Procurement of equipment, instruments, for Qazi Hussain Ahmad Medical Complex Nowshera Khyber Pakhtunkhwa
Page 1 of 128
Qazi Hussain Ahmad Medical Complex (MTI) Nowshera
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
Standard Bidding Document (Revised)
For
Procurement of Equipment & Instruments, for Qazi Hussain Ahmad Medical Complex Nowshera (MTI) Khyber
Pakhtunkhwa
Under
National Competitive Bidding (NCB)
QHAMC Nowshera
2018-2019
Preface
These Standard Bidding Documents have been prepared for use by the Procurement of equipment, Instrument, Khyber Pakhtunkhwa through National Competitive Bidding (NCB) under KPK Procurement rule 2014. In order to simplify the preparation of the Standard Bidding Documents for each procurement, the said Bidding Documents are grouped in two parts based on provisions which are fixed and that which are specific for each procurement. Provisions which are intended to be used unchanged are in Part-One, which includes Instructions to Bidders (ITB) and General Conditions of Contract (GCC). Part-Two has five sections. Any amendment or variation in the Instructions To Bidders (ITB) and the General Conditions of Contract (GCC) in Part-I, regarding contract data and procurement specific provisions, will be carried out in Bid Data Sheet (BDS) & Special Conditions of Contract (SCC) respectively in Part-Two: Section-I which includes Invitation For Bid (IFB), Bid Data Sheet (BDS) & Special Conditions of Contract (SCC). Part-Two: Section-II includes Technical & Financial Evaluation Criteria for the bidder and the intended Goods. Part-Two: Section-III further includes Schedule of Requirements, Technical Specifications and Ancillary Services. Part-Two: Section-IV also contains standardized Sample Forms and Schedules to be submitted by the bidder; and Part-Two: Section V contains in the end, exceptions to the list of eligible countries for the procurement activity under consideration. Each section is prepared with notes [in italics] intended only as information for the Purchaser or the person drafting the bidding documents. They shall not be included in the final documents.
Documents to accompany the Technical Bid of suppliers of Qazi Hussain Ahmad Medical Complex Nowshera Khyber Pakhtunkhwa
Section-I: Primary Documentation
Primary Documents to be submitted in Section-I:
1. Bid Cover Sheet
2. Bid Form-1
3. Bid Form-2
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
4. Bid Form-3 (A)
5. Bid Form-3 (B)
6. Bid Form-4
7. Bid Form-5
8. Certificate to the effect that the requisite Bid Security equal to 2% of the Bid Price in the form of DD, PO or CDR is enclosed in the Financial Bid.
(Non-submission of Primary Documents duly signed & stamped shall render the bidder non-responsive)
Section-II: Product Evaluation Documentation
Secondary Documents to be submitted in Section-II:
Product Certifications for Conformance Specifications:
1. Specifications List demonstrating the full / partial compliance to the required Specifications. 2. US Food and Drug Administration (FDA) 510K Certificate for the quoted Product, if available. 3. European Community (CE) MDD Certificate for the quoted Product, if available. 4. Japan Industrial Standards (JIS) Certificate for the quoted Product, if available.
Product Certifications for Performance Specifications:
1. AAMI’ s Certification on quoted Product Performance, if available 2. ICC’s Certification on quoted Product Performance, if available 3. USCC’s Certification on Product Performance, if available 4. Any other Product Certification on quoted Product Performance i.e., ISO etc. 5. Customer Satisfaction Certificates of the quoted product from a local entity supplied earlier
Section-III: Firm Evaluation Documentation
Secondary Documents to be submitted in Section-II:
1. Manufacturer Authorization Certificate, or Partnership Deed with manufacturer
2. NTN Certificate from FBR
3. GST Certificate from FBR
4. IT-1 or IT-2 Form from FBR
5. List of certified professional & Technical staff employed by the firm
6. Detail of networking setup in Peshawar
7. Plan for Training on equipment to be supplied and installed along with certificate
8. Post-Warranty Certificate.
9. Post warranty Maintenance Services Certificate.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
Part-One
FIXED CONDITIONS OF CONTRACT
1. Instructions to Bidders (ITB)
2. General Conditions of Contract (GCC)
Bidders are advised to read the contents of the Instruction to Bidders (ITB) carefully for filling up the
Bidding Documents properly in order to become responsive.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
Table of contents
Sr. No
Part-I: Fixed conditions of Contract
Page No.
1 Instructions to Bidders................................................................................... 5
2 General Conditions of Contract (GCC).........................................................
33
Part-Two: Variable Conditions of Contract
Section-I: Procurement Specific Provisions
1 Invitation For Bids (IFB)................................................................................ 46
2 Bid Data Sheet (BDS)................................................................................... 48
3 Special Conditions of Contract (SCC).......................................................... 51
Section-II: Evaluation Criteria
1 Technical Evaluation Criteria........................................................................ 58
2 Financial Evaluation Criteria......................................................................... 61
Annex-I List of Equipment …………….………………………………..
63
Section-III: Schedule of Requirements
1 Supply Schedules........................................................................................ 79
2
Technical Specifications & Ancilliary Services.......................................
83
Section-IV: Standard Forms.......................................................................
86
Annex-II - List of Documents to be attached 100
Annex - III - Bid Evaluation Proforma (Attached separately in MS Excel format)
Section-V: Eligible Countries........................................................................
103
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
Part-One
Instructions To Bidders (ITB)
Instructions to Bidders 1. Scope of Bid ......................................................................................................................... 9
2. Source of Funds ................................................................................................................... 9
3. Eligible Bidders. .................................................................................................................... 9
4. Corruption and Fraud. ......................................................................................................... 10
5. Eligible Goods and Services. .............................................................................................. 11
6. Cost of Bidding. ................................................................................................................. 11
7. Bidding for Selective Items. ................................................................................................ 11
The Bidding Procedure ............................................................................................................. 11
8. The Governing Rules. ......................................................................................................... 11
9. Applicable Bidding Procedure. ............................................................................................ 12
The Bidding Documents ........................................................................................................... 13
10. Contents of the Bidding Documents .................................................................... 13
11. Clarification(s) on Bidding Documents. ................................................................ 14
12. Amendment(s) to the Bidding Documents. .......................................................... 14
Preparation of Bids ................................................................................................................... 14
13. Language of Bids. ............................................................................................... 14
14. Documents comprising the Bids. ......................................................................... 15
15. Bid Price. ............................................................................................................ 15
16. Bid Currencies. .................................................................................................... 16
17. Samples. ............................................................................................................. 16
18. Documentation on Eligibility of Bidders. ............................................................... 16
19. Documentation on Eligibility of Goods. ................................................................ 17
20. Bid Security. ........................................................................................................ 17
21. Bid Validity. ......................................................................................................... 18
22. Format and Signing of Bids. ................................................................................ 19
Submission of Bids ................................................................................................................... 20
23. Clarification of Tender Documents. ...................................................................... 20
24. Sealing & Marking of Bids ................................................................................... 21
25. Deadline for submission of Bids…………………………………………………..…….21
26. Late Bids ............................................................................................................. 21
27. Withdrawal of Bids ............................................................................................... 21
Opening and Evaluation of Bids ................................................................................................ 21
28. Opening of Bids by the Procuring Agency. .......................................................... 21
Evaluation of Bids
29. Clarification of Bids. ............................................................................................. 23
30. Preliminary Examination. ..................................................................................... 23
31. Evaluation of Bids in acordance with the Evaluation criteria. ............................... 24
32. Qualification of Bidder ......................................................................................... 25
33. Disqualification of Bids……………………………………………………………..…….26
34. Rejection of Bids ............................................................................................. 26
35. Re-Bidding .......................................................................................................... 27
36. De-Briefing Sessions for Access to Information on Evaluation Process………..…..27
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
37. Contacting the Procuring Agency………………………………………………………28
38. Confidentiality of the Tendering Process……………………………………….….…..28
37. Announcement of Evaluation Report ................................................................... 28
Access to Record of Procurement Proceedings 38. Maintenance of Record of Procurement Proceedings .......................................... 28
Award of Contract
39. Acceptance of Bid and Award Criteria………………………………………………...28
40. Procuring Agency’s Right to vary quantities at the time of Award …………………29
41. Notification of Award……………………………………………………….……………..29
42. Limitation on Negotiations . ................................................................................. 29
43. Signing of Contract. ............................................................................................. 30
44. Performance Security………….………………………………………………………..30
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
Instructions to Bidders (ITB)
1. Scope of Bid 1.1 The Government of Khyber Pakhtunkhwa, Health Department invites bids for supply of Goods specified in the Schedule of Requirements along with Technical Specifications and related services incidental thereto to meet the requirement of DGHS Khyber Pakhtunkhwa with Bid Reference Number for the procurement activity as mentioned in Bid Data Sheet (BDS).
2. Source of Funds
2.1 The client as mentioned in the Bid Data Sheet (BDS)
3. Eligible Bidders.
3.1 This Invitation for Bids (IFB) is open to all eligible or Pre-Qualified manufacturers; and to the importers or their authorized agents in Pakistan for supply of Goods as mentioned in the Bid Data Sheet (BDS) and more specifically described in the Schedule of Requirement in Part-Two: Section-III of these Standard Bidding Documents.
3.2 Government-owned enterprises in Pakistan may participate only if they are legally and financially autonomous and authorized to participate in bidding
3.3 The Importer/Agent must possess valid authorization from the Manufacturer and shall have to submit a copy of Equipment Sale License/ Drug Sale License/ Memorandum of Association/ Partnership Deed registered with the Registrar of Companies. However, in case of Manufacturer, they should have a documentary proof as prescribed in the Bid Form 3B: Section IV of these Standard Bidding Documents to the effect that they are the pre-qualified Manufacturer of the required specifications of Goods.
3.4 Bidders under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial or Local) or a public sector organization are NOT ELIGIBLE.
3.5 A Bidder shall not have a conflict of interest. All bidders found to have conflict of interest shall be disqualified. Bidders may be considered to have a conflict of interest with one or more parties in this bidding process, if they:
(a)
are or have been associated in the past, with a firm or any of its affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under these Standard Bidding Documents ; or
(b) submit more than one bid in this bidding process, except for alternative offers permitted under ITB Clause 15.6 of these Standard Bidding documents. However, this does not limit the participation of subcontractors in more than one bid.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
3.6 Bidders shall provide such evidence of their continued eligibility satisfactory to the Purchaser, as the Purchaser shall reasonably request.
4. Corruption and Fraud
4.1
The Government of Khyber Pakhtunkhwa defines Corrupt and Fraudulent Practices as “the offering, giving , receiving, or soliciting of anything of value to influence the action of a public official or the supplier or contractor in the procurement process or in contract execution to the detriment of the Procuring agencies; or misrepresentation of facts in order to influence a procurement process or the execution of a contract, collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring agencies of the benefits of free and open competition and any request for, or solicitation of anything of value by any public official in the course of the exercise of his duty”
4.2
Indulgence in corruption, fraudulent practices, attempt to offer inducement of any sort, formation of cartel to discourage fair competition inducement or intentional submission of false or materially incorrect information is liable to result in cancellation of Bid(s) or disqualification of the bidder(s) under KPK Procurement rule 2014,
5. Eligible Goods and Services.
5.1
All goods and related services to be supplied under the contract shall conform to the policies of the Government of Khyber Pakhtunkhwa in vogue. All expenditures made under the contract shall be limited to such goods and services. For purposes 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 ancillary services such as transportation, installation, insurance, port releases, after sale service etc.
6. Cost of Bidding.
6.1 The Bidding Documents will be available from the date of publishing of the IFB and will be available upto to the period as mentioned in the Bid Data Sheet. The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
7. Bidding for Selective Items.
7.1
A Bidder, if he so chooses, can bid for selective items from the list of goods provided for in the Schedule of Requirements. A Bidder is also at a liberty to bid for all the goods mentioned in the Schedule of Requirements provided he fulfills the requirements.
However, a Bidder cannot bid for partial quantities of an item in the Schedule of requirement. THE BID MUST BE FOR THE WHOLE QUANTITY OF AN ITEM REQUIRED IN THE SCHEDULE OF REQUIREMENT.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
The Bidding Procedure
8. The Governing Rules.
The Bidding procedure shall be governed by the Procurement of Goods, Works and Services Rules, 2014 of the Government of Khyber Pakhtunkhwa.
8.1 The bidding procedure is governed by Rule 6(2)b “Two-envelop tendering” of Procurement of Goods, Works and Services Rules, 2014 of the Government of Khyber Pakhtunkhwa. Bidders are advised also to refer to the Bid Data Sheet (BDS) to confirm the Bidding procedure applicable in the present bidding process.
8.2 The bidding procedure prescribed in the Bid Data Sheet above is explained below:
Single Stage Two Envelop Procedure
i) The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the Technical bid and the financial bid;
ii) the envelopes shall be marked as “TECHNICAL BID” and “FINANCIAL BID” in bold and legible letters to avoid confusion;
iii) Initially, only the envelope marked “TECHNICAL BID” shall be opened. Technical bid contains requirements for the responsiveness and technical and financial eligibility for the firm and its quoted product. The extent of compliance to the stated requirements will determine that the firm and its product qualify technically before the opening of the financial bids.
iv) the envelope marked as “FINANCIAL BID” shall be retained in the custody of Procuring Agency without being opened;
v) the Procuring Agency shall evaluate the technical bid according to the Technical Evaluation Criteria indicated in the Standard
Bidding Documents under KPK Procurement rule 2014, without reference to the price and may reject any bid which does not conform to the specified requirements;
vi) during the technical evaluation no amendments in the technical bid shall be permitted;
vii) the financial bids of only the technically qualified bids shall be opened publicly by the Procuring Entity at a time, date and venue to be announced and communicated to the Bidders in advance;
viii)The financial bids found technically non-qualified or rendered dis-qualified shall be returned un-opened to the respective Bidders; and
The bid found to be the lowest evaluated responsive bid as per the Technical & Financial Evaluation Criteria shall be accepted for contract award.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
1 In this case Director General Health Services Khyber Pakhtunkhwa is the Procuring Agency.
The Standard Bidding Documents
10. Contents of the Standard Bidding Documents
10.1 The goods required, applicable bidding procedures, and Contract terms & conditions are prescribed in the Standard Bidding Documents. Contents of the Standard Bidding Documents include:
a) Invitation for Bids (IFB) b) Instructions To the Bidders (ITB) c) General Conditions of Contract (GCC) d) Special Conditions of Contract (SCC) e) Technical & Financial Evaluation Criteria f) List of Required bio-medical Equipment/Hospital Supplies
/Kits/Drugs/Surgical & Non-Surgical Disposables / Medical Devices etc.
g) Technical Specifications of the intended goods h) Sample Size & Ancillary Services i) Schedule of Requirements j) Distribution Plan for Health Institutions k) Sample Forms, Schedules & contract template
10.2
In case of any discrepancy between the contents of the Invitation for Bid (IFB) and those of the Standard Bidding Documents listed in 10.1 above, the Standard Bidding Documents shall take precedence.
10.3
The Bidder is expected to examine all instructions, forms, terms, and specifications in the Invitation For Bids (IFB) and the Standard Bidding Documents (SBDs). under KPK Procurement rule 2014.
11. Clarification(s) on Standard Bidding Documents
11.1
A prospective Bidder requiring any clarification(s) on the Bidding Documents may notify the Procuring Agency1 in a Pre-Bid meeting or in writing at the Procuring Agency’s address indicated in the Bid Data Sheet (BDS). The Procuring Agency shall respond in writing to any request for clarification(s) of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of 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. under KPK Procurement rule 2014.
12. Amendment(s) to the Bidding Documents
12.1
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(s) requested by a prospective Bidder, either in a Pre-Bid. Meeting held under KPK Procurement rule 2014, on a date specified in the Bid Data Sheet (BDS) or through official communication to the prospective bidders, may modify the Standard Bidding Documents by amendment(s).
12.2
All prospective Bidders who have received the Standard Bidding Documents shall be notified of the amendment(s) in writing through Post, e-mail or fax or advertisement in two national daily. The said amendment(s) shall be binding on them.
12.3
under KPK Procurement rule 2014 the communication of change(s) in the Standard Bidding Documents to the prospective bidders has taken time. The extended time should be reasonable enough to enable the bidder to adequately reflect the approved change(s) in his bid.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
Preparation of Bids
13. Language of Bids
13.1 All correspondences, communications, associated with preparation of Bids, clarifications, amendments, submissions shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the said translation shall take precedence.
14. Documents comprising the Bids
14.1
The Bid shall comprise the Bid Forms of these Standard Bidding Documents and all those ancillary documentation that are prescribed for the eligibility of the bidders and goods, and ancillary services that are found necessary and highlighted in the Bid Forms in Section V of these Standard Bidding Documents.
14.2
The Bidder shall complete the Bid Forms and an appropriate Price Schedule furnished in these Standard Bidding Documents, indicating the goods to be supplied, a brief description of the goods, their general and specific characteristics as specified in the Bid Data Sheet (BDS), ancillary services that the bidder is willing or required to provide along with the proposed price.
15. Bid Price.
15.1
The Bidder shall indicate on the appropriate form prescribed in these Standard Bidding Documents the unit prices and total bid price of the goods, it proposes to supply under the Contract.
15.2 Form prescribed for quoting of prices is to be filled in very carefully, preferably typed. Every page of these Standard Bidding Documents is to be signed and stamped at the bottom by the bidder. No alteration of any Term or Condition is allowed.
15.3 The Bidder should quote the prices of goods according to the technical specifications as provided in Part-Two: Section III of these Standard Bidding Documents. The technical specifications of goods, different from the required specifications, shall be rejected out rightly.
15.4 The Bidder is required to offer a competitive price which must include all the taxes, duties, prescribed price and any other price as mentioned in the Bid Data Sheet (BDS) where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/ duties, etc.
15.5 The benefit of exemption from or reduction in the taxes and duties shall be passed on to the Procuring Agency.
15.6 Prices offered should be for the entire quantity of an item demanded in the Schedule of Requirement partial quantity offers shall straightaway be rejected. Conditional, alternate or provisional offer shall also render the bid as non-responsive. No negotiation on price is allowed.
15.7 While making a price quote, trend/ inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained. The bidder needs to consider including any probable price fluctuation or expected inflation in the quoted price before the bid submission.
16. Bid Currencies 16.1 Prices shall be quoted in the currency as mentioned in the Bid Data Sheet.
17. Samples. 17.1
The Bidder shall provide samples of quoted goods i.e, drugs or equipment along with the bid at his own cost and in a quantity prescribed by the Procuring Agency in Part-Two: Section III of these Standard Bidding Documents. However, in case of
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
biological drugs, samples of cold chain (perishable) goods, if any, will be called later at the time of technical evaluation of bids.
18. Documentation on Eligibility of Bidders.
18.1
Bidder shall furnish, as part of his bid, the Bid Form(s) as primary document (s) provided in Part-Two: Section IV of the Standard Bidding Documents and as specified in the Bid Data Sheet (BDS), establishing Bidder’s eligibility to bid and his qualifications to perform the Contract if his bid is accepted.
18.2 Bid Evaluation Proforma provided as Annexure in Part-Two: Section IV of these Standard Bidding Documents may be filled an submitted by the bidders to facilitate the Procuring Entity for the preliminary evaluation of their Technical Bids if specified in Bid data Sheet (BDS).
18.3 The Bidder shall furnish, as part of his technical bid, the Bid Forms provided in Part-Two: Section IV of these Standard Bidding Documents as specified in the Bid Data Sheet (BDS), establishing his substantial responsiveness required for establishing his eligibility for further evaluation of his technical bid as defined under ITB Clause 3 of these Standard Bidding Documents.
19. Documentation on Eligibility of Goods
The documentary evidence required in the evaluation criteria of these Standard Bidding Documents as specified in the Bid Data Sheet (BDS) for Bidder’s eligibility to bid for the intended goods, shall establish to the Procuring Entity’s satisfaction that the Bidder, at the time of submission of his bid, is an eligible bidder
20. Bid Security 20.1 20.2
The Bidder shall furnish, as part of its bid, a Bid Security to the extent of a percentage of the total bid value or as a specified amount as mentioned in the Bid Data Sheet (BDS). under KPK Procurement rule 2014 (a) the period for which the bid security was valid, expires; (b) the termination of the tendering proceedings without its
culminating in signing of a contract; or (c) The withdrawal of the tender prior to the deadline for submission of tenders; provided the Tender Inviting Authority receives the notice to withdraw prior to the deadline for submission of tenders.
The successful Bidder’s bid security shall be discharged upon signing of contract and upon furnishing of the performance security/guarantee by the successful bidder within the time stipulated by the Client in the Bid Data Sheet (BDS).
20.3
under KPK Procurement rule 2014 when the tendered who withdraws from the tendering process after opening of his bid, or whose tender has been accepted, fails to sign the contract or fails to provide any required security for the performance of the contract. The Procuring Entity shall then order the forfeiture of the Bid Security / Earnest Money and shall give order of acceptance to the second lowest bidder, or in case of the second bidder, to the third lowest bidder and so on, on the same term of forfeiture of the Bid Security / Earnest Money, unless the Procuring Entity feels that the bid submitted by the bidder other than the lowest Evaluated Responsive Bidder exceeds the price threshold mentioned by the Client in the Bid Data Sheet (BDS), and under KPK Procurement rule 2014.
20.4 Bid Security of the successful bidder can be counted towards the Performance Security to be submitted by him for the same procurement activity under KPK Procurement rule 2014 if the said bidder gives his consent to the Procuring Entity regarding the same in writing.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
20.5 A bid security submitted by a bidder for a previous tender can only be considered valid for a new tender if it has been released by the Procuring Entity to the said bidder upon his request prior to the commencement of the new tendering activity and upon finalization of the previous tender through:
(a) contract award to selected bidder(s), (b) termination of tender by disqualification of all bidders, (c) under KPK Procurement rule 2014
20.6 The Bid Security released in the manner stated above, should be valid till the period of bid validity prescribed for the new tender in the Standard Bidding Documents.
20.7 The bidder shall therefore request the Procuring Entity in writing to return him the said Bid Security for the previous tender. Upon verification of the finalization of the previous tender, the Procuring Entity may release the Bid Security for its submission prior to the Bid opening of the new tender. Any previously submitted Bid Security released by the Procuring Entity after the Bid Opening shall not be considered for submission at the time of bid opening of the new tender.
21. Bid Validity 21.1 Bids shall remain valid for the period identified in the Bid Data Sheet (BDS) after the date of opening of technical bid prescribed by the Procuring Agency. A bid valid for a period shorter than the one prescribed in the Bid Data Sheet (BDS) shall be rejected by the Procuring Entity as non-responsive.
21.2 The Procuring Entity shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids, shall be asked to extend their respective bid validity period. Such extension shall not exceed the period of the original bid validity.
21.3 Bidders who,- a) agree to the Procuring Entity’s request for extension of bid
validity period, shall not be permitted to change the substance of their bids;
b) do not agree to an extension of the bid validity period, shall be allowed to withdraw their bids without forfeiture of their bid securities.
22. Format and Signing of Bids.
22.1 The Bidder shall prepare and submit his bid and provide original documents, as appropriate. Copies of any documents must be signed and stamped by the bidder.
22.2 The Bid shall be accompanied by the original receipt for payment made for the purchase of the bidding document. In an event where the Bidder has downloaded the bidding document from the web, they will require to get the original payment receipt of the prescribed fee from the Procuring Agency well before the date of submission of bid.
22.3 The original bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial and stamp all pages of the Standard Bidding Documents.
22.4 Any tampering, illegitimate inclusion or exclusion in any part of the Standard Bidding Documents shall lead to disqualification of the bidder.
