 5.65 Imported 7.00 - 3.90 - - - 4.25 Bolton - - 2.19 Imported 5.85 -
30 Spirit 1 500
ml 0.73 Imported 449.00 - 300.00 - - - 1.75 Bott - - 0.39 Local 0.70 -
31 HIV Devices 500 No. 48.75 Abon 48.00 Dia Sign 40.00 - 29.30 CTK 36.60 Abon 38.00 Heligen 36.90 AccuCheck 33.42 China
32 MP Devices 1,000 No. 71.55 Abon 72.00 Dia Sign 60.00 - 39.00 CTK 56.50 Abon 58.00 Heligen 65.00 AccuCheck 43.50 China
33 Giemsa Stain 3 No. 3.24 Diachem 3.07 FDL 2,000.00 - - - 950.00 Diachem - - 2.80 Mediline 2.70 Diachem
34 Bovine Albumin 1 No. 998.00 Antec 789.00 - 600.00 - 550.00 Biomed 650.00 Spectrum - - 1,800.00 Imported 48.00 Cresent
35 Face Mask 10 Pack 3.36 Imported 3.08 - 150.00 - - - 1.75 Imported - - 2.90 Imported 3.30 -
MEMBER MEMBER
MEMBER MEMBER
MEDICAL SUPERINTENDENT
THQ Hospital Bhera (Sargodha)