Pre-Bid Meeting 25-4-2019
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
23. Clarification of Tender Documents
23.1
The Procuring Entity, under KPK Procurement rule 2014, may convene a Pre-Bid Conference anytime after the issuance of the Standard Bidding Documents and before the Bid opening to invite all the prospective bidders: (a) to brief them to submit responsive bids, (b) to respond to any queries made by them for clarification, (c) to make any changes or modifications in the Standard
Bidding Documents in the light of such clarifications if agreed by the procuring Entity.
23.2
Any such changes or modifications, after approval of the Procuring entity, shall reflected be in the form of an addendum or minutes of meeting and shall be timely: (a) communicated in writing to all such bidders who have
purchased the Standard Bidding Documents, or (b) Posted on the website of the Health Department Khyber
Pakhtunkhwa for wider disseminated to all the prospective bidders if the same have earlier been posted on the said website.
23.3 Reasonable time shall be given to all the prospective bidders after the Pre-Bid Meeting and before the bid opening so that they may adequately reflect the approved changes in their bids accordingly within the given time before the bid submission. The Procuring Entity may give a new date for bid opening either through an advertisement or through any written communication to the prospective bidders if it deems necessary that a new bid opening date is required for providing reasonable time to the prospective bidders.
Submission of Bids 15-05-2019 (10:00AM)
24. Sealing and Marking of Bids
24.1
The envelopes shall be marked as “TECHNICAL BID” and “FINANCIAL BID” and in bold and legible letters to avoid confusion. Similarly, the Bidder shall seal both the bids in separate envelopes. The said two envelopes shall then be sealed in an outer envelope.
24.2 The inner and outer envelopes shall: (a) be addressed to the Procuring Agency at the address given
in the Invitation for Bids (IFB); and; (b) contain Bid Reference Number indicated in the Bid Data Sheet
(BDS), and a statement: “DO NOT OPEN BEFORE,” and the time and the date specified in the Bid Data Sheet (BDS) for opening of Bids.
24.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”.
24.4 If the outer as well as inner envelope is not sealed and marked as required by the ITB Clauses 24.1 to 24.3 above the Procuring Agency shall assume no responsibility for the bid’s misplacement, premature opening or accidental revelation of bid price.
25. Deadline for Submission of Bids
25.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address on the time and date specified in the Bid Data Sheet (BDS). Bids received later than the time and date specified in the Bid Data Sheet will be rendered non-responsive and will be returned to the bidder unopened.
25.2 The Procuring Agency may, in its discretion, extend the prescribed deadline for the submission of bids by amending the Standard Bidding Documents in accordance with ITB Clause 12 above, 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.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
26. Late Bids 26.1
Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to ITB Clause 24 shall be rejected and returned unopened to the Bidder.
27. Withdrawal of Bids
27.1
The Bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for opening of bids.
27.2 No bid may be withdrawn in the period between deadline for submission of bids and the Bid opening. Withdrawal of a bid during this period shall result in forfeiture of the Bid Security submitted by the Bidder, pursuant to the ITB Clause 20 above.
Opening and Responsiveness Determination of Bids
28. Opening of Bids by the Procuring Agency.
28.1
All bids received, shall be opened by the Procuring Agency publicly under KPK Procurement rule 2014, in the presence of the Bidders or their representatives on the date, time and venue prescribed in the Bid Data Sheet.
28.2
The opening of Bids shall be subject to the Bidding Procedure prescribed in the Bid Data Sheet and elaborated in ITB Clause 9 above.
28.3 All Bidders in attendance shall sign an attendance sheet
28.4
The Purchaser shall open one Bid at a time and read out aloud its contents which may include name of the Bidder, category tendered for, any discounts, any bid modifications or withdrawal, the presence or absence of requisite bid security, unit as well as total bid price and such other details as the Purchaser, at its discretion, may consider appropriate under KPK Procurement rule 2014.
28.5
The Procuring Agency shall have the minutes of the Bid opening (technical and when applicable financial) recorded
28.6
Bid security in the form of post-dated cheque in place of readily encashable financial instruments like Demand Draft, Pay Order, CDR etc as required by the Client v) bids having no primary documents e.g., Bid Forms or as mentioned in the Bid Data Sheet (BDS) vi) bids accompanying no financial bid vii) bid validity document with days less than the prescribed period especially in the Bank-Guarantee submitted as Bid Security Bid Security presented on Bank-Guarantee Form having unauthorized tampering of the prescribed template, provided as Bid security, by the Bidder’s banker.
28.7
No bid shall be rendered non-responsive under KPK Procurement rule 2014: i) late bids, which shall be returned unopened to the Bidder ii) bids with Bid Security less than the prescribed amount iii) bids having no Bid Security iv) Bid security in the form of post-dated cheque in place of
readily encashable financial instruments like Demand Draft, Pay Order, CDR etc. as required by the Client
v) bids having no primary documents e.g., Bid Forms or as mentioned in the Bid Data Sheet (BDS)
vi) bids accompanying no financial bid vii) bid validity document with days less than the prescribed
period especially in the Bank-Guarantee submitted as Bid Security.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
viii) Bid Security presented on a Bank-Guarantee Form, having unauthorized tampering of the template prescribed in these Standard Bidding Documents, by the Bidder’s banker.
28.8
The bids found without Bid Security shall also be returned unannounced to the Bidders. However, prior to return to the Bidder, the Chairman of the Purchase / Procurement Committee shall record a statement giving reasons for return of such bid(s).
Evaluation of Bids
29. Clarification of Bids.
During evaluation of the bids, under Rule 26(3) of the NWFP Procurement of Goods, Works and Services Rules 2014 the Procuring Agency may seek bonafide clarification from the bidders relating to bids submitted by them during their evaluation or to check the veracity of the documents submitted by him. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted.
30. Preliminary Examination
30.1
The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.
30.2 In the financial bids the arithmetical errors shall be rectified on the following basis. a) If there is a discrepancy between the unit price and the total
price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected.
b) If the Bidder does not accept the correction of the errors, its bid shall be rejected, and its Bid Security may be forfeited.
c) If there is a discrepancy between words and figures, lower of the two shall be considered as per under KPK Procurement rule 2014.
d) The evaluation shall include all taxes and duties inclusive of local levies as a part of the price under KPK Procurement rule 2014
30.3 .The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder.
30.4 Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of this clause, a substantially responsive bid is one, which at the time of bid opening, conforms to all the terms and conditions of the Invitation For Bid (IFB) and the Standard Bidding Documents without material deviations. Deviations from the critical provisions, such as those concerning Applicable Laws, Taxes, Duties and internationally recognized best practices or imposition of conditionality by the bidder shall be deemed to be a material deviation for rendering a technical bid as non-responsive. 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.
30.5 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.
31.Evaluation of Bids in accordance with the Evaluation Criteria.
31.1
The Procuring Agency, under KPK Procurement rule 2014 shall cause the evaluation of tenders to be carried out strictly in accordance with the evaluation criteria in the Standard Bidding Documents and as per the Evaluation Methodology specified in the Bid Data Sheet (BDS and other terms and conditions set forth in
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
these Standard Bidding Documents (SBDs). Only those bids shall be evaluated which have been determined to be substantially responsive in accordance with ITB Clause 28 above. The Procuring Entity shall choose the Evaluation Methodology under KPK Procurement rule 2014. keeping in view the complexity of the procurement activity to determine the Lowest Evaluated Responsive Bidder and shall either be based on: (a) Merit Point Evaluation Methodology to identify the highest
ranking quoted item (Most Economically Advantageous Bid), or
(b) Lowest Price Evaluation Methodology 31.2 For the purposes of comparison of bids quoted in different
currencies, the price shall be converted into Pak Rupees. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the Standard Bidding Documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day.
31.3 A bid once opened in accordance with the prescribed procedure, shall be subject to only those evaluation criteria in the Standard Bidding Documents, rules, regulations and policies that are in force at the time of issue of notice for Invitation For Bids (IFB).
32. Qualification of Bidder
32.1 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Bidder’s capacities may require under KPK Procurement rule 2014. The Bidder to provide information concerning their professional, technical, financial, legal or managerial competence whether already pre-qualified or not.
32.2 Such qualification shall only be laid down after recording reasons thereof in writing. They shall form part of the records of that procurement proceeding.
32.3 The Procuring Agency shall determine to its satisfaction whether a Bidder, technically and financially qualified and even having the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily.
32.4 The determination can take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such other information as the Procuring Agency deems necessary and appropriate. Further, during the process of technical evaluation of Bidder, the Procuring Agency may inspect the manufacturing plant/ production capacity/ warehousing system/ practices by a team of experts for assessment, if it deems necessary.
32.5 An affirmative determination shall be a pre-requisite for award of the Contract to the Bidder. A negative determination shall result in non-qualification/dis-qualification of the Bidder’s bid, in which event the Procuring Entity shall proceed to the next lowest evaluated responsive bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily.
33. Disqualification of Bidders
33.1 If the Procuring Entity finds at any time that a bidder has attempted to defraud or hoodwink the Procuring Entity or an Evaluation Committee constituted there under, by intentional provision of false, mis-stated, mis-represented, incomplete or materially inaccurate information concerning qualification of the product or the firm, through unauthorized submission of another firm’s proprietary clinical or product research, certification or any data as specified in the Bid Data Sheet (BDS) against his own quoted product or firm and fails to remedy such deficiencies, the said bidder shall be disqualified under KPK Procurement rule 2014; and any attempt by
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
the bidder to offer inducement of any sort, formation of a cartel to discourage fair competition or failure to complete his earlier contract within a period of three years of initiation of procurement may lead to cancellation of his bid or contract, and his debarring & blacklisting under KPK Procurement rule 2014, for a stated or indefinite period of time
33.2 The Procuring Entity may opt for arranging a Pre-Award Debriefing session to inform the non-qualified/dis-qualified bidders before the opening of financial bids of technically qualified bidders.
34. Rejection of Bids
34.1
The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid under KPK Procurement rule 2014. However, before rejection of tender on basis of the bid being unworkable, the bidder shall upon request be given an opportunity to give a detailed analysis of workability of his bid.
34.2
The workability of a bid may depend, among other factors, upon the objectives of a procurement activity as specified in the Bid Data Sheet (BDS) wherein wider coverage for disease prevention, diagnosis or treatment of patients is required with intended cost-effective healthcare goods of high therapeutic value.
34.3 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.
34.4 The Procuring Agency incurs no liability, by virtue of its invoking ITB Clause 34.1 above towards Bidders who have submitted bids.
34.5 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids.
35. Re-Bidding
35.1 If the Purchaser rejected all bids in pursuant to ITB Clause 32, it may call for a re-bidding by adopting the requisite procedure under KPK Procurement rule 2014. Notice of rejection of the tender shall be given to all the bidders who submitted the bids.
35.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection of tender and may accordingly revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary under KPK Procurement rule 2014 .
36.De-Briefing Sessions for Access to Information on Evaluation Process
36.1 under KPK Procurement rule 2014, the Purchaser, upon written request of a bidder, may make available to him information on evaluation process as mentioned in the said Rule, or may either: a) convene a Pre-Award De-Briefing session to apprise the
technically non-qualified/disqualified bidders about the reasons of their non-qualification/disqualification, or,
b) Convene a Post-Award De-Briefing to apprise the technically
qualified but unsuccessful bidders about shortcomings of their bids and reasons of success of the selected bid.
37. Contacting the Procuring Agency.
37.1 Subject to ITB Clause 28 above, under KPK Procurement rule 2014 no Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time of announcement of Evaluation Repot. If a Bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing.
37.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in the rejection of the Bidder’s bid. Canvassing by any Bidder at any stage of the bid evaluation is strictly prohibited. Any infringement shall lead to disqualification under KPK Procurement rule 2014.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
38. Confidentiality of the Tendering Process
38.1 under KPK Procurement rule 2014, the Procuring entity shall ensure the confidentiality of the tender process until final orders on the tenders are passed and successful bidders are selected.
Access to Record of Procurement Proceedings
38.Maintenance of Record of Procurement Proceedings
38.1 The Procuring Entity shall maintain the record relating to the procurement proceedings under KPK Procurement rule 2014. Record of such proceeding shall be made public on a specific request under only after the final selection of the lowest evaluated responsive bid under KPK Procurement rule 2014.
Award of Contract
39. Acceptance of Bid and Award Criteria.
39.1 The Bidder whose bid is found to be most closely conforming to the Evaluation Criteria prescribed in Part-Two: Section II of these Standard Bidding Documents if not in conflict with any other law, rules, regulations or policy of the Government of Khyber Pakhtunkhwa, shall be awarded the Contract, within the original or extended period of bid validity.
40. Procuring Agency’s Right to vary quantities at the time of Award.
40.1 The Procuring Agency reserves the right at the time of award of Contract to increase or decrease, the quantity of goods originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions.
41.Notification of Award
41.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify to the successful Bidder in writing that its bid has been accepted.
41.2 The notification of award shall constitute the formation of the Contract between the Procuring Agency and the successful Bidder.
41.3 The enforcement of the Contract shall be governed by Rule 42 of the NWFP Procurement of Goods, Works and Services Rules, 2014. The procuring Entity and the successful bidder shall sign a written contract within thirty (30) days of the dispatch of the notice of acceptance of bid to the successful bidder.
41.4 Upon receipt of the Notification of Award, the successful Bidder shall submit a Performance Security equal to the percentage of the Contract price, as specified in the Bid Data Sheet (BDS) under KPK Procurement rule 2014 and within the time specified in the Bid Data Sheet (BDS).
41.5 Upon submission of the requisite Performance Security, the Procuring Entity shall release the Bid Security to the successful bidder. The Bid Securities of the unsuccessful bidders shall also be released to them.
42. Limitation on Negotiations
42.1 Negotiations, that may be undertaken in finalization of the Contract shall not relate to the price or substance of bid specified by the Bidder, but only to minor technical, contractual or logistical details. Negotiations shall not be used to: substantially change the technical quality or details of the requirement, including the tasks or responsibilities of the Bidder or the performance of the goods; substantially alter the terms and conditions of Contract; reduce unit rates or reimbursable costs; substantially alter anything which formed a crucial or deciding factor in the evaluation of the bids or proposals alter the submitted financial bid.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
43. Signing of Contract.
43.1 Within thirty (30) days of dispatch of the notice of acceptance of bid to the successful bidder the Purchaser and the bidder shall sign the Contract Agreement Form provided in Part-Two: Section IV of these Standard Bidding Documents, incorporating all the Terms & Conditions of these Standard Bidding Documents as agreed between the Parties and in accordance with the legal requirements in vogue. Entering into a Repeat Order shall be governed separately under KPK Procurement rule 2014.
43.2 Review against a contract award shall be carried out in accordance with under KPK Procurement rule 2014.
43.3 If the successful Bidder, after completion of all codal formalities shows an inability to sign the Contract then its Bid Security shall stand forfeited and the firm may be blacklisted and de-barred from future participation, whether temporarily or permanently. In such situation the Purchaser may award the contract to the next lowest evaluated Bidder or the next highest ranking bid or call for new bids.
43.4 The Contract shall become effective upon affixation of signature of the Purchaser and the selected Bidder on the Contract document, and shall be governed for the period specified in the Bid Data Sheet (BDS) and by the terms and conditions mutually agreed in the contract.
44.Performance Security
44.1 On the date of signing of Contract, the successful Bidder shall furnish a Performance Security in the form of a Bank Guarantee for a percentage amount (10% of the total items’ quoted price) as specified in the Bid Data Sheet (BDS), on the Form and in the mannered prescribed by the Procuring Agency in Part-Two: Section-IV of these Standard Bidding Documents within the time prescribed in the Bid Data Sheet (BDS).
44.2 The Bid Security submitted by the bidder at the time of submitting its bid shall be returned to the successful Bidder upon submission of Performance Security.
44.3 Failure to provide a Performance Security by the successful Bidder is a sufficient ground for annulment of the award and forfeiture of his Bid Security. In such event the Procuring Entity may award the contract to the next lowest evaluated responsive bidder or call for new bid.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
Part-I
General Conditions of Contract (GCC)
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
23
Table of GCC Clauses
Sr. No Terms Page No.
1 Definitions 33
2 Application 33
3 Source of import 34
4 Standards 34
5 Use of Contract Documents and Information; Inspection & Audit by Client
34
6 Patent Rights 35
7 Performance Security 35
8 Submission of Samples 35
9 Ensuring Storage Arrangements 36
10 Inspections and Tests 36
11 Packing 36
12 Delivery and Documents 37
13 Insurance 37
14 Transportation 37
15 Incidental Services 37
16 Spare Parts 38
17 Warranty 38
18 Payment 38
19 Prices 38
20 Change Orders 39
21 Contract Amendments 39
22 Assignment 39
23 Subcontracts 39
24 Delays in the Supplier’s Performance 39
25 Liquidated Damages & Penalties 40
26 Termination for Default 41
27 Force Majeure 41
28 Termination for Insolvency 42
29 Termination for Convenience 42
30 Arbitration & Resolution of Disputes 42
31 Governing Language 43
32 Applicable Law 43
33 Notices 43
34 Taxes and Duties 43
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
24
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 Purchaser (provincial or district Health departments, Autonomous Medical Institutions or Vertical Programs) and the Supplier, as recorded in the Agreement signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.
(b) “The Contract Price” means the price payable to the
Supplier under the Contract for the full and proper performance of its Contractual obligations.
(c) “The Goods” means all those supplies which the
Supplier is required to supply to the Purchaser 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 government of Khyber Pakhtunkhwa, transportation of goods upto the desired destinations, installation and other such obligations of the Supplier covered under the Contract.
(e) “GCC” means the General Conditions of Contract contained in this section.
(f) “SCC” means Special Conditions of the Contract. (g) “The Purchaser” means the Client as mentioned in the
SCC. (h) “The Supplier” means the individual or firm supplying
the goods under this Contract. (i) “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. Source of Import
3.1 All goods and related services to be supplied under the contract that are required to be imported in Pakistan shall have their origin in eligible source countries as prescribed by the commercial policies of the Federal Government of Pakistan and all expenditures made under the contract shall be limited to such goods and services.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
25
3.2 For purposes of this clause, “origin” means the place where the goods are produced, or the place from which the related services are supplied. Goods are produced when, through manufacturing or processing.
4. Standards 4.1
The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.
4.2
In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.
4.3
If the Supplier provide substandard item and fail to provide the fresh supply, the payment of risk purchase (which will be purchased by the Health Department) the price difference shall be paid by the Supplier.
4.4
In case of supply of substandard product the cost associated with disposal/destruction or associated handling shall be borne by the Supplier i.e. removal from purchaser’s premises, burning, dumping, or incineration.
5.1
The Supplier shall not, without the Purchaser’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Purchaser 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 5.3
The Supplier shall not, without the Purchaser’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Purchaser and shall be returned (all copies) to the Purchaser on completion of the Supplier’s performance under the Contract if so required by the Purchaser.
5.4
The Supplier shall permit the Purchaser to inspect the Supplier’s accounts and records relating to the performance of the Supplier.
6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser 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. Performance Security
7.1
Within twenty (20) days of receipt of the notification of Contract award, the successful Bidder shall furnish to the Purchaser the performance security in the amount specified in SCC.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
26
7.2
The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.
7.3
The performance security shall be denominated in the currency of the Contract acceptable to the Purchaser and shall be in one of the following forms: (a) a Bank Guarantee or an irrevocable letter of credit issued
by a reputable bank located in the Purchaser’s country on behalf of the Supplier, in the form provided in the bidding documents or another form acceptable to the Purchaser; or
(b) a cashier’s or certified check. 7.4
The performance security will be discharged by the Purchaser and returned to the Supplier not later than thirty (30) days following the date of completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless specified otherwise in SCC.
Before commencing supplies, the Supplier shall provide samples free of cost, if and as specified in the Schedule of Requirements of the product to the designated office or staff, as the case may be.
8. Submission of Samples
9. Ensuring
storage arrangements
To ensure storage arrangements for the intended supplies, the Supplier shall inform the Purchaser at least 0ne (01) week in advance. However, in case no space is available at the Purchaser’s premises at the time of supply, the Purchaser shall, at least 02 days prior to such situation, shall inform the Supplier, in writing, of the possible time frame of availability of space by which the supplies can be made. In case the Supplier abides by the given time frame it shall not be penalized for delay.
10. Inspections and Tests
10.1 The Purchaser or its representative shall have the right to inspect and/or to test the goods in accordance with the procedure given in the SCC to confirm their conformity to the Contract specifications at no extra cost to the Purchaser.
10.2
All costs associated with testing shall be borne by the Supplier.
10.3
The Purchaser’s right to inspect, test and, where necessary, reject the goods after the goods either at Supplier’s premises or upon arrival at Purchaser’s destinations shall in no way be limited or waived by reason of the goods having previously been inspected, tested, and passed by the Purchaser or its representative prior to the goods delivery from the point of Supply or manufacturing.
10.4
Nothing in GCC Clause 10 shall in any way release the Supplier from any warranty or other obligations under this Contract.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
27
11. Packing 11.1
The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit.
11.2
The packing, marking, and documentation within and outside the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified in SCC, and in any subsequent instructions ordered by the Purchaser.
12. Delivery and Documents
12.1
The Supplier in accordance with the terms and manner specified in the Schedule of Requirements shall make delivery of the goods.
12.2
The Supplier shall furnish all necessary documentation necessary for completion of the delivery, at the time of delivery and in the manner prescribed.
12.3
The goods supplied under the Contract shall be Delivered Duty Paid (DDP) under which risk is transferred to the buyer after the Goods have been delivered;
13. Insurance The supplier shall be solely responsible for Insurance of the Goods subject to the contract.
14.Transportation 14.1
The Supplier shall arrange such transportation of the goods as is required to prevent their damage or deterioration during transit to their final destination and in accordance with the terms and manner prescribed in the Schedule of Requirement.
14.2 All costs associated with the transportation of the goods subject to this contract shall be borne by the Supplier.
15. Incidental Services
The Supplier shall be required to provide the incidental services as specified in the SCC and the cost of which is included in the total bid price.
16. Spare Parts As specified in SCC, the Supplier may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier:
(a) such spare parts as the Purchaser may elect to purchase from the Supplier, provided that this election shall not relieve the Supplier of any warranty obligations under the Contract; and
(b) in the event of termination of production of the spare parts:
(c) advance notification to the Purchaser of the pending termination, in sufficient time to permit the Purchaser to procure needed requirements; and
(d) Following such termination, furnishing at no cost to the Purchaser, the blueprints, drawings, and specifications of the spare parts, if requested.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
28
17. Warranty 17.1
All goods subject to this contract shall be accompanied by the necessary warranty in the manner prescribed in the SCC.
17.2
The Purchaser shall promptly notify the Supplier in writing of any claims arising under this warranty.
18. Payment 18.1
The purchaser shall make payments to the Supplier in accordance with the conditions set forth in the Payment Schedule agreed in SCC and annexed to this contract.
18.2
The currency of payment shall be Pakistan Rupee.
19. Prices Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till the expiry of the contract unless the Parties to this contract mutually agree to vary the prices.
20. Change Orders 20.1
The Purchaser may at any time, by a written order given to the Supplier pursuant to GCC Clause 33 for notices, make changes within the general scope of the Contract in any one or more of the following: (a) drawings, designs, or specifications, where Goods to be
furnished under the Contract are to be specifically manufactured for the Purchaser;
(b) the method of shipment or packing; (c) the place of delivery; and/or (d) The Services to be provided by the Supplier.
20.2
If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted within thirty (30) days from the date of the Supplier’s receipt of the Purchaser’s change order.
21. Contract Amendments
No variation in or modification of the terms of the Contract shall be made except by written amendment signed by the Parties.
22. Assignment The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Purchaser’s prior written consent.
23. Subcontracts The Supplier shall not be allowed to sublet and award subcontracts under this Contract.
24. Delays in the Supplier’s Performance
24.1
Delivery of the goods shall be made by the Supplier in accordance with the time schedule/supply schedule prescribed by the Purchaser in the Schedule of Requirements.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
29
24.2
If at any time during performance of the Contract, the Supplier encounters conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by an amendment to the Contract.
25. Liquidated Damages & Penalties
24.3
Except as provided under GCC Clause 24, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages as prescribed in the SCC, unless the parties to this contract mutually agree for extension of time.
Subject to GCC Clause 25, if the Supplier fails to deliver any or all of the Goods or to perform the Services within the period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in SCC. Once the maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause 26. Applicable rate for penalties in case of a breach of contract by the supplier regarding delivery of Goods is specified in the Supply Schedule in Part-II: Section-III.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
30
26. Termination for Default
The Purchaser, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract as mentioned in the SCC 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 Supply Schedule in Part-II: Section-III of the Standard Bidding Documents within the period specified in and subsequent purchase order, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 24; or
(b) if the Supplier fails to perform any other obligation(s) under the Contract.
(c) if the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.
For the purpose of this clause Corrupt and fraudulent practices means:
the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official or the supplier or contractor in the procurement process or in contract execution to the detriment of the Procuring agencies; or misrepresentation of facts in order to influence a procurement process or the execution of a contract, collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring agencies of the benefits of free and open competition and any request for, or solicitation of anything of value by any public official in the course of the exercise of his duty.
27. Force Majeure 27.1
Notwithstanding the provisions of GCC Clauses 24, 25 & 26, the Supplier shall not be liable for forfeiture of its Performance Guaranty, or termination/ blacklisting for default if and to the extent that it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to mis-planning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes.
27.2
If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing with sufficient and valid evidence of such condition and the cause thereof. The Purchaser shall examine the merits of the case and all reasonable alternative means for completion of purchase order under the Contract and inform the Supplier of its findings promptly.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
31
27.3
Unless Purchaser informs the Supplier in writing of its agreement on the application of force majeure, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event.
28. Termination for Insolvency
The Purchaser may at any time terminate the Contract by giving written notice of one month time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be without compensation to the Supplier, provided that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties.
29. Termination for Convenience
29.1
The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in whole or in part, at any time for its convenience. The notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.
29.2
The Goods that are complete and ready for shipment within thirty (30) days after the Supplier’s receipt of notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect: (a) to have any portion completed and delivered at the
Contract terms and prices; and/or (b) to cancel the remainder and pay to the Supplier an
agreed amount for partially completed Goods and Services and for materials and parts previously procured by the Supplier.
30. Arbitration and Resolution of Disputes
30.1
The Purchaser and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract.
30.2
If, after thirty (30) days from the commencement of such informal negotiations, the Purchaser and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration.
30.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration under the Arbitration Act of 1940 (As amended from time to time) in a court of relevant jurisdiction as mentioned in the SCC.
31. Governing Language
The Contract shall be written in English language. Subject to GCC Clause 32, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
32
written in English. 32. Applicable Law
This Contract shall be governed by the Laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction.
33. Notices
33.1
Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and on the others address specified in SCC.
33.2
A notice shall be effective when delivered or on the notice’s effective date, whichever is later.
34.Taxes & Duties
All taxation, whether International, Federal, Provincial or Local, shall be borne by the Supplier.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
33
Part-Two: Variable Conditions of Contract
Section-I: Procurement Specific Provisions
Invitation For Bids (IFB).................................................................................................................. 45
Bid Data Sheet (BDS)..................................................................................................................... 47
Special Conditions of Contract (SCC)........................................................................................... 51
Section-II: Evaluation Criteria
Technical Evaluation Criteria.......................................................................................................... 56
Financial Evaluation Criteria............................................................................................................ 58
Annex-I List of Bio-Medical Equipment …………….…………………………………………………………..
59
Section-III: Schedule of Requirements
Supply Schedules............................................................................................................................ 91
Technical Specifications & Ancilliary Services................................................................................
92
Section-IV: Standard Forms............................................................................................................
98
Annex-II - List of Documents to be attached 112
Annex - III - Bid Evaluation Proforma (Attached separately in MS Excel format)
Section-V: Eligible Countries..........................................................................................................
114
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
34
Invitation For Bids (IFB)
Procurement of Equipment
For QHAMC Nowshera
Under National Competitive Bidding (NCB)
1. The Office of the Hospital Director Qazi Hussain Ahmad Medical Complex Nowshera Khyber Pakhtunkhwa invites sealed bids under National Competitive Bidding from highly reputed national and international manufacturers and authorized/sole agents for procuring high quality equipment to meet the requirements of the Districts, through Single Stage–Two Envelopes bidding procedure as under KPK Procurement rule 2014. 2. Detailed description and quantities of Bio-Medical equipment are included in the in Part-Two: Section-IV of the Standard Bidding Documents which can be obtained from the office of Hospital Director QHAMC Nowshera. 3. A Pre-Bid Meeting will be held on 25-4-2019 at 10:00 A.M in the office of the undersigned. The bidders are directed to thoroughly study the Standard Bidding Documents before the Pre-Bid meeting for any clarification of their queries during the said meeting.
4. Bids must be delivered at the address given below at or before 10.00 hours on 03-05-2019 which shall be opened at 11.00 A.M on the same day in the presence of the bidders or their authorized representatives, who choose to attend.
5. Firms, shall submit the Bid Security in an envelope along with the financial bids in the shape of Pay Order (PO)/Demand Draft (DD)/Call Deposit Receipt (CDR) equal to 2% of their bid amount. The bidders shall also submit an undertaking in their Technical Bids that the requisite Bid Security is included in their Financial Bid. Late bids will be treated as non-responsive.
6. The Bidders are requested to give their best and final price for the quoted equipment as per the Specifications in Part-Two: Section-IV of the Standard Bidding Documents as no negotiations on the price are allowed. The bids must be valid up to 30-06-2019 extendible for another financial year through mutual consent.
Note: The purchase committee has the authority to accept or reject bid at any stage of process by
assigning reason under Rule 47 of the Khyber Pakhtunkhwa Public Procurement Regulatory
Authority (KPPRA) Procurement Rules 2014.
Address of Pre-Bid Meeting & Bid Submission/Opening:
Hospital Director QHAMC Nowshera
Telephone(s) 0923-644824 Web: WWW. NMCN.EDU.PK
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
35
“CORRIGENDUM”
With reference to our Tender notice for Procurement of
Medical Equipments and instruments floated Vide No INF (P) 1709/19 dated on
22/4/2019.The date for submission of Tender is extended up to 15-5-2019
instead of 03/05/2019.
Rest of all terms & conditions remain the same.
HOSPITAL DIRECTOR Qazi Hussain Ahmad Medical Complex (MTI) Nowshera
Mardan Road near Kabul River Nowshera
Website: www.nmcn.edu.pk PH: 0923-9220414
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
36
Part Two
Section I: Procurement Specific Provisions
Bid Data Sheet
ITB Ref Description Detail
ITB Clause 1.1 Bid reference number Hospital Director QHAMC Nowshera
ITB Clause 2.1 Name of Client & source of funds Government of Khyber Pakhtunkhwa
ITB Clause 3.1 Name of Goods Medical Equipment, Instruments,
ITB Clause 3.1 Equipment Sale License Medical Equipment
ITB Clause 6.1 Commencement date of downloading/provision of Bidding Document
ITB Clause 6.1 Closing date of Bid
ITB Clause 7 Bidding for Selective Items
No
ITB Clause 9.1 Bidding procedure Single Stage Two Envelop Procedure
ITB Clause 9.2 Method determining the Lowest Evaluated Responsive Bidder
• Annex A (Merit Point Evaluation Equipments)
• Annex B (Merit Point Evaluation Instruments)
ITB Clause 11.1
Clarification(s) on Bidding Documents
Qazi Hussain Ahmad Medical Complex Nowshera
ITB Clause 12 Pre-Bid meeting date, time and venue
25-4-2019 at 10:00 AM Qazi Hussain Ahmad Medical Complex Nowshera
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
37
ITB Clause 13 Language of bid English
ITB Clause 14.2
Specific Description of Goods in the Bidding Documents
Separate quotations shall be submitted for each Annex as mentioned in Annex-I, Annex-IIof Part-II: Section-II of the Standard Bidding Documents.
ITB Clause 15.4
Bid Price Bid Price shall be inclusive of all
duties and taxes.
ITB Clause 16 Currency of Bid PKR
ITB Clause 18.1
Name of the Bid Form(s) Primary Documents
• Bid Cover sheet
• Bid form-1
• Bid form-2
• Bid Form 3(A) for manufacturer
• Bid Form 3(B) for importer
• Bid Form-4
• Bid Form-5
Failure to submit Bid Forms shall render the bidders non-responsive.
ITB Clause 18.2
Technical Bid Proformas Sample Bid Evaluation Proforma: Suppliers of Bio-Medical Equipment The said Proforma should be filled by the bidder to facilitate the evaluators. This is not part of the Standard Bidding Documents
ITB Clause 19.1
Documents required in the Technical & Financial Evaluation Criteria and requisite Bid Forms
Secondary Documents
• Product Conformance Certifications
• Product Performance Certifications
• Firm’s Legal Status Certificates
• Firm’s Taxation Certificates
• Firm’s Technical Resource Certificates
• Firm’s Networking Documents
• Firm’s Warranty Certificates
• Firm’s Post-Warranty Maintenance Certificates
ITB Clause 20 Amount of Bid Security / Earnest Money
The Bidder shall furnish, as part of its bid, a Bid Security/Earnest Money equivalent to 2% of the bid price in the name of District Health Officer, Peshawar and 5% of un-registered/not – prequalified bidders
ITB Clause 21 Bid validity period Till 30th June 2019 extendible for another financial year through mutual consent.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
38
ITB Clause 25 Last date and time for the receipt of bidding document
ITB Clause 28 Date, time and venue of opening of technical bids
03-05-2019 at 10.00 am Qazi Hussain Ahmad Medical Complex Nowshera
ITB Clause 41 Duration of Contract For the Financial Year 2018-19
ITB Clause 44 Performance Guaranty / Performance Security
The Performance Security shall be 10% of the total contract price quoted and shall be submitted in the name of Qazi Hussain Ahmad Medical Complex Nowshera
Part-Two
Section I: Procurement Specific Provisions
Special Conditions of Contract
Table of Clauses 1. Definitions (GCC Clause 1) .................................................................... …………….51
2. Country of Origin (GCC Clause 3) .................................................................. ………51
3. Standards regarding Performance&Coinformance..…………………….…………….51
4. Performance Security (GCC Clause 7) ......................................................... ……….51
5. Inspections and Tests (GCCClause10)………………………………………51
6. Packing (GCC Clause 11) ..................................................................... ……………..52
7. Delivery and Documents (GCC Clause 12)……………………………………………52
8. Insurance (GCC Clause 13) ..................................................................................... 52
9. Warranty (GCC Clause 17) ....................................................................................... 52
10. Payment (GCC Clause 18) ...................................................................................... 53
11. Liquidated Damages & Penalties (GCC Clause 25) ................................................ 53
12. Resolution of Disputes (GCC Clause 30) ................................................................ 54
13. Governing Language (GCC Clause 31) .................................................................. 54
14.Applicable..Law...(GCC Clause 33)….………………………………………..………54
15.Notices (GCC Clause 34)…….….…………………………..……………………………….54
Special Conditions of Contract
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
39
The following Special Conditions of Contract shall supplement the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses. 1. Definitions (GCC Clause 1)
GCC 1.1 (c)—The Goods are: Bio-Medical Equipment Hospital Supplies GCC 1.1 (g)—The Purchaser is: _____________________________ GCC 1.1 (h)—The Supplier is: ________________________________
2. Country of Origin (GCC Clause 3) All countries and territories as indicated in Part Two: Section V of the Standard Bidding Documents, “Eligibility for the Provisions of Goods, Works, and Services.”
3. Standards (GCC Clause 4)
GCC 4.1 — The quoted product, at the time of delivery, shall conform to the standards as prescribed in the Technical Evaluation Criteria. The said conformance shall lead to subsequent issuance of the Acceptance Certificate to the Supplier by the Purchaser.
4. Performance Security (GCC Clause 7)
GCC 7.1 — the amount of performance security, as a percentage of the Contract Price, shall be: Ten (10) percent of the Contract Price [The following provision shall be used in the case of Goods having warranty obligations.] GCC 7.4 — after delivery and acceptance of the Goods, the Performance Security shall be returned after successful completion of the contract in accordance with Warranty Clause GCC 17.1.
5. Inspections and Tests (GCC Clause 10) GCC 10.3—Inspection and tests prior to delivery/shipment of Goods and at final acceptance are as follows: Final Acceptance by the Head of Health Institution, Health Department, Khyber Pakhtunkhwa. Inspections & tests may include re-verification of any quality or manufacturing aspect from vendor or manufacturer by the Purchaser in the form of either a test run or production of an industrial process certificate or a Performance Certificate from the previous clients if the Purchaser feels that sufficient time has elapsed between the manufacturer’s pre-qualification/preliminary assessment and bid evaluation.
6. Packing (GCC Clause 11)
Applicable as required by the Purchaser.
7. Delivery and Documents (GCC Clause 12) GCC Clause 12.1—Delivery/Supply Period of the intended goods shall be 90 Days for
Imported Goods and 60 Days for Local Goods GCC 12.2—In case of Import or as required otherwise, upon shipment, the Supplier shall notify the Purchaser the full details of the shipment, including Contract number, description of Goods, quantity and usual transport document. The Supplier shall mail the following documents to the Purchaser:
(i) Copies of the Supplier’s invoice showing Goods’ description, quantity, unit price,
and total amount; (ii) original and two copies of the usual transport document (for example, a negotiable
bill of lading, a non-negotiable sea waybill, an inland waterway document, an air waybill, a railway consignment note, a road consignment note, or a multimodal transport document) which the buyer may require to take the goods;
(iii) Copies of the packing list identifying contents of each package; (iv) Insurance certificate;
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
40
(v) Manufacturer’s or Supplier’s warranty certificate; (vi) Inspection certificate, issued by the nominated inspection agency, and the
Supplier’s factory inspection report; and (vii) Certificate of origin. GCC 12.2— Applicable Delivery Mode: Delivered Duty Paid (DDP) of Incoterms 2014
8. Insurance (GCC Clause 13) GCC 13.1— The Goods supplied under the Contract shall be Delivered Duty Paid (DDP) under which all the risk is transferred to the buyer / concerned Health Institution only after the intended goods have been delivered to their desired destination. Hence, insurance coverage is seller’s responsibility for arranging appropriate coverage.
9. Spare Parts (GCC Clause 16)
After sale, service with spare parts shall be 5 years, where applicable. (a) If cost is up to Rs. 2-3 million, 1% of the approved cost per year will be given to the firm. (b) If cost is above Rs. 3 millions, 0.5% of approved cost per year will be given to the firm. Note: The conditions (a) & (b) will be subject to mutual agreement.
10. Warranty (GCC Clause 17)
GCC 17.2—Warranty with repair & spare parts shall be three (3) years. The Supplier shall, in addition, comply with the guarantees associated with the performance and/or conformance specifications specified under the Contract. If, for reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall, at its discretion, either: (a) make such changes, modifications, and/or additions to the Goods or any part
thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance / conformance tests in accordance with GCC Clause 10,
or
(b) Pay liquidated damages to the Purchaser with respect to the failure to meet the contractual guarantees. The rate of these liquidated damages shall be 0.05% per day or 0.5% per week upto a maximum of 10%.of the total Contract price.
11. Payment (GCC Clause 18)
GCC 18.1—The method and conditions of payment to be made to the Supplier under this Contract shall be as follows: Payment for Goods supplied: Payment shall be made in Pak. Rupees through crossed cheques in the following manner: (i) On Delivery: Eighty (80) percent of the Contract Price of the Goods shall be paid
to supplier within thirty (30) days after delivery of intended goods at destination upon submission of documents specified in GCC Clause 12.
(iii) On Acceptance: Twenty (20) percent of the Contract Price of Goods received
shall be paid within thirty (30) days of receipt of the Goods upon submission of claim duly supported by an Acceptance Certificate issued by the Purchaser/ concerned Procuring Entity.
In case of an import, payment of local currency portion shall be made in Pak Rupees within thirty (30) days of presentation of claim supported by a Certificate from the
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
41
Purchaser declaring that the Goods have been delivered and accepted and that all other contracted Services have been performed.
12. Liquidated Damages & Penalties (GCC Clause 25) GCC 25.1—Applicable rate: 0.5% per week or 0.05% per day of the total Contract price Maximum deduction: ≤ 10% of the total contract amount.
13. Termination of Contract (GCC Clause 26): GCC 26.1 —After exhausting all the delivery period as provided in the Supply Schedule
in Part-II: Section-III of the Standard Bidding Documents and still failing to supply the intended goods, the Purchaser may terminate the Contract for default of the supplier, and procure the non-supplied goods at supplier’s risk and cost from the open market, and shall enforce Supplier’s Performance security.
14. Disputes Resolution (GCC Clause 31)
GCC 31.3—the dispute resolution mechanism to be applied pursuant to GCC Clause 31.2 shall be as follows:
In the case of a dispute between the Purchaser and the Supplier, the dispute shall be referred to adjudication or arbitration in accordance with The Arbitration Act 1940. The jurisdiction of Court shall be of Peshawar, Khyber Pakhtunkhwa.
15. Governing Language (GCC Clause 31)
GCC 31.1—The Governing Language shall be: English
16. Applicable Law (GCC Clause 32) GCC 32.1-The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan which includes the following legislation:
• NWFP Procurement of Goods, Works & Consulting Services Ordinance 2002
• NWFP Procurement of Goods, Works & Services Rules 2014
• The Drug Act 1976
• The Arbitration Act 1940
• The Contract Act 1876
• The Employment of Children (ECA) Act 1991
• The Bonded Labour System (Abolition) Act of 1992
• The Factories Act 1934 16. Notices (GCC Clause 33)
GCC 33.1—Purchaser’s address for notice purposes: Qazi Hussain Ahmad Medical Complex Nowshera Telephone(s): 0923-644824 Fax 0923-9220323
Website: WWW.NMCN.EDU.PK Supplier’s address for notice purposes: _______________________________
17. Duties & Taxes (GCC clause 34) The Unit price quoted by the bidder shall be inclusive of all duties and taxes.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
42
SECTION-II
Evaluation Criteria
Equipments
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
43
Evaluation Criteria for Procurement of Equipment: Annex=A
Attention: The bidders must carefully read the instructions in the Bid Data Sheet
&Special Conditions of Contract in Section-I and in the Evaluation Criteria in Section-II of the SBDs to submit the requisite documents in the sequence indicated in the Evaluation Criteria as per their Serial Number below and must place the said documents by creating nine sections in their Technical Bids for evaluation purpose. All the supporting documents must be attested “with Office Seal” by the Chief Executive of the firm. Non-compliance to the stated instruction may lead to their technical disqualification. (Technical Evaluation Marks: 70)
S #
Parameters Sub-parameters Total Marks:
45 Product Evaluation
Conformance Specifications
1
Compliance to Purchaser's Specifications
25
Fully compliant with the required specifications 25
Compliant with minor deviation (up to 10% subject to main function is not effected)
20
2 Special features 1
Any special features which may enhance the intended performance of the equipment
1
3 Product Certification
9
USFDA US Food and Drug Administration (FDA) 510K 3
CE(MDD) • European Community (CE) MDD 3
JIS • Japan Industrial Standard (JIS) 3
Performance Specifications
4
Product’s Global Performance Certificates
04
• Association for the Advancement of Medical Instrumentation (AAMI),
• International Certification Commission (ICC),
• The United States Certification Commission (USCC).
• Any other Certification i.e
Worldwide satisfactory performance certificates from the medical institutions or the globally recognized Certification Bodies (other than Pakistan)
(1 mark for each certificate up to maximum 4) verified by the relevant clients / certification bodies
4
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
44
ISO
5 Product’s Local Performance
6
Public Sector
One Satisfactory Performance Certificate for each quoted equipment from the Public Sector and Medical institutions within Pakistan (1 marks for each certificate up to maximum 6)
6
Firm Evaluation
Total Marks:
25
6 Legal Requirement 3
Manufacturer Authorization Certificate, or
Partnership Deed with manufacturer
1
Sales Tax Registration from FBR, Islamabad 1
IT-1 or IT-2 Form showing net annual sales 1
7 Technical Staff 4
Simple Technician 1
Diploma Engineer 1
Graduate Engineers (For High Tech / Critical equipment).
1
M.Sc / PhD qualification / Foreign training 1
8 Networking and Training
3
Supplier’s office for maintenance and 24/7 support
Detail of Networking setup in Peshawar 2
Certificate to the affect that the firm will provide training in the use of equipment to the relevant technical staff. Training plan must be attached with certificate
1
9
Testing & Calibration Equipment
2
List of tools , testing equipment and calibration equipment relevant to the product
1
Spare Parts readily availability (Inventory list) 1
10 Warranty Period Extension
8
Extension free of cost (the firm offering greater period will get the marks). Warranty must be from original manufacturer
8
11
Post warranty Maintenance Services
5
Post warranty maintenance contract, including 5
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
45
service and parts, rates (companies to offer percentage (%) of the contract value in the technical bid. The lowest will get the full marks. The rates must come from the original manufacturer
Total Marks in Technical Criteria: 70, Qualifying Percentage in Technical Criteria: 70%, Qualifying Marks: 49 Financial Criteria (30 Marks):
S # Parameters Sub-Parameters
Total Marks:
30
Price 30
Lowest Price will get full marks.
The formula to calculate the marks for the price submitted is: [Lowest Price (Fm)/Price of Bid under consideration (F)] x100 x 0.30
30
Total Marks (Technical Criteria + Financial Criteria): 100
The bidders achieving a minimum of 49 marks (i.e., 70%) out of 70 marks in the
Technical Evaluation will be declared technically qualified. Financial bids of only
technically qualified bidders will be opened publicly at the time to be announced by the
Procuring Agency. The Financial Bids of technically disqualified bidders will be
returned un-opened to the respective Bidders. After getting the financial score from the
remaining 30 marks, the two scores will be combined to identify the highest ranking
firm.
Merit Point Evaluation Methodology: Contract will be awarded to the lowest evaluated responsive firm which gets the maximum marks and becomes the highest ranking in the Combined Evaluation calculated through the Merit Point Average Methodology which puts greater emphasis on non-price factors like stringent global certifications on Conformance Specifications (i.e., meeting the required technical specifications), Performance Specifications (i.e., meeting the requirements the product is designed for) leading to customer satisfaction verification, certifications of the technical staff, provision of maintenance & services, provision of training on equipment and post-warranty services etc. The following weight ages will be given to the technical and financial scores:
Technical Score: 70 Financial Score: 30
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
46
Annex-2 Evaluation Criteria for Procurement of Instrument Sets.
S. No.
Parameters Detail Total Marks
Remarks
1 Past Performance (Last one year) As per signed Bid Form 4
Major institutions served:
i No institution served 0
ii 1 5
iii 2 to 3 10
iii 4 to 5 15
15 Institutions include government departments.
2 Market experience in quoted items
i 1 - 3 years 3
ii 4 - 5 years 4
iii Above 5 years 5
5 As a minimum requirement, during any of the last three years, he must have completed at least one contract involving the supply, of similar Goods and each at least 50 % of comparable scale.
3 Financial Status
i
Income Tax Return (Last year) 5
ii Sales Tax Return (Last year) 5
10 The bidder must submit Income Tax & Sales Tax returns for the last year.
4 Product Sample Goods Samples will be examined & accepted by the Technical & Evaluation Committee as per the following parameters:
• Consistency in quality
• Durability
i Excellent 10
ii Good 8
iii Satisfactory 6
iv Unsatisfactory 0
10 Product that 100% comply with the advertised specifications will be considered for evaluation
Total marks: 40 Qualifying marks: 70% (28).The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring Agency and the financial bids found technically non-responsive shall be returned un-opened to the respective Bidders. Lowest priced bid from technically qualified bidder will be accepted.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
47
Revised Specification list of Peads Surgery List of Medical Equipment
Item Name Specification Quantity
Colonoscope Optical System
Field of View--------145 degrees
Optical system
Direction of View---Forward view
Depth of Field-------30—100mm
Distal end
Outer Diameter----9.5mm
Insertion Tube
Bending Section
Angulations Range
Insertion Tube Outer Diameter --------9.2mm
Working Length-------------------------1030mm
Total Length-----------------------------1355mm
Inner Diameter-------------------------2.8mm
Minimum Visible Distance----------3mm from
Distal End
Instrument Channel
Endo-Therapy accessory
Entrance/Exit Position in the field of View
Field of View----------------------------145
Optical System
Direction of view -----------Forward View
Depth of Field --------------3-100 mm
Distal End
Outer Diameter ------------13.2mm
Distal End Enlarged
Bending Section
Angulation range
Note: Dimensions may be more or less according to
manufacturer’s specifications
Selection will be demo-based
Manufacturers both of video-system and fibre-optic system are
eligible
Pg------(2) Insertion tube Outer Diameter 12.8
Working Length
L:1680mm,l:1330mm
Total Length
L:1995, l:1645mm
Inner Diameter 3.7mm
Minimum visible 4mm from distal end
Distant
Instrument Channel
Endo-Therapy accessory entrance/exit
Position in field of view
Size
Camera Head
Dimension
27(w)X29(ll)X41(L)mm
Weight-------------------------------40g
Cable------------------------------5.2mmX3.76mm
Cleaning/Disinfection/Sterilization----------------Immersible in
Disinfectant solution
Compatible with ethylene oxide
Note: Dimensions may be more or less according to
manufacturer’s specifications
Selection will be demo-based
Manufacturers both of video-system and fibre-optic system are
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
48
eligible
Pg-------3 SPECIFICATION OF Enteroscope
Field of View 140
Optical System
Direction of View Forwarding Direction
Depth of field 3 to 100 mm
Distal End
Outer Diameter 9.2mm
Insertion tube
Outer Diameter 9.2mm
Bending section
Angular range
Up 180, Down 180, Right 160, Left 160
Total Length 2,345
Inner Diameter 2.8mm
Instrumental Channel
Minimum visible distance 3 mm from distal end
Note: Dimensions may be more or less according to
manufacturer’s specifications
Selection will be demo-based
Manufacturers both of video-system and fibre-optic system are
eligible
PG-----4 Pedisatric video colonoscope
• Full screen display size
• Slim 11.6 mm diameter Diameter: 11.6mm
• Working length: 170 cm
• Instrumental Channel: 3.8 mm
• Field of view: 140 degree
• Angulations rage: Up:180, Down 180, Right 160,Left 160
• Snares and biopsy forceps
Pg-----5 Specification for endo-trainer for Pediatric surgery
Laparoscopic Virtual Endo Trainer Set
Endo trainer Blunt Grasper
Instrument
Endo Trainer Maryland
instrument
Endo Trainer Needle
Holder
Endo trainer scissor
Power Supply
110v
240 v
Frequency
50—60 Hz
Pg____6 Specification Of Gastroscope
Field Of View
Normal 140o
Near 140
Optical System
Direction Of View Forward Viewing
Depth Of Field
Normal 5-100 Mm
Near 2-6mm
Distal End Outer Diameter 9.9mm
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
49
Insertion Section
Insertion Tube Outer Diameter 9.9mm
Working Length 1030mm
Channel Inner Diameter 2.8mm
Instrumental Channel
Minimum Visible Distance 3.0 Mm From The Distal End
Up 210o
Down 90
Bending section
Angulations range
Right 100
Left 100
Total Length 1350 mm
system
Video system center
Xenon light source
Pg-------7 PEDIATRIC OESOPHAGEAL DILATEORS
Dilators of different sizes with guide wire and box with washer
Pg-------8 Sking Graft Mesher
Complete W/Four cutters
Auto clave case
skin graft Mesher Ratchet Handle
skin graft Mesher Manual
Skin graft Mesher Cutter
1.5:1Expansion ration
2:1 Expansion ratio
3:1 Expansion ratio
4:1 Expansion ratio
Skin graft Mesher: Carrier(100 in Number)
Dermacarriers length 8 in (20.3 cm)
Dermacarriers length 16 in (40.6 cm)
Electric dermatome
Electric dermatome complete kit
Electric dermatome hand piece
Autoclave case
Accessories
Dermatome blades
Dermatome screwdriver
Width Plate, 1 in .(2.5cm)
Width Plate, 1.5 in .(3.8cm)
Width Plate, 2 in .(5.1cm)
Width Plate, 3 in. (7.6cm)
Width Plate, 4 in .(10.2cm)
Electric Dermatome Manual
Power supply
Note: Dimensions can vary
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
50
S.NO Tender
name
Specification Qty
Pg-9 Pediatric
thermal
blanket
Active Warming Arm-Cum-Sholder Section,
Pair Of Leg Segments And 1 Double Segment To
Cover The Entire Body
Size Double Segment: (30-35)Cmx(67-70)Cm
Arm & Shoulder Section:(130-135)cmX(25-30)cm
Leg Segment:(30-35)cmX (50-55)cm
Double segment and arm cum shoulder segment should
have two temperature sensors each for precise
temperature control
Double segment and arm cum shoulder segment should
be divided in two sections capable of being switched
On or OFF independently depending upon the nature of
surgery and condition of patient.
Should have a control unit to regulate warmth to every
area precisely by use of carbon fibers
Control unit should be capable of warming at least
three segments at a time.
Should offer precise digital temperature control with
selectable temperature range of 30 to 40o c in steps of
0.5o C control panel should display intended and actual
temperature
Should have safety features such as Automatic check,
precise temperature control between warming system
and patient, Auto stop on detecting any problem
Should have non Latex anti-Bacterially coated, blood
and fluid resistant covers
Cover should be washable, autoclavable and
replaceable
The control unit should be light weight not more than
2.5 kg, small in size(25X10X20 cm approx) and easily
attachable to IV rod/OT table with fixing claw.
Should have low energy consumption and noiseless
operation
Note: Dimensions can vary
2(set)
Pg--10 Pediatric
Laparosc
opy set
1. Optical Veress pneumoperitoneum Needles
Telescope-Dia 3.2mm
a) With spring action blunt stylet
b) With insuffulation stopcock
c) Diameter 3.2
d) Length 17.5 cms
e) With telescope lock for use with miniature
telescope
2. Miniature telescope
a) 0 degree
b) Diamter—2mm
c) Length---20cms
d) Autoclavable
e) With fibre optic light Transmission
3. Verses Pneumoperitoenum Needle
a) With spring action blund stylet
b) With insuffulation stopcock
4. Telescope
a) 0 Degree
b) 2.4 mm diameter
c) Length—18 cms
d) Autoclavable
e) Fiber Optic light transmission
5. Telescope(pg—11)
a) 0 Degree
b) 5 mm diameter
1 set
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
51
c) Length—24 cms
d) Autoclavable
e) Fiber Optic light transmission
6. Telescope
a) 30 degree
f) 5 mm diameter
g) Length—24 cms
h) Autoclavable
i) Fiber Optic light transmission
7. Trocar-3
a) Diameter---2.5
b) Working length—4cm
c) With pyramid tip
d) Cannulla with luerlock connector
e) Silicone leaflet valve
8. Trocar-3
a) Diameter---6mm
b) Working length—8.5
c) With pyramid tip
d) Cannulla with luerlock connector
e) Silicone leaflet valve
9. Trocar-2
a) Diameter---6mm
b) Working length 8.5cms
c) Cannulla with luerlock connector
d) Silicone leaflet valve
e) With blunt tip
10. Trocar-2
a) Diameter –6mm
b) With pyramid tip
c) Cannulla with luerlock connector
d) Silicone leaflet valve
e) Working length—5cms
11. Trocar-2
a) Diameter –3.5
b) With pyramid tip
c) Cannulla with luerlock connector
d) Silicone leaflet valve
e) Working length—10cms
12. Trocar-2
a) Diameter –3.5
b) With pyramid tip
c) Cannulla with luerlock connector
d) Silicone leaflet valve
e) Working length—5cms
13. Trocar-2
a) Diameter –10-11mm
b) Pyramid tip
c) Working length—8.5-10 cms
Reduction sleeve Reusable ,
instrument size 5 mm,Trocar
14. Reduction Sleeve
Canula size 11mm
15. Reduction sleeve, reusable, instrument size 3
mm, trocar canula size 6 mm
16. Kelly Dissecting and grasping forceps(PG—11)
a) Length—20 cms
b) Diameter -3 mm
c) Double action jaws
d) Curved blades--- Blade length 14 mm
17. Kelly Dissecting and grasping forceps
a) Length—30 cms
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
52
b) Diameter -3 mm
c) Double action jaws
d) Curved blades--- Blade length 10 mm
18. Kelly Dissecting and grasping forceps
a) Length—30 cms
b) Diameter -3 mm
c) Double action jaws
d) Right angled blades--- Blade length 14
mm
19. Grasping forceps
a) Length—30cms
b) Diameter—3mm
c) Single action jaws
d) Atraumatic serrations
e) Fenestrated
f) Blade length—16mm
20. Grasping forceps
a) Length—30cms
b) Diameter—3mm
c) Double action jaws
d) Atraumatic serrations
e) Fenestrated
f) Blade length—11mm
21. Grasping forceps
a) Length—30cms
b) Diameter—3mm
c) Double action jaws
d) Atraumatic serrations
e) Wavy Serrations
f) Blade length—17mm
22. Babcock Grasping forceps
a) Length—30cms
b) Diameter—3mm
c) Atraumatic
d) Fenestrated
e) Blade length—22mm
23. Bowel grasping forceps
a) Length—30cms
b) Diameter—3mm
c) Double action jaws
d) Atraumatic serrations
e) Fenestrated
f) Blade length—23mm
24. Pyloric spreader and grasping forceps
a) Length—20cms
b) Diameter—3mm
c) Inside and outside serrated jaws
25. Metzenbaum scissors
a) Length—20cms
b) Diameter—2mm
c) Curved scissors
d) Blade Length---6mm
26. Scissors(PG---12)
a) Length—30cms
b) Diameter—3mm
c) Serrated, Curved and conical
d) Blade Length---10mm
27. Scissors
a) Length—30cms
b) Diameter—3mm
c) Serrated,Curved and conical
d) Blade Length---15mm
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
53
28. Scissors
a) Length—30cms
b) Diameter—3mm
c) Blade Length---6mm
d) Micro Hook scissors
29. Pylorotome
a) Length---20cms
b) Diameter—3mm
30. Endotome
a) Length---20cms
b) Diameter—3mm
c) U Spring hand with ratchet
d) Including knife
31. Coagulating and dissecting electrode
a) Length—30cms
b) Diameter—3mm
c) L shaped
d) With connector for unipolar coagulation
32. Coagulating and dissecting electrode
a) Length—20cms
b) Diameter—3mm
c) L shaped
d) With connector for unipolar coagulation
33. Suction and coagulation cannula
a) Length—20cms
b) Diameter—3mm
c) With connector pin for unipolar
coagulation
34. Menghini Liver Biopsy Needle
a) Size—3mm
b) Length—30cms
c) Luer Lock
35. Ultramicro Injection Needle
a) Size—3mm
b) Length—30cms
36. Needle Holder
a) Ultramicro Needle Holder
b) With Tungsten carbide jaws
c) Straight handle
d) With rachet
e) Size—3mm
f) Length—20mm
37. Needle Holder
a) Size—3mm
b) Length—27cms
c) Axial handle with ratchet
d) Straight blade
38. Needle Holder(PG—13)
a) Size—3mm
b) Length—30cms
c) Axial handle with Ratchet
d) Curved Blade
39. Knot Tiers
a) Size—3mm
b) Length—30cms
c) Open End Design
d) Atraumatic
40. Suction irrigation tube
a) Size—3mm
b) Length—30cms
c) With two way stop cock
d) With adapter for use with handles
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
54
41. Single clip applicator for Titanium Clip
Medium Large Clip (Diameter 10mm for)
42. Single clip applicator for Titanium Clip
Medium clips(Diameter 10 mm for)
Note: Dimensions may be more or less according to
manufacturer’s specifications
Selection will be demo-based
Manufacturers both of video-system and fibre-optic
system are eligible
3 Pediatric
surgery
Rigid
Broncho
scopy
1. Bronchoscope Sheath
a) Size 6mm
b) Length-30cms
c) With channel for attachment of
Prismatic Light Deflector
d) Lateral channel for introducing suction
catheters and fines instruments
e) Side channel for ventilation
2. Bronchoscope Sheath
a) Size 4.5mm
b) Length-30cms
c) With channel for attachment of Prismatic Light
Deflector
d) Lateral channel for introducing suction
catheters and fines instruments
e) Side channel for ventilation
3. Bronchoscope Sheath
a) Size 6mm
b) Length-30cms
c) With channel for attachment of Prismatic Light
Deflector
d) Lateral channel for introducing suction
catheters and fines instruments
e) Side channel for ventilation
4. Bronchoscope Adaptor with sliding glass
window plug, sealing cap and lens and keyhole
openings
5. Adaptor for Respirator
6. Rubber Telescope guide
7. Primatic light deflector
a. With connection to fiber optic light
cable
b. Autoclavable
8. Telescope
a) Straight forwards
b) 0 degree
c) Diameter—2.9mm
d) Length-----36 cms
e) Autoclavable
f) With fiber optic light transmission
system
9. Telescope(PG—14)
a) Straight forwards
b) 0 degree
c) Diameter—4mm
d) Autoclavable
e) Fiber Optic light transmission
incorporated
10. Optical Forceps
a) For Pediatric bronchoscopy
b) Alligator jaws for grasping peanuts and
soft foreign bodies
c) With spring action handles
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
55
d) With Fiber Optic light transmission
system
11. Optical Forceps
a) For Pediatric bronchoscopy
b) With 2Xx teeth for grasping coins and
flat objects
c) With fiber optic light transmission
system
12. Forceps
a) With double action jaws
b) Sheath dia---1.5mm
c) Working length—35 cms
13. Forceps
a) With Alligator Jaws
b) Sheath dia—1.5
c) Working length—35 cms
14. Forceps
a) With Alligator Jaws
b) Sheath dia—2mm
c) Working length—45 cms
15. Foreign body basket
a) With ring handle
b) Working length—35 cms
Note: Dimensions may be more or less according to
manufacturer’s specifications
Selection will be demo-based
Manufacturers both of video-system and fibre-optic
system are eligible
Pediatric
Cystosco
pe/Ureht
roscope
1. Telescope-For Neonatal Cystoscopy
a) Miniature size of Neonatal Cystoscopy
b) 0 degree angle of view
c) Length—20 cms
d) Diameter—1.2mm
e) Autoclavable
f) Fiber optic light transmission
2. Cystoscope sheath
a) 8 French Diameter
b) With working channel of 4 Fr
c) With obturator and Luer Lock of suction
irrigation attachments.
3. Cystoscope Sheath
a) 8 French Diameter
b) With working channel 4 Fr for Reflux
Needles
c) With obturator
4. Injection Needle(PG----15)
a) Rigid
b) 3 Fr
c) Should be compatible with cystoscope
sheath
5. Hook Electrode
a) Unipolar
b) 3Fr
6. Grasping Forceps
a) Double action jaws
b) Flexible
c) 3Fr
d) Length—28 cms
7. Knife
a) Triangular Tip
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
56
b) Unipolar
c) 3 Fr
8. With Telescope bridge
9. Pediatric Electrotome Resectoscope sheath
a) 9 Fr
b) Connection tube with luer lock for
irrigation
c) With compatible working element
d) Attachment facility for unipolar cautery
e) Cutting should be by mean of spring
f) In rest Position, the electrode tip should
be inside the sheath.
10. Cutting Loop-10
a) Angled
11. Coagulation Electrode—10
a) Hook shaped
b) With Ball end
12. Protection tube
a) For sterilization and storage of
electrode/curettes/knives
13. Telescope
a) 0 Degree
b) Diameter—2.1
c) 11 Fr
d) Length—18 cms
e) Autoclavable
f) Fiber optic light transmission
14. Pediatric Electro tome Resectoscope
a) Resectoscope Sheath
I. 11 Fr
II. With LuerLock stopcock with
connecting tube
b) Working element compatible with
Resectoscope
15. Cutting Loop
16. Telescope Bridge
17. Coagulation Loop Hook Shaped with ball head
18. Telescope
a) 0 Degree
b) Diameter—2.7 mm
c) Length---18 cms
d) Autoclavable
e) With Fiber Optic light transmission
19. Cystoscope/Urehtroscope sheath
a) 13 Fr
b) Length—14 cms
c) With 4Fr Working channel
d) With obturator
20. Resectoscope
a. Compatible with above mentioned
urethroscope sheath
b. With movable thumb ring
c. Spring loaded action with electrodes
inside the sheath in rest position
21. Telescope bridge
22. Cutting loop
23. Coagulation electrode
Monopolar high frequency cord
Note: Dimensions may be more or less according to
manufacturer’s specifications
Selection will be demo-based
Manufacturers both of video-system and fibre-optic
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
57
system are eligible
Standard
OT
instrume
nt
Pg-16
1. Mixter right angle forceps 5”—4
a) Stainless steel design
b) Non Corrosive
c) Length—5 inch
d) With lock
2. Mixter Right angle forceps 7”--4
a) Stainless steel design
b) Non Corrosive
c) Length—7 inch
d) With lock
3. Burford-Finochietto Rib Spreader—2
a) Small size for neonates Baby
b) Stainless steel
c) Non Corrosive
d) Blades Max—30X45mm
e) Max Spread---140mm
f) Depth—110 mm Deep
4. Burford-Finochietto Rib Spreader—1
a) Medium size for children
b) Stainless steel
c) Non Corrosive
d) Blades Max—15mmX175mm
e) Max Spread---250mm
5. Pediatric Needle Holder—2
a) Stainless steel design
b) Non Corrosive
c) Round, Spring type, with ratchet
d) 12 cms size
6. Pediatric Needle Holder—2
a) Stainless steel design
b) NonCorrosive
c) Round, spring type, with ratchet
d) 14 cms size
7. Pediatric Needle Holder—2
a) Stainless steel design
b) NonCorrosive
c) Round, spring type, with ratchet
d) 12 cms size
8. Pediatric Needle Holder-2
a) Stainless steel design
b) NonCorrosive
c) Right hand type design
d) 14 cms size
9. Pediatric Needle Holder-2
a) Stainless steel Design
b) Non Corrosive
Pg____16
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
58
REVISED SPEC OF ANESTHESIA Anesthesia Machine with Ventilator & Patient Monitor
QTY=08 • Modular Anesthesia machine for three gases O2, N2O and air, with pipeline connections
and reserve cylinder yokes.
• Electronic mixing and monitoring of anesthesia gases (O2, Air and N2O) equipped with
electronic gas mixture (Backup mechanical gas mixture system will be a preferred
option).
• Electronic digital Flow meters with color coded knobs for O2, N2O and air.
• Anesthesia machine should have visual system checklist
• Large antistatic caster wheel with stainless body and brakes on front wheels.
• Overhead shelf for monitor.
• Must have built-in/mounted suction unit which can support Venturi type or Central
vacuum type
• Two or more storage drawers.
• Central piping connection for O2, N2O & air.
• Auxiliary gas delivery system must have O2 and Air mixture function
• Non interchangeable pipeline inlets.
• Pin Indexed yokes for mounting 1 oxygen and 1 Nitrous oxide cylinders.
• Gauges to be provided on the front panel with color coding / electronic for cylinder and
pipeline pressure
• DISS/ NIST Standard pipeline fitting & gauges.
• ACGO outlet with electronic control
• AGSS System Active or Passive
• Selecta Tec type interlocking & interchangeable mounting for two vaporize in line
• Supplied with two vaporizers one each for Isoflurane & Sevoflurane from same
manufacturer.
• System with detachable CO2 absorber.(1.5kg / liter or better) with CO2 bypass function
• Capability for future prediction of anesthesia gas concentration and O2 concentration
• Oxygen failure alarm with N2O cut off (audio / visual).
• Backup for fresh gases flow system
• Oxygen pressure operated pneumatic N2O cut off system (Hypoxic Guard with a
minimal delivery of 25% oxygen/ ORC).
• Audio & Visual alarm
• Built in illumination system.
• Four or more electric connection sockets.
• Either Anaesthesia Machine or patient monitor should have Modular Bispectral index
(BIS), Neuromuscular monitoring NMT as standard.
BUILT IN ANESTHESIA VENTILATOR
• Microprocessor controlled ventilator for Neonates, Pediatrics and adult patients.
• The ventilator should have 15 inch or better touch screen colored display.
• Battery backup for 90 minutes built in or better in working mode.
• Oxygen sensor.
• CO2 bypass function
MODES
• Spontaneous / Manual.
• Volume control ventilation VCV
• PCV
• Cardiac bypass mode
• Pressure support ventilation with apnea backup.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
59
• Synchronizes volume controlled ventilation SIMV with PS
• CPAP ventilation
CONTROLS AND SETTINGS
• Tidal volume Range: 20-1500 ml or better.
• Breathing frequency: 4-80bpm or better.
• I: E Ratio: 1:4- 4:1 or better.
• PEEP: off, 3-30 cmH2O o better
• Pressure (inspired) range 5 ~ 60 cmH2O or better
• Inspiratory pause time: OFF, 5~60% or better
• Pressure support Range” 03 t0 60cm H2O or better.
• Air way pressure, volume and flow waveform
• O2 concentration (FiO2)
• Exhaled Tidal Volume
• Minute Volume
• Display 3 waveform or better : Pressure vs Time, Volume vs Time,
• F-V, P-V, F-P loops
AUDIO AND VISUAL ALARM FUNCTIONS
• High and Low Air way pressure.
• Minute volume.
• O2 Concentration and pressure.
• Apnea.
• Power Fail/Battery Low
ANESTHESIA MONITOR
• Modular Monitor minimum 17 inch or better high resolution color touch LCD/TFT
screen display and monitor should be physically integrated with the anesthesia machine
and modules can be interchanged between anesthesia and monitor i.e. NMT / BIS and
AG module
• Monitors supplied must be of the same Brand and must be compatible with the machine
and ventilator.
• Display up to 10 or more waveform simultaneously and their relevant direct and derived
numerical operation.
• Upper and lower alarm system for all the in use parameters.
• Power 200-240 volts AC with built in battery backup up to 120 minutes
The modules should include.
• 5 lead ECG with automatic ST analysis and arrhythmia analysis.
• Respiration.
• Temperature (2 channels).
• Heart Rate
• Invasive blood pressure (4 channels).
• NIBP measurement.
• AG Module: Airway measurements for End tidal, inspiratory and waveform display for
O2, CO2, N2O, Anesthetic Agent and agent identification for different volatile agents
and MAC.
• IBP measurement
• Monitor should support BIS and NMT
ACCESSORIES
• SPO2 probes both adult and pediatric and neonates 2 (each)
• Temp Probes peripheral and esophageal 2 (each)
• Invasive B.P Lead 4 each
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
60
• Invasive BP disposables domes 10 set (each)
• NIBP cuff ( XL, L, M, S, XS) 2 Each
• BIS accessory 5 pcs each for adult and pediatric
• Service manual original colored in English for Anesthesia machine, ventilator and
monitor.
• Autoclavable breathing circuit with water traps two each for adult & pediatrics.
• Two E type cylinders one each for oxygen and nitrous oxide.
QUALITY:
• Complete system should have Minimum Two Quality Standard Certificates:
FDA (510K)/ CE / JIS (MHLW) Approved
WARRANTY:
• 3 years with parts and 2 years without parts comprehensive warranty
• Extended warranty for 5 Years, only service without parts.
• Disposables to be supplied for a period of 3 years or more on an agreed price, list
of disposables will be decided.
TERMS AND CONDITIONS / SERVICE POLICY:
• Dimensions can vary according to manufacturer specifications
• Selection would be made on demo basis
• Machine / Oblique equipment having additional /extra qualities / functions would
be considered as an additional preference.
• Backup EXTRA UNIT should be available locally
• After sale service provided by vendor, 24/7 support.
• PPM after each four months should be done by the company in the presence of
the hospital biomedical engineer and then labeled.
• Before clinical use, calibration and output checks must be carried out by the
provider (pre-use inspection and function test / demo)
• Technical training to Two Anesthetists and one biomedical engineer at
manufacturer/principal headquarters
• Training session for Anaesthesia technicians / department provided by the
company.
• Company should quote their high end latest model.
• Product local performance will be as per DG Health KPK Evaluation Criteria for
financial year 2018-19.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
61
Infusion Pump (Quantity 06 Required)
Configuration, performance and technical characteristics
STRUCTURE:
Weight no more than 1.45 kg
Visible handle for easy carrying
LCD Display with high visibility
Quick IV sets installation
CONSUMABLE Standard IV seets are compatible with the unit
User-defined configuration possible
GENERAL FEATURES
Operating Modes: Rate mode
Delivery rate 0.1-600ml/h.
VTBI: 0.1-9999ml, step 0.1 ml;
Preset Volume(VTBI): 0.1-9999ml
KVO Rate: 0.5ml/h
Purge Rate: 600ml/h
Bolus Rate: 0.2-600ml/h
Preset bolus volume: 0.1-9999ml
Self-test system
Anti-bolus function. Reduces significantly bolus after occlusion release
Titration function: Available to change the delivery rate during infusion at minimum increment of 0.1ml/h
The bolus accumulation volume and bolus rate shall be displayed
Delivery Accuracy: ±5%
Dynamic cannula pressure displayed on screen;
Multifunction interface: RS232, DC-input, Nurse Call
ALARMS
Acoustic and visible alarm
3 levels alarm, low, medium, high
Alarm including: occlusion, battery empty, VTBI done, syringe empty, syringe disengaed, KVO finish, system error, reminder, battery low, No battery inserted, syringe near empty, standby time expired, etc.
3 Occlusion alarm level: 20kPa, 70kPa, 120kPa
4 Pressure unit selectable: mmHg, kPa, psi, bar
Air bubble alarm size: 50, 100, 250, 500, 800μl
Alarm sound 1-8 levels adjustable
Yellow and red alarm light with different frequency according alarm level
DISPLAY
Screen contrast 1-8 levels adjustable
Delivery rate, current infusion, syringe size, real-time pressure, battery capacity, alarms etc.
POWER SUPPLY: AC100-240V, 50/60HZ
BATTERY
Battery type: Rechargeble Lithium battery
Battery operating time: more than 4 hours@25ml/h
Battery charging time: less than 6 hours for 100%
SAFTY SPECIFICATION
Type of shock protection : Class I, Type CF, defibrillation-proof
Water-Proof Grade : IP34
CERTIFICATION: Minimum two Quality Standard Certifications mandatory: FDA(510K)/ CE /JIS
(MHLW)
QUALITY:
• Complete system should have Minimum Two Quality Standard Certificates:
FDA (510K)/ CE / JIS (MHLW) Approved
WARRANTY:
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
62
• 3 years with parts and 2 years without parts comprehensive warranty
• Extended warranty for 5 Years, only service without parts.
TERMS AND CONDITIONS / SERVICE POLICY:
• Shipment from manufacturing country
• Backup EXTRA UNIT should be available locally
• After sale service provided by vendor, 24/7 support.
• PPM after each four months should be done by the company in the presence of
the hospital biomedical engineer and then labeled.
• Before clinical use, calibration and output checks must be carried out by the
provider (pre-use inspection and function test / demo)
• Technical training to One Anesthetists and one biomedical engineer at
manufacturer/principal headquarters.
• Training session for technicians / department provided by the company.
• Company should quote their high end latest model.
• Product local performance will be as per DG Health KPK Evaluation Criteria for
financial year 2018-19.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
63
Syringe Pump (Quantity 12 Required)
Configuration, performance and technical characteristics
STRUCTURE:
Weight no more than 1.8 kg
Visible handle for easy carrying
Front loading design, allow easy installation of the syringe
Extension line clamp
Large alarm light with visibility at long distance
LCD Display with high visibility
CONSUMABLE
Ability to use syringes of any manufacturers
Supports for syringes size at 5, 10, 20, 30, 50/60 ml
Automatic recognition of syringe size
GENERAL FEATURES
Operating Modes: Rate mode
Delivery rate 0.1-1500ml/h, minimum step of 0.1 ml/h (depending on syringe size)
Preset Volume(VTBI): 0.1-9999ml, minimum step of 0.1ml
KVO Rate: 0.5ml/h
Purge Rate: 5ml syringe: 150ml/h; 10ml syringe: 300ml/h; 20ml syringe: 600ml/h; 30m/50ml/60ml syringe: 800ml/h
Bolus Rate: 0.1-1500ml/h (depending on syringe size)
Preset bolus volume: 0.1-9999ml
Self-test system
Anti-bolus function. Reduces significantly bolus after occlusion release
Fast-start function against the friction force of syringes
Titration function: Available to change the delivery rate during infusion at minimum step of 0.1ml/h
The bolus accumulation volume and bolus rate shall be displayed
Delivery Accuracy: ±2%
Mechanical Accuracy: ±1%
Dynamic cannula pressure displayed on screen;
Multifunction interface: RS232, DC-input, Nurse Call
ALARMS
Acoustic and visible alarm
3 levels alarm, low, medium, high
Alarm including: occlusion, battery empty, VTBI done, syringe empty, syringe disengaged, KVO finish, system error, reminder, battery low, No battery inserted, syringe near empty, standby time expired, etc.
3 Occlusion alarm level: Low 40kPa, Medium 70kPa, High 120kPa
4 Pressure unit selectable: mmHg, kPa, psi, bar
Alarm sound 1-8 levels adjustable
Yellow and red alarm light with different frequency according alarm level
DISPLAY
Screen contrast 1-8 levels adjustable
Delivery rate, current infusion, syringe size, real-time pressure, battery capacity, alarms etc.
POWER SUPPLY: AC100-240V, 50/60HZ
BATTERY
Battery type: Rechargeable Lithium battery
Battery operating time: not less than 6 hours@5ml/h
Battery charging time: less than 5 hours for 100% charging
SAFTY SPECIFICATION
Type of shock protection : Class I, Type CF, defibrillation-proof
Water-Proof Grade : IP34
CERTIFICATION: Minimum two Quality Standard Certifications mandatory: FDA(510K)/ CE /JIS
(MHLW)
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
64
QUALITY:
• Complete system should have Minimum Two Quality Standard Certificates:
FDA (510K)/ CE / JIS (MHLW) Approved
WARRANTY:
• 3 years with parts and 2 years without parts comprehensive warranty
• Extended warranty for 5 Years, only service without parts.
TERMS AND CONDITIONS / SERVICE POLICY:
• Shipment from manufacturing country
• Backup EXTRA UNIT should be available locally
• After sale service provided by vendor, 24/7 support.
• PPM after each four months should be done by the company in the presence of
the hospital biomedical engineer and then labeled.
• Before clinical use, calibration and output checks must be carried out by the
provider (pre-use inspection and function test / demo)
• Technical training to One Anesthetists and one biomedical engineer at
manufacturer/principal headquarters.
• Training session for technicians / department provided by the company.
• Company should quote their high end latest model.
• Product local performance will be as per DG Health KPK Evaluation Criteria for
financial year 2018-19.
High-End Ultraspound Machine for Anaesthesia/ POC/ Regional Techniques/ ICU/
Pain Management
• 15 inch screen (Full touch and seamless design will be preferred)
• 5 or more user defined input gestures if touch screen
• Should support operation with gloves on and screen locking feature for easy cleaning
if touch screen
• Three Active transducer connectors on the main unit for Trans-Thoracic Probes
• Three transducers can work under battery supply
• Continuously track the color flow and automatically adjust the Color box position
and angle in real time scanning for fast and simple vascular exams
• Built-in wireless adapter
• 120GB or more SSD/HDD
• Built-in battery which can support at least 2 hours or more scanning
• Height adjustable Compact Original trolley with retractable power cable assures
tidiness and safeness for transport and storage
• 3 seconds or better boot up from standby with one touch/key press
• Offers direct and fast way to enter and exit full screen image zooming by touch
gesture / key press
• 1000FPS or better
• Max. Depth Display 30 cm or more (probe dependent)
• Prospective cine saving
• DICOM Print/Store/work list/MPPS/Storage commitment/Query Retrieve/SR
• Footswitch
• Linear probe 3- 13 MHz or better
• Convex probe 1.5-5.5MHz or better
• Hockey Stick Probe: 3.5-16 MHz or better
• Pediatric hockey shaped/T-Shaped probe
• Super high frequency linear probe up to 22MHz or better
• Dedicated Software support for Needle Visualization Enhancement
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
65
Optional (Should be quoted Separately):
• TEE Probe 2-8 MHz or better
• Phased Array probe 2-4 MHz or better
QUALITY:
• Complete system should have Minimum Two Quality Standard Certificates:
FDA (510K)/ CE / JIS (MHLW) Approved
WARRANTY:
• 3 years with parts and 2 years without parts comprehensive warranty
• Extended warranty for 5 Years, only service without parts.
TERMS AND CONDITIONS / SERVICE POLICY:
• Dimensions can vary according to manufacturer specifications
• Selection would be made on demo basis
• Machine / Equipment having additional / extra qualities / functions would be
considered as an additional preference.
• Backup EXTRA UNIT should be available locally
• After sale service provided by vendor, 24/7 support.
• PPM after each four months should be done by the company in the presence of
the hospital biomedical engineer and then labeled.
• Before clinical use, calibration and output checks must be carried out by the
provider (pre-use inspection and function test / demo)
• Technical training to Two Anesthetists and one biomedical engineer at
manufacturer/principal headquarters
• Training session for Anaesthesia technicians / department provided by the
company.
• Company should quote their high end latest model.
• Product local performance will be as per DG Health KPK Evaluation Criteria for
financial year 2018-19.
S.NO Name of Equipment Specifications Quanti
ty Justifications
03. NERVE
STIMULATOR
• I
impulse Amplitude: 0.20-5.0mA
Constant current infinitely adjustable
• I
impulse Frequency: 1Hz and 2Hz,
switchable
• I
impulse Width: 0.1msec
•
Impulse Form: Monophasic
rectangular impulse
• D
digital display preferably LCD
• R
resolution: 0.01mA
• A
accuracy: ±10% ± 1Digit
• B
battery: 9volt
• E
electrode cable integrated
• P
plastic case housing
• Foldable Mounting braket
Two
02
One for use in
Operation theatre for
intra op procedures
One for use in pre op
area for pain
management
04. STIMUPLEX
NEEDLES • I
insulated nerve block needle
• W
With exact depth markings
• C
500
Required for
nerve blocks
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
66
crystal clear coating
• W
widely used 30˚ facet bevel
• E
ergonomic hub
• C
compatible with multiple nerve
stimulators
TECHNICAL SPECIFICATION PICCO MONITOR
PiCCO (Pulse Indexed Continuous Cardiac Output) advanced Hemodynamic Monitor
for less invasive continous cardiac output monitoring.
Clinical Purpose: Avance Hemodynamic monitoring with less invasive measurement
of cardiac output and its determinants (Pre load, afrerload, contractility) as well as the
quantification of pulmonary edema.
Septic shock,Cardiogenic shock, Traumatic Shock, ARDS, Severe burn injuries,
Pancreatitis, High risk surgical procedures.
Technical Specification:
➢ Less invasive hemodynamic monitoring of the cardiac output (CO),Extra lung
water and other Hemodynamic parameters, traditionally performed with the
transpulmonary thermo dilution.
➢ 8” TFT (20.32 cm), LCD color Display, capacitive touch screen.
➢ Calibrated real-time cardiac output and stroke volume.
➢ Determination of preload volume and diagnosis of pulmonary edema.
➢ After load, contractility and volume responsiveness.
➢ Monitor weight is not more than 2kg.
➢ AC input 100v to 240v 50HZ to 60 Hz.
➢ Detailed information for easier interpretation and target ranges adaptable.
Measuring Parameters:
• Invasive Blood pressure (apsys, Apdia, CVP and MAP)
• Cardiac Index (CLpc)
• Stroke volume Index (SVI)
• Heart Rate (HR)
• Left heart contractility (dpmx)
• Cardiac Power index (CPI)
• Systemic Vascular Resistance Index (SVRI)
• Stroke Volume Variation (SVV)
• Pulse Pressure Variation (PPV)
• Global End-Diastolic Volume Index (GEDI)
• Cardiac Function Index (CFI)
• Global Ejection Fraction (GEF)
• Extra Vascular Lung Water Index (ELWI)
• Pulmonary Vascular Permeability Index (PVPI)
Accessories: Complete with all standard accessories.
Disposables:
1. PiCCO Catheter 5Fr (16G) and 3Fr(20G)
2. Injectate temperature sensor housing.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
67
List of Items for General ICU
S.No Name of Items Qty Specification
1. BiPaP Machine 2 • Modes:CPaP,Fixed Bi-level,Auto Bi-level
• Display:Clear,Easily visible and user friendly
• Ramp(5-45 mins):Adjustable
• Altitude Adjustment:Automatic
• Pressure Range:4 to 25 cm H2o
• Starting Ramp Pressure: 4 to EPAP, patient
adjustable, 4 to min. EPAP pressure
• Weight: Less than 1.5 Kg
• Filters: Foam and Ultra fine
• Device Setup: LCD/Control Wheel/Push button
Should have data storage capacity and ability to
transfer to data to PC or to HIS/LIS
• Electrical Requirements: 240 ± 10 Volts, 50/60
Hz
• Humidifier system
• Masks with complete patient friendly harness
and tubing/connections
• Warranty: 2 years replacement warranty and 3
years without replacement comprehensive
warranty.
• Before clinical use, calibration and output
checks must be carried out by the provider
(pre-use inspection and function test /
demo)
• Technical training to Doctors
and Paramedical Staff to be provided by the
company.
• Company should quote their high end
latest model.
• Quality: Complete system should have
minimum two Quality Standard
Certificates: FDA(SlOK)1 CE IJIS (MHLW)
2. CiPaP Machine 2 • Modes: Fixed CPaP, Auto Trial, Auto Check
• Display: Clear, Easily visible and user friendly
• Ramp(5-45 mins): Adjustable
• Altitude Adjustment: Automatic
• Pressure Range: 4 to 20 cm H20
• Ramp time: 0 to 45 mins (5-min increments)
• Starting Ramp Pressure: 4 to CPAP, patient
adjustable, 4 to min. pressure
• Weight: Less than 1.5 Kg
• Filters: Foam and Ultra fine
• Device Setup: LCD/Control Wheel/Push button
Should have data storage capacity and ability to
transfer to data to PC or to HIS/LIS
• Electrical Requirements: 240 ± 10 Volts, 50/60
Hz
• Humidifier system
• Masks with complete patient friendly harness
and tubing/connections
• Warranty: 2 years replacement warranty and 3
years without replacement comprehensive
warranty .
• Before clinical use, calibration and output
checks must be carried out by the provider
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
68
(pre-use inspection and function test /
demo)
• Technical training to Doctors
and Paramedical Staff to be provided by the
company.
• Company should quote their high end
latest model.
• Quality: Complete System should have
minimum two Quality Standard
Certificates:FDA(510K)/CE/JIS(MHLW)
3. Air mattress 6 Compatible with ICU beds and easily cleaned
4. Pressure Bag 12 For 1000ml and 500ml infusions.
Good durable quality, Standard Specs
5. Blood Warmer 4 Good Quality, Durable Standard Specs
6. Torch 2 Good quality, Durable Standard Specs
7. Hammer 1 Good quality, Durable Standard Specs
8. Stylet for Intubation 06 Different sizes and Autoclavable. Good Quality,
Durable Standard Specs
9. Bougie for intubation 06 Different sizes and Good Quality, Durable Standard
Specs
10. Patient File 12 Good quality, Durable Standard Specs
11. Mask with harness for
BiPaP and CPaP
06 Good quality, Durable Standard Specs
12. HME Filters 200 Good quality, Durable Standard Specs
13. Pressure Tranduser
(Edwards) Kit
200 Good quality, Durable Standard Specs
14. Pressure Line 400 Male/Female Good quality, Durable Standard Specs
15. Transducer Holder 12 Good quality, Durable Standard Specs
16. OPSITE 10/12 Standard Specs
17. Beta fix 50
Box
Good quality, Durable Standard Specs
18. Catheter mount 200 Good quality, Durable Standard Specs
19. Disposable vent circuit
(Adult)
100 Good quality, Durable Standard Specs
20. Disposable vent circuit
(Peads)
30 Good quality, Durable Standard Specs
21. Nebulizer peptick 100 Good quality, Durable Standard Specs
22. Tongue depressor 05
box
Wooden or Plastic Good quality, Durable Standard
Specs
23. Nasal Airway 6,7,8 150 Good quality, Durable Standard Specs
24. Glucometer Strips
(prestyle)
200 Compatible with Freestyle Optimum Glucometer
25. Disposable face mask 30
box
Good quality, Durable Standard Specs
26. N 95 mask 12 Good quality, Durable Standard Specs
27. Younker Handle 200 Good quality, Durable Standard Specs
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
69
SPECIFICATIONS OF BLOOD GAS ANALYSER (ABG MACHINE) (QTY 01)
• Fully automatic, upgradeable, fast electrolyte & blood gas analyzer with excellent
precision and reliability.
• Highly Durable preferably 10" LCD Touch Control Panel with easy setting and
monitoring.
• Data display should be on well-illuminated, adequate size screen display.
• Following Parameters should be measured
o Entered Parameters: Fio2, Temperature
o Blood Gas: pH, pC02, po2
o Hematocrit: HCT%, S02%, Hb(g/dl)
o Electrolytes: Na, K, iCa, CI, nCa
o Metabolites: Glucose, Lactate, Urea and Creatinin
o Calculated Parameters: HC03, TC02, SBC, 02Ct, pO2%, BE, BE-Blood, BE-
ECF, Anion Gap, AG-Na, AG-K, Alveolar Oxygen, A, AaD02, a/A%
• Sample volume - less than 100 micro litre.
• Sample Type: whole blood, serum, plasma, CSF and diluted urine.
• Fast analysis time -less than 60 sec.
• Integrated Parameter Conversion Functionality.
• Power Supply Using Rechargeable battery (lithium ion battery)
• Back up of 6 hours with Rechargeable battery.
• Connectivity - Via Ethernet/ Blue tooth or WiFi for HIS and LIS.
• Data Storage for at least 1000 patients.
• Calibration - Auto Calibration before every sample is inserted.
• Ambient working temperature -10 to 45 Degrees Celsius.
• Upgradeable to future parameters.
• Operating and detailed service manual should be supplied.
• Rates of consumables & accessories should be freezed for 3 years or more
QUALITY:
• Complete system should have Minimum Two Quality Standard Certificates: FDA
(S10K)/ CE / JIS (MHLW) Approved
WARRANTY:
• 3 years with parts and 2 years without parts comprehensive warranty
• Extended warranty for 5 Years, only service without parts.
• Rates of consumables & accessories should be freezed for 3 years or more
TERMS AND CONDITIONS / SERVICE POLICY:
• Shipment from manufacturing country.
• Backup EXTRA UNIT should be available locally.
• After sale service provided by vendor, 24/7 support.
• PPM after each four months should be done by the company in the presence of the
hospital biomedical engineer and then labeled.
• Before clinical use, calibration and output checks must be carried out by the provider
(pre-use inspection and function test / demo).
• Technical training to Two Doctors and one biomedical engineer at manufacturer/principal
headquarters.
• Training session for ICU Staff / department provided by the company.
• Company should quote their high end latest model.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
70
TECHNICAL SPECIFICATIONS OF DIGITAL COLOR DOPPLER
FOR RADIOLOGY QTY=01
Color Doppler with Fully Digital Beam former having 2D / M-Mode and Doppler
Facilities, (PW,HPRF, & Color Flow Imaging) with High Resolution Imaging Doppler
Signal Quality; having DICOM Compatibility and Upgradeable to CW and 4D
Imaging in Convex, Linear and Endocavity Probe.
Processing Channels 3,75000 Or more.
1) B-MODE Specification: a) Sector Scan Angle Variable in Four Steps.
b) Viewing Depth: 30 cm Minimum (Both in B & W and Color).
c) Frame Rate: 1000 f/sec or more
d) Built-in cine loop with ability to vary reverse and slow motion of display;
Internal
Memory 2000 / 200MB or more Color Images.
e) Real time and Freeze Image Magnification at least 10X or more with panning
for Real,
Freeze and Memorized Images.
2) M-MODE SPECIFICATION: a) Magnification: X2 or more.
b) Sweep Speed: Slow, Medium and Fast.
c) Color Display of M-Mode.
3) D-MODE SPECIFICATION: a) Pulse-Wave Doppler Measureable Velocity Range.
b) HPRF Doppler.
c) CONTINUOUS-WAVE DOPPLER: - Measurable Velocity Range: Steerable.
- Must have Doppler Beam Steering and Bi-Directional Stereo-Audio.
d) Colorized Spectrum Display.
e) Automatic Baseline and Velocity Range Control.
f) Live Measurements for Doppler Spectrum.
4) COLOR DOPPLER MODE SPECIFICATIONS : - Both CW and PW Doppler must be Continuous Steerable in the Color Blood
Flow Image
Mode in Real Time.
- 2D Image with Color, CW and PW Doppler.
- Windows based System for easy usage with Programmable Control Panel Keys.
- Tissue Harmonic Imaging with 4THI or more Frequency.
- Power Doppler.
- Triplex Mode for Simultaneous Display of Color B/M and D-Mode Displays.
- 250 db system dynamic range or more.
5) MEASUREMENT PACKAGE: To provide Comprehensive Software Package for Measurement of Distance,
Circumference,
Area, Time Depth, ANGLE, Velocity, Frequency, Heart Rate, Volumes, Nuchal
Thickness/
Measurement Software to be Provided as a Standard.
6) SYSTEM COMPLETE WITH FOLLOWING FACILITIES AND
ACCESSORIES: - 19-Inches Minimum LCD / LED Color Monitor, with Resolution 1280 x 1024 Pixels
minimum.
- Foot-Switch.
- 3 to 4 Active Transducer Connector for Tran thoracic Probes DVD / CD Drive for
Image
Storage to be Built-in to the System.
- 100 GB or more Hard Disk Drive to be Built-in to the System.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
71
- Built-in DICOM Compatibility. (3.0 with all components)
- Touch Command Screen Control at least 8-inches LCD / TFT or more.
- Full DICOM (Upgradable)
Probes must be supplied by same manufacturer.
7) UPGRADEABILITY : - System Software must be Upgradable.
8) STANDARD PROBES : - 2 – 6 MHz Multi-Frequency Convex Probe for B/M/CDI/PW and Shearwave
Elastography.
- 5-10 MHz Multi-Frequency Linear Probe with shearwave elastography.
- TVS/ENDOCAVITORY Color PROBE
NOTE: All Probes must be supplied by same Manufacturer.
9) STANDARD RECORDING DEVICES:
- Thermal Paper Printer with fifty Rolls of Paper (Black & White). WITH HD
- CINEWAVE UPS Online with 30 minutes back up time for the System.(IMPORTED)
10) Tissue Doppler Imaging Mode.
11) Pure Wave / Pulse Inversion / Differential Tissue Harmonic Imaging to
Enhance Effective
Wide Band Frequency Range to provide Simultaneously Spatial Resolution,
Contrast Resolution and increased Penetration using Two Transmission Pulses at
Different Frequencies Simultaneously and Reception at Harmonic as well as
Differential Component.
12) Auto Image Optimization / Quick Scan Imaging for Automatic STC / GAIN
and Doppler
Spectrum Adjustment with Optimal Image Quality by using One Touch
Operation.
13) B-Flow / Dynamic Flow Imaging / E-Flow / Clarify.
14) Trapezoid Imaging / Virtual Convex Imaging with Linear Probe.
15) Compound / Aplipure Imaging for THI/both Frequency Compounding and
Spatial
Compounding in B/W and Color Mode.
16) Panoramic / SIESCAPE / Logic view Imaging with Measurements.
17) TISSUE CONTRAST ENHANCEMENT SOFTWARE/SPECTRAL REDUCTION
18) N-Sight / Adaptive Suppression / Precision Imaging /Cross beam / XFlow or
equivalent to
Enhance B-Mode Imaging, Xress / Ccare / DTCE or equivalent Detailed in Layers
and Boundaries and Sharpened Outlines of the Lesions and reduce Cluttering.
19) Micro CPA / Superb Micro Imaging/vascular enhancement/B flow with
Color/spectral to
Clearly Show Blood Flow in tiny Vessels,
20) Shear wave Elastography with Quantification for body Organs specially Liver
with Convex & Linear Probes to visualize Tissue Stiffness by Generating Images
through Shear Wave Propagation.
21) Live Strain Rate Elastography with Quantification for Body Organs Specially
Breast toVisualize Lesions.
22) Voltage : 220V – 240V, 50 – 60 HZ
Accessories : 1. Thermal Printer 256-Gray scale (Sony, Mitsubishi or equivalent)
3. UPS: on line with sine waves 2 KVA with thirty minutes back up time.
(IMPORTED)
3. 50 High Density / High Glossy thermal paper Rolls
4. Gel: 20 liters
Optional: 7-14 MHz Multi-Frequency Linear Probe for B/M/CDI/PW
Fusion Imaging of CT / MRI 3D Volume DATA to Synchronize with Ultrasound
Imaging. Complete with Hardware /needle navigation with tracking system.
Contrast Harmonic Imaging Upgradable.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
72
County of Manufacture/Principal:USA/EU/Japan.
Warranty: Total 5 years, 3 years for parts and 2 years for service.
Demo: Must
"
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
73
LIST OF EQUIPMENTS REQUIRED FOR DEPARTMENT OF
OPHTHALMOLOGY
S.No Name of
item
Equipmen
t
SPECIFICATIONS
Qt
y
Unit/
Section
Remarks
1. HAND HELD
TONOMETE
R
• New
ergonomic
design
• Bright LED
illumination
• Rechargeable
battery
• Tonogrip prism
holder.
2
Ophthalmology
Handheld
tonometer is
required to
check
intraocular
pressure in
OPD patients
as well as is
required in
ophthalmolog
y OT to check
IOP during
EUA. One
tonometers is
required in Eye
OPD and one
in Eye OT.
2. YAG LASER:
.
With Super-
Gaussian/Fundamental
mode technology & Special
Laser Slit Lamp
Features
Q-Switched Nd-YAG
Laser
The super gaussian mode
laser for more safety and
less strain to patient.
Less pulse energy
required to achieve the
result.
Laser and delivery system
from single manufacturer
ensures and optimal
matching to each other.
Slit Lamp.
Red aiming beam with 4-
dot system enables easy and
reliable focusing.
Small control panel offers
a wide range of mounting
possibility.
Laser head is mounted
directly on to the slit lamp
to form one single unit
providing unobstructed
visual contact with patient
and free access to patients
1
Ophthalmology
Yag laser have
multiple uses in
department of
ophthalmology e.g
Yag laser
capsulotomy and Yag
laser iridotomy.
These are routine
procedures in
ophthalmology OPD
and frequency of
patients presenting
with complaints
needing Yag laser is
also quite high. So
the availability of
Yag laser is essential
in ophthalmology
OPD.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
74
eye.
Laser beam is coupled
into corneal microscope
coaxially to observation
path.
Co-observation and
documentation equipment
is attachable conveniently
(available as option).
Easy to operate specially
developed slit lamp with 5-
step magnification changer.
Permanently fixed
physician’s safety filter is
integrated to provide
maximum user’s safety.
Enough power to treat all
ophthalmic procedures i.e.
- Capsulotomy
- Irridectomy
- Irridotomy
- Cutting of Vitreous
bands.
Technical Specifications
Laser Wavelength:1064
nm
Mode: Super-
Gaussian/Fundamental
mode
Optical breakdown:
Typically 2.5 mj in air
Pulse length: Minimum
<4 ns (type 2 - 3 ns) OR
4ns
Max. Laser Energy:
Single pulse, typically 10
mj
Double pulse, typically 23
mj
Triple pulse, typically 35
mj
Energy levels: 22
steps/continuous increment
Pulse repetition frequency
Max. 2.5 Hz
Focus diameter: 10
um in air (1/e¬¬¬2)
Angle of exit
aperture:16o
Aiming beam: Laser diode
approx. 635 nm OR better
Power: 5uW - 150 uW
4-point aiming beam
system for focusing
Focus shift variable:+150
um; 0; -150um
Illumination:12 V - 30 W
halogen lamp, adjustable/
LED adjustable
Magnification: 5,
8, 12, 20, 32 X through
Galilean changer with
10X/12.5X eyepieces and :
tube f = 140 mm
Tube: Parallel tube f=140
mm with PD
adjustment 55 - 75 mm OR
better
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
75
Eyepieces:10X high-
eyepoint eyepiece for
eyeglass wearers with +/-8
D compensation of
ametropia
Slit adjustment:
Width: 0 - 14mm,
continuous, length: in steps
1/3/5/9/14 mm
With: ORIGINAL
motorized instrumentstand.
And
a.AbrahamIridectomy YAG
Laser Lens
b.AbrahamCapsulotomy
YAG Laser Lens Complete
3.
REFRACTIO
N BOX/TRIAL
LENS SET
• Spherical lenses: ±
0.25 to ± 20.00 D
in pairs.
• Cyliderical lenses:
± 0.25 to ± 10.00 in
pairs.
• Steps prisms 16.00
to 20.00.
• Accessories :
Maddox rod,
stenopicslit,
Pinhole, 2 blank
discs, red glass,
green glass, Trial
Frame.
2
Ophthalmology
Currently two
refraction boxes are
available in
department of
ophthalmology.
Refraction box is
required for doing
refraction of patients
and prescribing them
glasses. In
ophthalmology
department large no
of patients presents
with decreased vision
and need refraction
which will not be
possible without the
availability of
refraction box.
Two sets are
currently required,
one for Eye OT and
one for ward.
4. Surgical
instruments
for ward and
OPD
• large Eye
speculum: 3 small
size and 3 size
• small size kidney
tray
• needle holder
• plain dissecting
forcep
• Tooth forcep,
• 2 suture tier forceps
• Corneal tooth
forcep
• Conjunctival sac
scissor
• Corneal scissor
• instrument
container
2
Ophthalmology
Required for minor
surgical procedures
in ward and OPD
5. CATARACT
SURGICAL
5
Ophthalmology Currently 3 cataract
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
76
SET
•Containing good quality
instruments:
•Eye speculum: 1 small size
and 1 large size
•small size kidney tray
•needle holder
•artery forcep
•plain dissecting forcep
• tooth forcep
•2 suture tier forceps
•corneal tooth forcep
•capsulorhexisforcep
(Utratraforcep)
•macPherson'sforcep
•phaco chopper
•wire vectis
•2 irrigation-aspiration two-
way canula
•scalpel
•conjunctival sac scissor
•corneal scissor
•vannas' scissor
•iris repositor
•lens dialer
•strabismus hook
•instrument container
sets are available in
ophthalmology
operation theater.
Cataract surgical
sets are required for
extracapsular
cataract surgeries,
phacoemulsificatio
n surgery, SICS
and squint surgery.
So for all these
surgical procedures
three sets are not
sufficient.
6. CHALAZION
SET
• 3 different size
Chalazion clamp
• 3 different size
Chalazion scoops
• scalpel
• small size kidney
tray.
3
Ophthalmology
Required for
chalazion surgery.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
77
7. DCR SET
• Containing good
quality instruments:
Needle
holders(sm
all and
medium
size)
• medium
size kidney tray
• 4 artery
forcep
• periostium
elevator
• suture
breaker
• plain
dissecting forcep
• tooth forcep
• scalpel
• conjunctival
scissors,
• 2Nettle
ship'spunctum
dilator
3 different sizes
lacrimal probes
2 different sizes
Bone punch
instrument tray.
3
Ophthalmology
Currently 3 DCR sets
are available in
ophthalmology
operation theater.
DCR is a very
common surgical
procedure in
ophthalmology OT.
So three sets are not
sufficient.
8. SQUINT
SURGERY
SURGICAL
SET
• Eye speculum: 1
small size and 1
large size
• small size kidney
3
Ophthalmology
Currently no squint
surgery set is
available in Eye OT.
These sets are
required to perform
squint surgery.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
78
tray
• needle holder
• 2 artery forceps
• plain dissecting
forcep
• tooth forcep
• 2 suture tier forceps
• corneal tooth force
• scalpel
• conjunctival sac
scissor
• corneal scissor
• 3 strabismus hook
• Caliper
• instrument
container
9. MISCELLAN
EOUS
SURGICAL
INSTRUMEN
TS
• Irrigation aspiration
canula: 6 pieces
• Lens dialer: 3
pieces
• Bark parker knife
holder small for No
15 blades: 6 pieces
• capsulorhexisforce
p (Utratraforcep): 4
pieces
• Phaco chopper: 4
pieces
• Suture tying
forceps: 6 pieces
• Squint hooks: 6
pieces
• Corneal tooth
forceps: 4 pieces
• Caliper: 4 pieces
• Lacrimal probes: 0-
0, 1-2, 2-3, 3-4
each 2 pieces.
• Conjunctival tooth
Ophthalmology
Required in different
ophthalmic surgical
procedures.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
79
forceps: 6 pieces
• Chalazion clamps
medium and large:
2 10. VISION
DRUM
• Wall mounted and
rotating.
• Four sided, one
side containing
English Alphabets,
one E chart, one
Urdu Alphabets
and one different
figures.
• Containing worth
forth dot test.
3
Ophthalmology
Required for
checking the visual
acuity of patients.
11. Hydraulic
chair for
ophthalmic
surgery
• Good quality
proper
ophthalmic chair
for ophthalmic
surgeries.
• Proper range of
movements
suitable for use
with ophthalmic
microscope.
• Foot lock system.
5
Ophthalmology
Required for
ophthalmology
operation theater for
ophthalmology
operations.
12. OPTICAL
COHERENCE
TOMOGRAP
HY (OCT)
True Track Active Eye
Tracking:
TrueTrack active eye
tracking through confocal
scanning laser
ophthalmoscope providing
precise, pixel to pixel
alignment of the CSLO &
SD-OCT images. This is of
critical importance in 3D
volume scans which are
susceptible to eye motion
artifact.
Noise reduction
technology:
Noise reduction technology
provides images of
outstanding contrast &
detail.
Minimum 40,000 A-
Scans / OR better
AutoRescan for precise
follow up exams:
Auto Rescan for precise
follow up exams in
EXACTLY the same
location. This eliminates
need of subjective
placement of follow up
scans and is imperative to
identifying small change.
Lowest variability and
smallest measurable
change of 1 micron.
Automatic Real Time
(ART) image
1
Ophthalmology
Required for
diagnosis and
monitoring of
different retinal and
choroidal diseases e.g
diabetic retinopathy,
CRVO, CSR etc.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
80
Demand of Equipments for Neurosurgery.
stabilization OR
equivalent technology
Application:
→ Spectral
Domain OCT
(SD-OCT) for
3D high
resolution
imaging.
→ High
Resolution
Infrared fundus
imaging.
→ EDI –
Enhanced
Depth Imaging.
→ Anterior
Segment
Imaging:
For complete limbus to
limbus imaging in one
measurement providing
visualization of BOTH the
angles in one shot.
Interactive measurement
tool for anterior chamber
angle measurements,
cornea and sclera.
→ Glaucoma
Premium
Module.
Glaucoma Premium
Module for advanced
glaucoma
evaluation& a new
objective method of optic
nerve head analysis.
With
Main unit Spectralis
OCT
Original operating PC
system (HP)
Original instrument
table
Motorized lift table
column
Printer console
Arm rest console
Complete.
The unit should be
upgradeable to FFA, ICG
and OCT-A later on,
if needed, in future.
13. Prism bars
(Horizontal &
vertical)
Vertical prism bar with the
following powers:
1,2,3,4,5,6,8,10,12,14,16,18,2
0,25 & 30
•Horizontal prism bar with the
following
powers:1,2,4,6,8,10,12,14,16,1
8,20,25,30,35,40 & 45.
1
Ophthalmology
Required for squint
assessment of
patients.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
81
Binocular Loops
High Resolution Binocular Loupes
with i-View loupe mount
2.5 x Magnification:The increase in magnification over 2 x is greater than
the figures suggest. HR 2.5 x loupes offer an excellent balance between
high magnification, field of view, depth of field, and ease of use. The 2.5 x
loupes are ideal for a wide range of applications such as dental,
ophthalmic, cosmetic and reconstructive surgery. The HR 2.5 x is our most
popular model. Ideal for surgery and dental surgical procedures.
• Achromatic optics for crisp, bright images with color correction.
• Lightweight (51 g).
• Water-resistant.
• Independent adjustment of left and right optics for perfect PD
adjustment.
• High magnification with a large field of view and excellent depth of
field.
• i-View loupe mount provides any angle of view and flips up the
optics independently of the optional LED LoupeLight.
Mounting Options:
• Maximum comfort with a modern, ergonomic design.
• Malleable temples and nose pad can be customized to fit any face
perfectly.
• Innovative materials – Carbon-Kinetium reduces weight (24 g).
• Tough polycarbonate protective lenses.
• Optional clip-in correction frame for prescription lenses.
Headband with S-Guard
• S-Guard splash protection.
• Ergonomic nose pad for comfort during long procedures.
• Fully adjustable for height and width to fit any head.
• Hygienic and comfortable leather cushions.
• Optional clip-in correction Frame for prescription lenses.
Headband without S-GUARD
• Ideal for spectacle-wearers in combination with their own
spectacles.
• Ergonomic nose pad for comfort during long procedures.
• Fully adjustable for height and width to fit any head.
• Hygienic and comfortable leather cushions.
HR 2.5 x Specifications
Working distance 340mm 420mm 520mm
Field of view 90 130 180
Depth of field 110 180 26
Quantity=01
Ophthalmoscope
The Professional ophthalmoscope has been designed to ensure ultimate
control. Lenses, graticules and filters can all be introduced at the touch of
a fingertip without the need to pull away from the patient.
• Item:Professional Direct Ophthalmoscope
• FeaturesXenon Illumination
The Professional also uses Xenon illumination for a brighter and whiter long
lasting light, giving you more power and fewer bulb changes.
Positive action maywheel and comprehensive lens range
The positive action easy access maywheel not only allows you to dial up
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
82
the required lens quickly, but also gives you control of where you are in
the lens range making each exam quicker and easier. The extensive
range (+29D to -30D in single diopter steps) ensures easy examination of
all ocular structures and covers a wide range of patient/user prescriptions.
A quick step swing of +/- 20D helps speed up diagnosis.
Swing over filter
The red free filter for enhanced vessel examination can be used in
conjunction with an of the 6 diagnostic beams.
Brow rest
The integral soft brow rest allows for easy positioning and protects your
lenses if you are a spectacle wearer.
• Product Number1125-P-1176: 3.6v Professional Ophthalmoscope on NiCad
• Handle
1125-P-1180: 3.6v Professional Ophthalmoscope on Lithium Handle
1125-P-1004: 3.6v Professional Ophthalmoscope head only
• IlluminationThe Professional also uses Xenon illumination for a brighter and
whiter long lasting light, giving you more power and fewer bulb changes.
• Lens Range+29D to -30D in single diopter steps
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
83
S # Name of item
Specification
Quantity 1. Carntotmoy
Set
• Hudson Brace with Extension 01
• Perforator 02
• Burs 02
• Mastoid Retractor 02
• Artery Forceps Medium Cvd 5.5” 12
• Artery Forceps Medium Str 5.5” 12
• Mosquito Artery Forceps Cvd. 20
• Mosquito Artery Forceps Str. 20
• Penfield Dissector (Set Of 5) 05
• Penny Becker Bone Nibbler. 01
• Swedish Dissector. 01
• Brain Retractor Set of 5. 01
• Gigli Saw Guide. 01
• Gigli Saw Handle. 02
• Double Action bone Nibble Stele Luer 02
• Penny Becker bone Nibbler 8” 01
• Pituitary Rongeurs Spurling Str/u/Down. 01
• B.P Handle 3.4 03
• Tooth Forceps 7” 02
• Plain Forceps 7” 02
• Brain Cannula. 02
• Adson Perisoteal Elevator 04
• Yasergill Snake Retractor. 01
02 sets
2. Laminictomy
Set • Swedish Dissector 01
• Pennybecker Probe Dissector. 01
• Adson Dressing Forceps. 01
• Cone Laminictomy Retractor Deep 10” 01
• Mollison Mastoid Retractor. 02
• Watson Chayne. 02
• McDonalds Dissector 01
• Pennybecker Rongeur. 02
• Killer Rongeur. 01
• Leksell Rongeur. 01
• Karrison Rongeur 1,2,3,4,5 mm40* 01
• Pitualarty Rongeurs 2,3,4 mmup,Down,Str. 05
• Adson Nerve Hook. 09
• Pennybecker Elevator. 01
• Mayo Scissors Cvd 6.5” 01
• Mosquito Artery Forceps Fine 5”. 02
• Mayo Hagar Needle Holder 7”. 06
• Metzenboum Scissors 7.5 02
• Dissecting Forceps Plain/tooth. 02
• Towel Clips Beakhaus. 02
• B.P Handle No.3,4. 06
• Sponge Holding Forceps 9.5” 02
• Frezier Suction Tubes No.9,10,12. 02
• Instrument Box 03
• Bowel 4” 02
• Kidney Tray 01
02 Sets
3. Burr Hole
Set
• Hudson Brace Set. 01
• Burr Difft:Sizes 02
• Perforator Difft:sizes. 02
• Mastoid Self-Retaining Retractor. 02
• Plain Dissecting Forceps Medium. 02
• Tooth Dissecting Forceps Medium. 02
• Mayo Needle Holder 7” 01
• Met:Scissors 7.5” Cvd. 02
• Towel Clips forceps. 05
• Artery Forceps Cvd. 12
• Sponge Holding Forceps. 02
• Kidney Tray Large. 01
• Instruments Tray 12”*14”. 01
• Gigli Saw Handle. 02
• Gigli Saw Guide. 01
2 Sets
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
84
4. Ventricul
opesitione
al Shunt
Shunt Set
• Hudson Brace with two perforator & Burs 01
• Mosquito Artery Forceps Str 5”. 12
• Mosquito Artery Forceps Cvd 5”. 12
• B.P Handle No.3,4 01
• Shunt Passer Small. 01
• Shunt Passer Large. 01
• Mollison Mastoid Retractor. 02
• Adson periosteal Elevator. 01
• Pennyback Rongeur. 01
• Metzenboum Scissors 7.5” 02
• Mayo Scissors Cvd 6.5” 02
• Frezier Suction Tube 9,10,12Fg. 03
• Crile Artery Forceps Str.5.5” 12
• Crile Artery Forceps Cvd 5.5” 12
• Rampley Sponge Holding Forceps. 02
• Allis Tissue Forceps 6” 04
• Mayo Heger Needle Holder 6” 02
• Mayo Heger Needle Holder 7” 01
• Mayo Heger Needle Holder 8” 01
• Towel Clip 06
• Dissecting Forceps Plain 6” 02
• Dissecting Forceps Plain/tooth 8” 02
• Waugh Dissecting Forceps Tooth Plain 8” 02
• Kidney Tray 8” 01
• Kidney Tray 10” 01
• Bowls SS 02
• Instrument Tray 12*14” 01
• Jenson’s Retractor. 03
02 Sets
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
85
SPECIFICATION OF
CRYOFUGE SPECIFICATION FOR BLOOD BANK
Product Size -
Capacity 6 x 1000mL bottles or 12 x 550mL blood bags
Max. Speed 4,240rpm
Max. RCF 6,010 x g
Amperage 17A
Height (Metric) Exterior 117cm
Length (Metric) Exterior 80.5L
Run Time 1 min. to 99 hrs., plus HOLD
Safety Features Lid lock and interlock, imbalance cut-out, steel armored chamber, key-
operated switch for security
Width (Metric) Exterior 80cm
Electrical Requirements 400V 50Hz
Drive System Brushless induction
Accel/Decel Profiles 9/10 profiles
Phase Single Phase
Controller Type Microprocessor
Refrigerated CFC free
Net Weight 981 lb. (445kg)
Program Storage 33 user-defined programs, data last used saved
Temperature Range -20° to +40°C
Back to top
Description
User Friendly:
Automatic lid lock closes unit effortlessly.
Main control functions are conveniently arranged for easy access.
33 built-in programs handle routine applications.
Digital speed control has automatic RCF adjustments.
Centrifuges can be connected to a computer for data recording via a serial interface.
Powerful Technology:
Maintenance-free induction drive for quiet, smooth operation
Designed for Safe Operation:
Centrifuges meet all international safety standards.
Diagnostic and fault messages are clearly visible.
Pre-selecting of buckets protects against overspeeding.
Steel armored rotor chamber and lid lock system ensures safe operation.
Key switch safeguards against unauthorized use.
Data Documentation:
Max. speed/RCF: 4240rpm/6010 × g
Max. speed/RCF: 5050rpm/8525 × g
Includes:
Wind-shielded rotor with lid
Compatible with:
Work with the Thermogenesis AXP system to automatically separate cord blood into a freezing
bag (for the mononuclear cell product), an erythrocyte bag and an excess plasma bag.
View more ›
Capacity: 6L
Intuitive microprocessor control with digital display and self-diagnostics
Temperature range: -20° to +40°C
Timed (to 99 hours.) or continuous-run modes
33-program memory
Country Made : US/EU/JAPAN
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
86
CARDIOLOGY DEPARTMENTAUTOMATIC CPR DEVICE
Clinical Purpose QTY=01
Chest Compression System is to be used for performing external cardiac compressions on adult patients who have acute circulatory arrest defined as absence of spontaneous breathing and pulse, and loss of consciousness.
A CPR system used in cases where chest compressions are likely to help the patient.
TECHNICAL SPECIFICATIO NS Patients eligible for treatment: Adult patients who fit into the device;
• sternum height of 6.7 to 11.9 inches / 170 to 303 mm • a maximum chest width of 17.7 inches / 449 mm
Compression depth (nominal patient) Patients with sternum height over 7.3 inches / 185 mm: • 2.1 ±0.1 inches / 53 ±2 mm Smaller patients with sternum height less than 7.3 inches / 185 mm: • 1.5 to 2.1 inches / 40 to 53 mm
Compression frequency 102 ±2 compressions per minute
Compression duty cycle 50 ± 5%
Compression modes • 30:2 (30 compressions followed by a 3 seconds ventilation pause) • Continuous compressions
Operating temperature +32°F to +104°F / +0°C to +40°C - 4°F / -20°C for 1 hour after storage at room temperature
Initial Battery runtime (nominal patient) 45 minutes or more Should have Back Plate which is positioned underneath the patient as a support for the external chest compressions. An Upper Part which contains the proprietary and rechargeable Battery and the compression
mechanism with the disposable Suction Cup. A Stabilization Strap which helps to secure the position of the device in relation to the patient.
A padded Carrying Bag User Control Panel Hood and Patient Strap. Support leg and Claw locks.
DC input, Bellows and Suction Cup. Pressure pad External Battery Charger Cushion strap, Buckle and Support leg strap
Accessories:
Complete with standard accessories. Operating manual, Services manual, error code book, part list and
software if any.
Warranty: Two year with all spare parts, during warranty period firm should maintain equipment’s and done PPM as per principle recommendation. If any spare part required during installation or PPM will be responsibility of the firm. Firm must send annual PPM schedule with installation report.
Optional: Bluetooth accessibility & translucent back plate should be available.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
87
LIST OF ITEMS FOR DENTAL DEPARTMENT 01. Digital OPG Machine with PAN & CEPH 01 No. Features: Movement Technology
Multi-motor with digital trajectory
Patient Alignment
Through Two Laser pointers to locate
Reference plane: mid-sagittal, Frankfurt
Standard Examination Programs
Adult Panoramic
Child Panoramic
TMJ Open/Close mouth
Maxillary Sinus
Software:
Software for image acquisition, storage and processing.
Virtual Keyboard/Touch Display
Due to virtual keyboard console can be
Reproduce on the workstation/PC screen, to set the exposure
Parameters directly from PC.
Use of the Virtual keyboard and of the on-board console
Is also possible at the same time.
Image Acquisition
Direct acquisition through Ethernet connection
Acquisition on USB peripheral
Image Hardcopy.
Images can be printed on any Window compatible printer
Images are printed with following parameters
Patient data and examination date
Exposure parameters
DICOM CONNECTIVITY
The system is equipped with the “Quick Print DICOM Gateway”
Package for Quick Vision, images can be printed on any Dicom 3 printer,
Standard Accessories
Bite stick support
Chin support for the edentulous patients
Reduced height chin rest for TMJ and Sinus
10 bites
2 temple clamps + 1 front rest
X-ray push button with extendible cable
10 ear centering pins for Ceph
10 m Ethernet cable.
Technical Specification:
Exposure Time : PAN 7.3-13.8 sec
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
88
Image Area : Pan: 14---CUSTOMIZE
Image Transfer Ethernet, USB memory stick
Sensor Technology : CCD with high resolution Cs-I
Sr. Description Qty Unit Price
(Cesium Iodide) Scintillator
CCD Pixel Size : 48μm
Effective Image resolution: 5.2lp/mm
Image size : 1536x2800 (standard PAN)
Acquisition depth : 12 bit-ABOVE
DICOM connectivity (option); Print Store, Work list
Generator : High Frequency 200kHz constant potential
High Voltage : 60-90 (120-200)
Current : 3-16mA
Focal spot : 0.5IEC 336
Spine compensation : Automatic kV modulation
Power Supply : 220-240V 50/60Hz
(USA, Europe, Japan) CEPH ATTACHMENT 01 No. Standard Examination Programs
Adult Ceph
Child Ceph
Technical Specification:
Exposure Time : Ceph: 4.5- 15 sec
Image Area : Ceph: 18x22, 24x22cm
Image size : 3000x2305 (CEPH, max)
(USA, Europe, Japan) 02. Autoclave Class B 01 No. With All Accessories
Microcomputer control system for automatic check;
Technical Features:
Physical Space : 22L
Sterilizing Temperature : 121˚C 134˚C
Data logger : printer optional
Dry procedure : vacuum drying
Display : LED/LCD
Voltage : 220V±10%
Power : 1800W/2200W
Instrument Containers : 3-5 trays
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
89
Autoclave Automatic 200 Liters for CSSD Department
• Minimum 8 or more sterilization cycles (Vacuumization, Heating, Sterilization, Exhaust and
Drying), For (a) wrapped as well as unwrapped instruments, (b) flash sterilization, open,
packed.
• Single door, high pressure, high vacuum autoclave for sterilizing hospital, materials.
• The closing, locking and opening of the door should be completely automatic driven,
which realizes intelligent control, reliable operation and easy maintenance.
• Built-in Printer optional
• Automatic/Motor driven door, Operated by control panel.
• Electrically operated with inbuilt electric steam generator
• System should be operated with a high vacuum pump.
• Chamber should be made of stainless steel or better material
• 5 inches or more touch screen showing working process parameters, easy control and
operation.
• Water level indicator
• Internal Chamber Capacity: 200 liters or more
• Sterilization Temperature Range: 121°C to 134°C or more
• Maximum Chamber pressure: 1~2.2 bars or more
• Chamber Temperature and pressure gauges/display
• Chamber have two temperature sensor, one for control,other one for printer.
• Cycles run countdown function
• Autoclave should be properly equipped with door safety locks & safety valves for
chamber.
• With integral alarm system when temperature set-points are exceeded or fallen below.
• With Pressure safety valve, over-temperature limiter, over pressure limiter
• Low water protection with audio visual indicator
• Autoclave should execute Vacuum test, Bowie & Dick test or More
• Should be supplied with compatable RO plant of, with imported parts.
• Accessories:
• Basket 02 Nos
• Trays 10 Nos
• All infrastructural work including plumbing and electrical work will have to be done by
the supplier. The hospital will only provide space and water outlet.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
90
List of equipment for CSSD QHAMC Nowshera.
1. Autoclave #1 6612 S.No 151149
Gas kits = 2
Grees = 2
BPT Kits = 3 E type, 1 G type
Air filter = 01
2. Autoclave #2 6612 S.No 151209
Gas kits = 2
Grees = 2
BPT Kits = 3 E type, 1 G type
Air filter = 01
3. Autoclave #3 666 S.No 151140
Gas kits = 2
Grees = 2
BPT Kits = 3 E type, 1 G type
Air filter = 01
4. Washer Disinfector #1
Door Gas Kit = 2 pcs
SEIKO PIPES = 2 pcs
5. Washer disinfector #2
Gas Kits = 2 PCS
SEIKO PIPES = 2 pcs
Drain Solinoid valve =1
6. Washing counter
Washing Guns 2 pcs
7. R.O plant.
Slim filter.
Jambo filter.
Pressure kit of feed pump.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
91
Revised Specification of Orthopedic
S.No Description Qty
Basic set
1. Forward- Oblique Telescope 15-90°/30,45,70,90 , enlarged view, diameter 4 mm, length 18 cm approx autoclavable. Fiber optic light transmission incorporated.
1
2. Obturator, blunt, for use with Arthroscope Sheaths. 1
3. Wire Tray for cleaning, sterilization and storage of one rigid endoscope, including holder for light post adaptor, silicone telescopeholder and lid. External Dimension(wxdxh):290x60x52mm. For Rigid endoscope upto diameter 5mmand working length 20cm.
1
4. Punches 1
5. Punch, through cutting, straight, bite width 3.4 mm, working length 12 cm approx
6. Punch, through cutting, angeled 15° upwards, Bite width 3.4 mm, working length 12 cm approx 1
7. Punch, through cutting, curved in sheath 30° left, bite width 3.4 mm, working length 12 cm approx 1
8. Punch, through cutting, curved in sheath, 30° right, bite width 3.4 mm, working length 12 cm approx 1
9. Punch, through cutting, 90° left, bite width 3.4 mm, working length 12 cm approx
1
10. Punch, through cutting, 90° right, bite width 3.4 mm, working length 12 cm approx
1
11. Punch, through cutting, angeled, 15° upwards, Bite width 2.7 mm, working length 12 cm approx 1
12. Punch Upswept Through cutting bend in sheath upwards cutting width 2.7 mm working length 12 cm
1
13. Punch, through cutting, straight, angled 15° upwards, bite width 1.5 mm, working length 12 cm approx. 1
14. Arthroscopic Scissors 1
15. Scissor Punch width 0.5 mm working length 12 cm approx.
16. Grasper 1
17. Alligator Grasper,traumatic,working length 12 cm approx, with Ratchet
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
92
18. Sterilization Tray 1
19. Palpation Hook and retractor, working length 12 cm, graduated, length of hook 4 mm approx
20. Micro-fracturing Chisel, straight 1
21. Microfracture Chisel, angled 30° 1
22. Microfracture Chisel, angled 70° 1
23. Rasp, straight, 4.0 mm x 6.0 mm 1
24. Curette, oval, large, 20° bend upwards, both side cutting, working length 13 cm approx 1
Shaver System 1
Shaver system console, with color display, touch screen operation,handpiece operated as well as footpedal operated having two motor outputs, with integrated module, power supply 100 - 120/230 - 240 VAC, 50/60 Hz.
Two-Pedal Footswitch, one-stage, for use with shaver system. 1
Shaver Handpiece, up to 8000 rpm, for use with shaver console,which can attach blades/ burrs ranging from 2.5 - 6.5mm diameter.
1
Multifunctional handpiece for attachments such a Jacob chuck, Saggital saw and pin driver for arthroscopic procedures
1
Jacob chuck keyless attachment 1
Saggital saw with lever attachment 1
Pin driver attachment 1
Jacob chuck keyless attachment 1
SUCTION & IRRIGATION PUMP/Fluid Management System. 1
Features: 1
Pump Powerset having display adjustments of parameters via touch screen display,enables both pressureand flow parameters as well as hemostasis phase values and fluid bag size to be set.Integrated acoustic warning signal indicates impending fluid exchange.
Consisting of:
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
93
Pump console
Power supply 100-240VAC,50/60Hz 3
Connecting Cable, to Shaver system. 3
Tubing set Irrigation, with 2 punture needles,sterile,for single use.
Tubing set suction, with 2 suction tubes, sterile,for single use.
Four -Pedal Foot switch.
Connecting Cable, length 100cm approx
Specification:
Pressure regulated: Normal:0-200 (mmHg)
Hemostasis: +20%to +90% Shaver: +0% to +80%
Flow regulated: Normal: 10-200 ml/min Shaver: 50-500 ml/min Lavage:150-500 ml/min
Weight: 8.8kg
1
Camera system 1
1. Camera module, for use with up to 3 link modules, resolution 1920 x 1080 pixels,digital Image Processing Module, power supply 100 - 120 VAC/200 - 240 VAC, 50/60 Hz, consisting of: Mains Cord, length 300 cm approx, DVI-D Connecting Cable, length 300 cm approx, Connecting Cable, length 100 cm approx, Keyboard with touchpad.
1
2. Link module, for use with endoscopes CMOS technology, power supply 100 - 120 VAC/200 - 240 VAC, 50/60 Hz, consisting of: Mains Cord, length 300 cm, Link Cable, length 20 cm.
1
3. CMOS FULL HD Camera Head, 50/60 Hz, fixed focus, progressive scan, soakable, gas- and plasma-sterilizable, focal length f = 16 mm approx, 2 freely programmable camera head buttons.
1
4. Light source LED 150 watt , high-performance LED and one light outlet, power supply 100 - 240 VAC, 50/60 Hz including: - Mains Cord - connecting Cable
1
5. Fiber Optic Light Cable, with safety locking device, extremely heat-resistant, Ø 3.5 mm, length 300 cm approx.
1
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
94
6. 26" Full HD Monitor Same brand, Resolution: 1920 x 1080, Image format 16:9, Color systems PAL/NTSC, Power supply 85 - 264 VAC, 50/60 Hz Video Inputs: DVI, VGA, S-Video, Composite Video Outputs: DVI, S-Video, Composite Wall-mounted with VESA 100-adaption, consisting of: Monitor, Monitor Power Supply, DVI-D connecting cable BNC/BNC Video cable,VGA cabel.
7. Mobile Videocart consisting of: Basic Mobilecart rides on 4 antisatic dual wheels 2 equiped with locking brakes, 2 fixes shelfs, 1 drawer unit with lock,Monitor Arm, 1 set of non-sliding stands for units, inclusive integrated small cable conduit in both vertical boom, 1 camera mount. Power Box socket board with 12 plugs, 12 grounding plugs Dimensions: Videocart: 700mm x 1280mm x 686mm (wxhxd) Shelf: 630mm x 480mm (wxd) Caster diameter: 125 mm QTY
ACL Set 1
Product Description 1
1. Femoral Aimer, 7 mm for anterior cruciate ligament medial portal
1
2. Femoral Aimer, 8 mm for anterior cruciate ligament medial portal.
1
3. Femoral Aimer, 9 mm for anterior cruciate ligament medial portal.
1
4. Femoral Aimer, 10 mm for anterior cruciate ligament. 1
5. Handle with locking mechanism for femoral aimer 1
6. Femoral Target Guide, for anterior cruciate ligament via trans tibial 5.5mm offset.
1
7. Femoral Target Guide, for anterior cruciate ligament via trans tibial 4mm offset.
6
8. Femoral Target Guide, for anterior cruciate ligament via trans tibial 3mm offset.
1
9. Drilling Wire, diam.2.4 mm, 38 cm 1
10. Tendon Board, including Endobutton retainer. 1
11. Tendon Thickness Tester 1
12. Bone Drill, diameter 4.5 mm 1
13. Bone Drill, diameter 7 mm 1
14. Bone Drill, diameter 8 mm 1
15. Bone Drill, diameter 9 mm 1
16. Bone Drill, diameter 10 mm 1
17. Bone Drill, diameter 11 mm 1
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
95
18. Cannulated Drill, 6 mm 1
19. Cannulated Drill, 7 mm 1
20. Cannulated Drill, 8 mm 1
21. Cannulated Drill, 9 mm 1
22. Cannulated Drill, 10 mm 1
23. Thread Clip 1
24. Length Gauge, length 23 cm 1
25. Notcher, working length 15 cm 1
26. Notch Chisel with broad handle 4
27. Thread hook 1
28. Guidewire, 1.1 mm x 38.5 cm 1
29. SilGrasp Suture Grasper 1
30. Plastic Container 1
31. Tensiometer 1
32. Osteotom, 8 mm 1
33. Tendon seperator knife 1
34. Saw Guide, 7 mm 1
35. Saw Guide, 8mm 1
36. Saw Guide, 9mm 1
37. Saw Guide, 10mm 1
38. Saw Guide, 11mm 1
39. Sizing Block 1
40. Bone Block retainer 1
41. Compaction Plier 1
42. Knot Holder, small 1
43. Mallet, ergonomic handle, two plane faces, length 17 cm approx.
44. Irrigation Cannula, diameter 5mm. 1
45. Cannulated screw driver for ACL titanium screws 1
46. Cannulated screw driver for ACL Bio-resorbable screws 1
ACL SEMI T - SINGLE BUNDLE RECONSTRUCTION 1
1. Tendon Stripper, diameter 5.5 mm. 4
2. Tendon stripper, diameter7 mm, 30 cm 1
3. Open Tendon Stripper diameter 7.5mm, 30cm 1
4. Tendon Hook 1
5. Larding Wire, 2.4 mm, 32 cm. 1
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
96
6. Guide sleeve, for the correction of the tibial tunnel, with concentric holes for a 2.4 mm guide wire Realignement possible from 3-9 mm.
1
7. Tibial Target Guide, anterior cruciate ligament 1
8. Tibial Target Aimer anterior cruciate ligament Angulation of the tunnel can be changed between 40° to 60° in 5° steps
1
9. Elevator, width 8 mm, length 18 cm approx.
10. Endobutton Positioning Device. 1
11. Button Wrench, to increase the tension of the graft by twisting the Endobutton
1
12. Tissue Forceps, 1 x 2 teeth, length 14.5 cm, medium size, distally curved left
1
ACL SEMI T - DOUBLE BUNDLE RECONSTRUCTION 1
1. Tibial Aimer for double bundle, exit point on tibia plateau adjustable between 8-10 mm.
1
2. Femoral Aimer for double bundle, 8mm offset. 1
3. Femoral Aimer for double bundle, 9mm offset.
4. Femoral Aimer for double bundle, 10mm offset. 1
5. Positioning Device, for the use with Endobutton, tibial fixation device.
1
6. Button wrench, for the use with Endobutton, tibial fixation device
1
PCL RECONSTRUCTION INSTRUMENTS 1
1. Awl, posterior cruciate ligament, 1.5 mm x 4.0 mm,working length 20 cm approx.
1
2. Femoral Target Guide, posterior cruciate ligament, graduated, working length 14.5cm approx.
1
3. Raspatory, posterior cruciate ligament, straight, crescent- shaped, working length 13 cm
1
4. Elevator for posterior cruciate ligament 1
5. Tibial Target Guide, posterior cruciate ligament 1
6. Tibial Target Guide, posterior cruciate ligament curved left 1
7. Tibial Target Guide, posterior cruciate ligament curved right 1
8. Handle with locking mechanism, for use as transtibial femoral Target Guide with attachments.
1
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
97
9. Femoral PCL Aimer, to be used through the anterolateral portal, for the exact anatomical placement of the femoral tunnel, 4 locking positions, for 7 mm drill, for the use with Handle.
1
10. Femoral PCL Aimer, to be used through the anterolateral portal, for the exact anatomical placement of the femoral tunnel, 4 locking positions, for 8 mm drill, for the use with Handle.
1
11. Femoral PCL Aimer, to be used through the anterolateral portal, for the exact anatomical placement of the femoral tunnel, 4 locking positions, for 9 mm drill, for the use with Handle.
1
12. Femoral PCL Aimer, to be used through the anterolateral portal, for the exact anatomical placement of the femoral tunnel, 4 locking positions, for 10 mm drill, for the use with Handle.
13. Elevator, for the Posterior Cruciate Ligament, with T-shaped handle
1
14. Suture Retriever, for the Posterior Cruciate Ligament, with T-shaped handle
1
15. Plastic Container, for sterilizing and storage of variable instrument sets, with transparent lid, with silicone mat, perforated, single-level storage, internal dimensions (w x d x h): 525 mm x 240 mm x 50 mm.
1
Shoulder Portal System 1
1. Forward- Oblique Telescope 70°, enlarged view, diameter 4 mm, length 18 cm autoclavable. Fiber optic light transmission incorporated.
1
2. Arthroscope Sheath, Ø 6 mm, working length 13.5 cm approx, with snap-in coupling mechanism, distal tapered, with irrigation holes, with two stopcocks, rotating.
1
3. Obturator, blunt, for use with Arthroscope Sheaths. 1
4. Basic Set for Shoulder Portal System consisting of:Positioning Needle,Obturator, Guide Wire, Dilator, Handle for Dilator, Valve Housing, Set of Gaskets, unsterile.
1
5. Dilator with integrated handle, long, Ø 6mm for use with Cannulas, inner diameter 6.1mm
1
6. Obturator, diameter 4 mm, for use with Dilator. 1
7. Cannula, with thread, transparent, for single use, unsterile, single-packaged, inner diameter 6.1 mm, working length 8.5 cm, for use with Handle.
2
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
98
8. Dilator with integrated handle, long, Ø 8.1 mm for use with Cannulas, inner Ø 8.25 mm
1
9. Obturator diameter 4 mm for use with Handle.
10. Cannula, with thread, transparent, for single use, unsterile, single-packaged, inner diameter 8.25 mm, working length 8.5 cm, for use with Handle.
1
11. Set of Gaskets 10 x 2 sealing caps, unsterile for use with Valve Housing.
1
12. Valve Housing with LUER-Lock for use with Mounting of Gaskets.
1
Shoulder Arthroscopy Instruments 1
1. Changing Rod length 35 cm for use with arthroscope sheaths with inner diameter 4 mm.
1
2. Half Pipe Long, working length 95 mm approx. 1
3. Obturator. 1
4. Mallet, ergonomic handle, two plane faces, length 17 cm approx.
1
5. 1
6. Chisel to break bone, curved, 15° downwards, working length 13 cm approx.
1
7. Crochet Hook working length 15 cm approx. 1
8. Knot Pusher working length 18 cm approx. 1
9. Suture Cutter for cutting of sutures size USP 2. 1
10. Suture Catcher, with inserter, sterile, for use with different Suture Attachments, Wheel Attachment and Handle.
11. Foreign Body Grasping Forceps, aggressive, with ratchet, straight jaws, sheath diameter 3 mm, straight, handle with cleaning connector, working length 14 cm approx.
1
12. Suture Grasper, straight jaws, sheath diameter 3.5 mm, handle with cleaning connector, working length 14 cm
1
13. Plastic Container for Sterilizing and Storage, perforated, with transparent lid, with silicone mat, for two- level storage, for use with 16 forceps and 8 instruments, external dimensions (w x d x h): 520 mm x 250 mm x 145 mm
1
Shoulder Instrument Set 1
1. Elevator, 15° curved downwards, distal addionally curved upwards in shaft, width 4mm, working length 15cm, for use with cannulas featuring an inner diameter of 8.25mm
1
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
99
2. Elevator, 30° curved downwards, distal shaft additonally curved upwards, width 4mm, working length 15cm, for use with cannulas featuring an inner diameter of 8.25mm
3. S.L.A.P Rasp, distal shaft curved downwards, width 4.5mm, working length 15cm approx, for use with cannulas featuring an inner diameter of 8.25mm
1
4. Glenoidrasp, distal shaft curved upwards, width 4.5mm, working length 15cm approx, for use with cannulas featuring an inner diameter of 8.25mm
1
5. Elevator, 30° curved downwards, cutting edge turned 180°, distal shaft additionally curved upwards, width 4mm, working length 15cm approx, for use with cannulas featuring an inner diameter of 8.25mm
1
Shoulder Suturing System 1
1. Handle, complete for transporting of monofilament threads up to size USP 1 consisting of:Handle and Transport Cassette
1
2. Suture Attachment, for use with monofilament threads up to size USP 1, distal tip curved sharp right, working length 15 cm approx,for use with Handle.
1
3. Suture Attachment, for use with monofilament threads up to size USP 1, distal tip curved sharp left, working length 15 cm approx,for use with Handle.
1
4. Suture Attachment, for use with monofilament threads up to size USP 1, distal tip curved 25° left, working length 15 cm approx, for use with Handle
1
5. Suture Attachment, for use with monofilament threads up to size USP 1, distal tip curved 25° right, working length 15 cm approx,for use with Handle.
1
6. Suture Attachment, for use with monofilament threads up to size USP 1, straight, working length 15 cm approx,for use with Handle.
7. Suture Attachment, for use with monofilament threads up to size USP 1, distal tip curved upwards, working length 15 cm approx,for use with Handle.
1
8. Suture Attachment, for use with monofilament threads up to size USP 1, straight, long, working length 15 cm approx,for use with Handle.
1
9. Cleaning Adaptor, for use with 7different suture attachments. 1
Shoulder Suture Forceps 1
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
100
1. SHOULDER Suture Forceps, for punching soft tissue and suture management in shoulder arthroscopy, curved 47° upwards, sheath diameter 3.5 mm, handle with cleaning connector, working length 14 cm approx.
2. SHOULDER Suture Forceps, for punching soft tissue and suture management in shoulder arthroscopy, straight jaws, sheath diameter 3.5 mm, handle with cleaning connector, working length 14 cm approx.
1
3. SHOULDER Suture Forceps, for punching soft tissue and suture management in shoulder arthroscopy, curved jaws, 43° left, sheath diameter 3.5 mm, handle with cleaning connector, working length 14 cm approx.
1
4. SHOULDER Suture Forceps, for punching soft tissue and suture management in shoulder arthroscopy, curved jaws, 43° right, sheath diameter 3.5 mm, handle with cleaning connector, working length 14 cm approx.
Shoulder/Bicep Punches 3
1. Punch for the arthroscopic, terminal cutting of the biceps tendon, for left shoulder
1
2. Punch for the arthroscopic, terminal cutting of the biceps tendon, for right shoulder
1
Disposable Shaver Blades
1. Aggressive Barrel Burr, disposable, sterile, package of 6 diameter 5.5 mm, working length 120 mm approx, for use with shaver system.
15
2. Aggressive Barrel Burr, disposable, sterile, package of 6 diameter 6.5 mm, working length 120 mm approx, for use with shaver system.
15
3. Aggressive Pro Line Blade, Sterile, Disposable, Package of 6m, Ø 4.5mm, working length 120mm approx, for use with Shaver system.
5
Titanium Shoulder Anchors 1
1. Titanium Suture Anchor, diameter 3 mm, length 9 mm or approx, with 2 Fibre threads USP 2, pre-assembled, self-tapping, with inserter, sterile, for single use.
2. Titanium suture anchor diameter 5 mm, length 12.5 mm or approx, with two Fibre sutures USP 2, pre-assembled, self-tapping, with inserter, sterile, for single use
1
3. Titanium Suture Anchor, diameter 6.5 mm, length 12.5 mm or approx, with 2 Fibre sutures USP 2, pre-assembled, self-tapping, with inserter, sterile, for single use.
2
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
101
4. Bone Punch for use with Titanium Suture Anchors. 1
Shoulder Traction System 1
1. Shoulder Support, for use with Set of Weights and Hand Fixation.
2. Set of Weights for use with Shoulder Support and Hand Fixation.
1
3. Hand Fixation, for use with Shoulder Support and Set of Weights.
1
4. Rotation Socket to clamp on the operating table with one already mounted butterfly nut, for use with European and United States standard rails, with lateral clamping element for height and angle adjustment of the articulated stand.
2
Hip Arthroscopy System 2
1. Wide Angle Lateral Telescope 30°, enlarged view, diameter 4 mm, length 18 cm approx, autoclovable. Fiber optic light transmission incorporated.
1
2. Nitinol Guide Wire, diameter 1.5 mm, length 40 cm approx, unsterile, for single use, package of 6 pieces.
1
3. Spinal Needle, 2.1mm Diameter, for the use with Guide wire and Obturator, working length 213mm approx.
1
4. Obturator. 1
5. Switching Stick, for the use with the arthroscopy sheaths working length 310mm approx.
1
6. Switching Stick,canulated, for the use with the arthroscopy sheaths as well as Guide Wire, working length 310mm approx.
1
7. Aimer, for use with Guide Sleeves. 1
8. Guide Sleeve, short, working length 10.5 cm approx, for use with Aimer.
1
9. Guide Sleeve, long, working length 14.5 cm approx, for use with Aimer.
1
10. Aimer Attachment, for use with Aimer. 1
11. High-Flow Arthroscopy Sheath ø 6.0 mm, working length 13.5 cm with snap-in coupling mechanism, with one rotatable stopcock, for use with Hopkins II telescope 0°, 30°, 45°, 70° and 90°.
1
12. Arthroscopy Sheath ø 5.5 mm working length 13.5 cm with snap-in coupling mechanism, with two rotatable stopcocks, for use with telescope 0°, 30°, 45°, 70° and 90°.
2
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
102
13. Handle with canulated Obturator, for the use with the arthroscopy sheaths as well as the Guide Wire.
4
14. Obturator, blunt, for the use with Arthroscopy sheaths. 1
15. Obturator, semi sharp, for the use with Arthroscopy sheaths. 1
16. Gasket attachment,with cone, including gasket, for the use with all arthroscopy sheaths
1
17. Gasket, disposable, non sterile, single packaged, for the use with Gasket attachment.
1
18. HalfPipe-Hip, HalfPipe-Handle axis 135°, working length 120mm approx. Distal plane and atraumatic ending.
1
19. HalfPipe-Hip, with extra slim distal design, working length 95mm approx.
1
20. Hook and Retractor,graduated, Diameter 3.5mm, length of Hook 3mm, working length 180mm approx
1
21. Hook and Retractor,graduated, 10° bent downwards,Diameter 3.5mm, length of Hook 3mm, working length 200mm approx
1
22. Hook and Retractor, graduated, 20° bent downwards, Diameter 3.5 mm, length of Hook 3 mm, working length 200 mm approx
1
23. Knife, round, straight, working length 11.5 cm approx 1
24. Knife, round, angled 20°, working length 11.5 cm approx 1
25. Adaptor, autoclavable, facilitates changing of telescopes in sterile conditions
1
26. Evacuation Cannula, with LUER-Lock and one stop cock, for the use with the arthroscopy sheaths working length 180mm approx.
1
27. Curette,oval, small, both sides cutting, 20° curved upwards, working length 180mm approx.
1
28. Microfracture Chissel, 30° bent, working length 180mm approx.
1
29. Microfracture Chissel, 70° bent, working length 180mm approx.
1
30. Microfracture Chisel curved 90°, working length 16 cm approx. 1
31. Suture Forceps, for punching soft tissue and suture management in hip arthroscopy, curved upwards, working length 19 cm approx.
1
32. Foreign Body Grasping Forceps, aggressive, with ratchet, sheath diameter 4 mm, straight, handle with cleaning connector, working length 22 cm approx.
1
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
103
33. Punch, through-cutting, cutting width 3.4 mm, curved jaws, 15° upwards, sheath diameter 3 mm, straight, handle with cleaning connector, working length 19 cm approx.
1
34. Punch, through-cutting, cutting width 3.4 mm, straight jaws, sheath diameter 3 mm, 15° curved upwards, handle with cleaning connector, working length 19 cm approx.
1
35. Handle, for the use with the threaded cannula and the Obturator.
3
36. Obturator, cannulated, for use with Handle. 3
37. Handle, for the use with the threaded cannula and the Obturator.
2
38. Obturator, cannulated, for use with Handle. 1
39. Cannula, with thread, transparent, inner diameter 6.1 mm, working length 12 cm, for single use, unsterile, single-packaged, for use with Dilator.
1
40. Cannula, with thread, transparent, inner diameter 8.25 mm, working length 12 cm, for single use, unsterile, single-packaged, for use with Dilator.
41. Housing for the use with cannulas. To be used with the set of gaskets with LUER-Lock.
2
42. Set of Gaskets 10 x 2 sealing caps, unsterile for use with Valve Housing.
1
43. Plastic Container for Sterilizing and Storage, perforated, with transparent lid, with silicone mat, for two- level storage, for use with 16 forceps and 8 instruments, external dimensions (w x d x h): 520 mm x 250 mm x 145 mm
1
Small Joint set 1
1. Wide Angle Forward- Oblique Telescope 30°, diameter 2.4 mm, length 10 cm, auto- clavable. Fiber optic light transmission incorporated.
1
2. High-Flow Arthroscope Sheath with snap-in coupling mechanism, diameter 3.5 mm, working length 6.5 cm, two stopcocks, rotatable for use with Telescopes 30° and Obturators.
3. Obturator sharp for use with Arthroscope Sheaths. 1
4. Obturator blunt for use with Arthroscope Sheaths.
5. Wire tray for cleaning, sterilization and storage of one rigid endoscope. Including holder for light-post-adaptors, silicone telescope holders and lid. External dimensions (w x d x h): 290 x 60 x 52 mm. For rigid endoscopes with up to 5mm diameter and 20cm working length approx.
1
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
104
Light Cable 1
1. Fiber Optic Light Cable, with straight connector, diameter 2.5 mm, length 230 cm approx.
1
Hand and Small joints instruments 1
1. Punch, through-cutting, cutting width 2 mm, straight jaws, sheath diameter 2.5 mm, straight, handle with cleaning connector, working length 8.5 cm approx.
1
2. Oval Biter, through-cutting, cross-toothed, straight jaws, sheath diameter 2.5 mm, straight, handle with cleaning connector, working length 8.5 cm approx.
1
3. Punch, through-cutting, cutting width 2 mm, jaws curved to left 45°, sheath diameter 2.5 mm, straight, handle with cleaning connector, working length 8.5 cm or approx.
1
4. Punch, through-cutting, cutting width 2 mm, jaws curved to right 45°, sheath diameter 2.5 mm, straight, handle with cleaning connector, working length 8.5 cm or approx.
1
5. Alligator Grasping Forceps, serrated, straight jaws, sheath diameter 2.8 mm, straight, handle with cleaning connector, working length 8.5 cm approx
1
6. Cartilage Grasping Forceps, jaws curved, 30 upwards, sheath diameter 2.8 mm, straight, handle with cleaning connector working length 8.5 cm approx
1
7. Suture Forceps, straight jaws, sheath diameter 2.8 mm, straight, handle with cleaning connector, working length 8.5 cm approx
1
8. Probe graduated, length of hook 2 mm, diameter 1 mm, working length 4 cm approx
1
9. Palpation Hook, graduated, diameter 1.5 mm, working length 1.5 cm, length of hook 1 mm
10. Micro-fracturing Chisel, for small joints, angled 30°, working length 9 cm approx
1
11. Micro-fracturing Chisel, for small joints, angled 70°, working length 9 cm approx
12. Accessories for small joint arthroscopy,consisting of: Ligatur Scissors, MAYO Scissors, JAMESON Scissors,Rongeur, Needle Holder, Hook,BAYER Hook, Artery Forceps, HALSTEAD Artery Forceps, Double Elevator Retractor, ADSON Tissue Forceps, ADSON Tissue Forceps, Surgical Handle,Towel Forceps, Cup Medicine.
1
Sterilization tray 1
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
105
Plastic Container Set with accessoires. For sterilization and storage of variable instruments. Consisting of:Container,Fixation-Post, Remocal Tool,Silicone Tie-Downs.
1
Small Joint Disposable Shaver Blades 1
Aggressive cutter, sterile, disposable, package of 6, diameter 2.5 mm, working length 70 mm approx
1
Aggressive cutter, sterile, disposable, package of 6, diameter 3.5 mm, working length 70 mm approx 1
Full Radius Resector, sterile, disposable, package of 6, diameter 2.5 mm, working length 70 mm approx. 1
Aggressive Full Radius Resector, sterile, disposable, package of 6, diameter 3.5 mm, working length 70 mm approx. 1
Small Joint Burr, Sterile, package of 6, disposable, Ø 2.5mm, working length 70mm approx. 1
Knee model for training of Arthroscopy. 1
Shoulder model for training of Arthroscopy. 1
NOTE: Selection will be made on the basis of demo. Dimensions may be more or less according to manufacturer’s specifications Manufacturers both of video-system and fibre-optic system are eligible
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
106
DEMAND OF ACCESSORIES/EQUIPMENTS FOR ENDOSCOPY SUITE
(OLYMPUS CV-190 SERIES) Name Length Diameter Catheter
Diameter
Quantity
Achalasia Baloon with Guide
wire.
75 cm 30 mm
35 mm
<2.8mm 3
TTS CRE BALOON 12,14,16,18,20,22 <2.8mm 3
Savory Esophegial Dialators 12,14,16,18,20,22 2
Variable Injector >230cm 23/25 G <2.8mm 3
Biopsy Forcip >230 cm 2.4 mm <2.8 mm 3
Rat Tooth Forcip >230 cm 2.5 mm <2.8 mm 3
Hot rotatable Polypectomy
snare
> 230 cm 2.5 * 5.5 > 2.8 mm 3
Reusable Hemoclips > 230 cm 2.8 mm > 2.8 mm 3
Overtube > 50 cm Inner diameter
> 16.7 mm
3
Pneumatic inflation device 3
Electrosurgical unit+ argon
plasma coagulation
3
Portable ultrasound 1
ERCP sphinctrotome 5
ERCP GOIDE Wire 5
ERCP Stent Insertion device 2
ERCP Stone Extraction
Balloon
5
ERCP CRE Baloons 3
ERCP Stent Retriver 2
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
107
Annex-II
SECTION-III
1. Schedule of Requirements
• Supply Schedule
2. Technical Specifications &
Ancillary Services
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
108
Section III. Schedule of Requirements
The supplies shall be delivered in accordance with the subsequent Purchase Orders to be issued by the Health Department (provincial enteritis, vertical programs and concerned districts) as per following schedule of requirements:-
Schedule of Requirements
The supplies and related services shall be delivered in accordance with the subsequent Purchase Order(s), being an integral part of Contract, to be issued by the Directorate General Health services to the successful bidders along with Contract as per following schedule of requirement
Notes for Preparing the Schedule of Requirements The Schedule of Requirements shall be included in the bidding documents by the Govt-MCC/Purchaser, and shall cover, at a minimum, a description of the goods and services to be supplied and the delivery schedule. The objective of the Schedule of Requirements is to provide sufficient information to enable bidders to prepare their bids efficiently and accurately, in particular, the Price Schedule, for which a Rate Form is provided in Part-II: Section-III. In addition, the Schedule of Requirements, together with the Bid Form-V: Price Schedule (which shall be submitted to the Procuring Entity by the selected Bidder), should serve as a basis in the event of quantity variation at the time of supply/delivery of contract pursuant to ITB Clause 37. The date or period for delivery should be carefully specified, taking the date prescribed herein from which the Purchaser’s delivery obligations start (i.e., notice of award, contract signature, opening or confirmation of the letter of credit etc.).
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
109
Annex-A
Supply Schedule:
A) For Imported Goods:
Mode of Penalty 100% Quantity as per Purchase Order
Total delivery period
Without penalty 90 days2 90 days
With penalty @ 0.067 % per day after 90 days of Purchase Order
30 days 120 days
With penalty @ 5 % of the Contract amount after 120 days
30 days 150 days
*Failure to deliver the goods after 150 days will lead to termination of contract for default and
enforcement of Performance Security of the Supplier.
B) For Local Goods:
Mode of Penalty 100% Quantity as per Purchase Order
Total delivery period
Without penalty 60 days3 60 days
With penalty @ 0.067 % per day after 60 days of Purchase Order
10 days 70 days
With penalty @ 5 % of the Contract amount after 70 days
30 days 100 days
*Failure to deliver the goods after 100 days will lead to termination of contract for default and enforcement of Performance Security of the Supplier.
Note: The total delivery period include opening of Letter of Credit (if any), transportation from
manufacturer’s destination to the Purchaser’s Country Port, custom clearance and
inland transportation from Purchaser’s Port to the end destination (districts). Installation,
commissioning, test-run, relevant staff training and initial maintenance are NOT included
in the delivery period. However, payment to the supplier will be subject to satisfactory
report by the Inspection Team.
District wise details of goods are given at Section III (List of Items).
2 The validity of Purchase Order will start from its next date of issuance to the concerned Supplier.
3 As above
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
110
Annex. B
Technical Specifications and Ancillary Services b). Liquidated Damages / Penalty
i) Wherein the Supplier entirely fails to complete deliveries as per purchase order and within the stipulated time frame specified in the Schedule of Requirements, the Contract to the extent of non-delivered portion of supplies shall stand cancelled.
ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies shall be forfeited.
iii) If the Supplier fails to supply the whole consignment and not able to deliver to any destination, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for two years for future participation.
iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent purchase orders.
v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and subsequent purchase order, a penalty @ 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier.
vi) Extension in the delivery period (if any) will be considered by the Purchaser on case to case basis and strictly in accordance with Rule 33(3) of Procurement of Goods, Works and Services Rules, 2014
c) Incidental Services The bidders are required to either incorporate or quote separately the costs of
following incidental services being part of the contract.
i) Transportation: Equipment and supplies will be delivered up to the place of installation / final destination by the bidder at his cost and mode of transportation including loading / unloading.
ii) Insurance: All insurance charges will be borne by the supplier.
iii) Custom Clearance: Equipment and supplies will be cleared (from airport/seaport) customs department by the supplier and charges/duty/taxes if any will be paid by the supplier.
iv) Installation: Supplier will install the equipment at the designated place of work, free of charge, give test-run and if required, will impart on job training.
v) Test-Run / Commissioning: Equipment will be subjected to test-run after commissioning.
vi) Staff Training: Where required, on job training to be provided to working staff on the equipment to be supplied / installed.
vii) Initial Maintenance: Supplier will be responsible for initial maintenance of the equipment (repair and parts), for THREE complete years starting from the date of installation/test-run.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
111
viii) Availability of Spare Parts and Consumables: Supplier will guaranty through reliable means, acceptable to Purchaser, prompt and easy availability of spare parts & consumables for the period of FIVE years (apart from initial three years as in clause vii above), on reasonable rates.
ix) After Sales Service: Supplier will provide free after sales service from trained and qualified technical staff, free of charge for EIGHT complete years (including three years with parts as mentioned above in clause vii), after the date of installation / test-run.
d) Warranty The supplier / original manufacturer will provide comprehensive warranty (on Judicial Paper) of free after sales service, maintenance, replacement of parts, and working of the equipment for three years from the date of installation/test-run. Post warranty maintenance contract for another five years, including after sales service with parts, rates (companies to offer percentage (%) of the contract value in the technical bid as mentioned in clause A & B of the evaluation sheet of the bidding document. Warranty and post warranty maintenance contract rate shall be acknowledged from the original manufacturer regardless of change of local authorized dealer. d) Additional instructions
i. Please clearly indicate the country of origin, wholly or parts, etc. ii. Indicate place/port of shipment. iii. Any state licensing or permission of export/sales/use requirements will be
the responsibility of the supplier/manufacturer. Department of Health will not be responsible for any refusal, penalty or delay in this regard.
iv. Complete literature on working, installation, circuiting, maintenance to be provided in English language, with the equipment.
v. Comprehensive training of working of the equipment and normal /minor repair, trouble-shooting will be arranged by the supplier/ manufacturer, for at least two working staff, (doctor/technician) at the manufacturers location, prior to shipment / installation (for complex and high tech equipment)
Annex. C
Price Schedule submitted by the Bidder.
(The approved price schedule submitted by the Bidder will be attached) Annex-. D
Purchaser’s Notification of Award
(Copy of the final letter will be attached)
Annex F Payment Schedule
(Payment to the Suppliers will be made against satisfactory performance and upon submission of required documents along with report of inspection committee
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
112
formulated for the purpose. However, if there is any alternate payment schedule, agreed by the Purchaser and Supplier, will be annexed here)
SECTION-IV
STANDARD FORMS
BID COVER SHEET
BID FORM 1: Letter of Intention
BID FORM 2: Affidavit
BID FORM 3(A): Eligibility of the Bidders & Goods
BID FORM 3(B): Manufacturer’s Authorization
BID FORM 4: Firm’s Past Performance
BID FORM 5: Price Schedule
BID FORM 6: Performance Guarantee Contract Agreement Template
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
113
BID COVER SHEET
Bid Ref. No. ------------------------ Date--------------------------- Name of the Supplier/Firm Contractor: ---------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- Address:------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------- E-mail:__________________________ Phone: __________________________ Facsimile: ________________________ Bid Security. Bid Security attached with Financial Bid YES NO Bid for: : All Items mentioned in the Schedule of Requirements. : Selected Items from the Schedule of Requirements4. List of Selected Items: (In case the Bidder has opted to bid for Selected Items, please type the Serial No5. and the name of the Items selected for Bidding. Use additional Sheets if Required)
S. No. Name of the Item
Signed: Dated: Official Stamp: Attachment6: Original receipt for the purchase of the bidding documents.
4 In case a bidder is bidding for only some of the items mentioned in the list Technical Specifications , he is advised to take note of ITB Clauses 7 & 15.6 5 The Serial No. of the item as mentioned in the Technical Specifications. 6 The Attachment must be made with the Bid Cover Sheet.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
114
BID FORM 1 Letter of Intention
Bid Ref No. Date of the Opening of Bids Name of the Contract :{ Add name e.g. Supply of Dugs and Medicines etc} To: [Name and address of Procuring Agency] Dear Sir/Madam,
Having examined the bidding documents, including Addenda Nos. [insert numbers& Date of individual Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver the Goods under the above-named Contract in full conformity with the said bidding documents and at the rates/unit prices described in the price schedule or such other sums as may be determined in accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price Schedules attached herewith and are made part of this bid.
We undertake, if our bid is accepted, to deliver the Goods in accordance with the delivery schedule specified in the schedule of requirements.
If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts, and within the times specified in the bidding documents.
We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period.
Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any bid you may receive.
We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in Pakistan.
We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding documents. Dated this [insert: number] day of [insert: month], [insert: year].
Signed: In the capacity of [insert: title or position]
Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
115
BID FORM 2 AFFIDAVIT
I/We, the undersigned solemnly state that:
1. We have read the contents of the Bidding Document and have fully understood it.
2. The Bid being submitted by the undersigned complies with the requirements enunciated
in the bidding documents.
3. The Goods that we propose to supply under this contract are eligible goods within the
meaning of Clause 18 of the ITB.
4. The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB
of the Standard Bidding Documents.
5. The undersigned are solvent and competent to undertake the subject contract under the
Laws of Pakistan.
6. The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities
to any official or agent related to this bid or award or contract.
7. The undersigned are not blacklisted or facing debarment from any Government, or its
organization or project.
8. The undersigned has no dispute anywhere in the province regarding supplies.
9. The undersigned agree to give warranty with repair and parts for 03 years and after sale
service without parts for 02 years.(Total services for 05 years, the firm will be bound to
do so in the larger public interest in order to give maximum benefit to the masses by
making the equipment/instruments operational for a maximum period of time).
We affirm that the contents of this affidavit are correct to the best of our knowledge
and belief.
Signed Note: The affidavit must be on judicial stamp paper by the Executive of the Firm
attested by Oath Commissioner.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
116
BID FORM 3(A) Name of the Firm Bid Reference No: Date of opening of Bid. Documentary Evidence: Eligibility of the Bidders and Goods (Details to be filled in wherever applicable) Required Documentation (To Be Filled by the Procuring
Agency)
Checklist7 (To be initialed by the Bidder against each document)
Relevant Page Number8 in the Bid (To be filled by the Bidder)
Supporting Documents9 (To be filled by the Bidder with name of the documents that are submitted to meet the requirement)
Column:1 Column:2 Column:3 Column:4
Valid Manufacturing License
Valid Registration(s) of quoted items
Valid Drugs Sale License10
Valid Import License (where applicable)
Letter of Manufacturer's authorization
Partnership Deed (where applicable)
NTN Certificate GST Certificate Letter of Intention
Affidavit One year experience evidence
Child Labor Free Certificate11
Original Receipt of purchase of Bidding Documents
7 Bidders should only initial against those requirements that they are attaching with the form 3(a). In case they do not have any document to attach the corresponding cell in column 2 should be left blank. 8 Bidders are required to mention the exact page number of relevant document placed in the Bid. 9Bidders are advised to attach all Supporting documents with this form in the order of the requirement as mentioned in column 1. 10 In case of Sole Agent 11 Bidders are required to furnish a certificate to the effect that their firm is free from child labor and having standard
child labor free policy
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
117
BID FORM 3(B) Issued Date_______ MANUFACTURER’S AUTHORISATION12
To: [Name &Address of the Procuring Agency] WHEREAS [name of the Manufacturer] who are established, reputable & Pre-Qualified
Manufacturers of [name and/or description of the goods] having factories at [address
of factory] do hereby authorize [name and address of Supplier/ Agent] to submit a bid,
and subsequently negotiate and sign the Contract with you against the Invitation for
Bids (IFB) No. [Reference of the Invitation to Bid] for the goods manufactured by us.
We hereby extend our full guarantee and warranty as per Clause 15 of the General
Conditions of Contract for the goods offered for supply by the above firm against this
Invitation for Bids.
This authorization is valid till ___________________________
Signature:--------------------------------------.
Designation:--------------------------------------
Official Stamp:-----------------------------------
12 This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person
competent and having the power of attorney to bind the Manufacturer. It should be included by the Bidder in its bid.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
118
BID FORM 4
Firm’s Past Performance13. Name of the Firm: Bid Reference No: Date of opening of Bid: Assessment Period: (One Year as per Evaluation Criteria) Name of the Purchaser/Institution
Purchase Order No.
Description Of Order
Value of Order
Date of Completion
Purchaser’s14 Certificate
13 Bidders may use additional Sheets if required. 14 All certificates are to be attached with this form.
Procurement of Equipment, Instrument for Qazi Hussain Ahmad Medical Complex Nowshera
119
BID FORM 5 Price Schedule
(To be provided to the Procuring Entity) User Note: This form is to be filled by the Bidder and shall submit with Financial Bid
to the Directorate General Health Services, Khyber Pakhtunkhwa. Name of the Firm: Bid. Ref. No: Date of opening of Bid. S.
No. Name of the Item Unit Price
(inclusive all applicable
taxes)
No. of Units
Total Price
Discounts (if any)
Final Total Price
(Inclusive of all taxes)
1 2 3 4 5 6 7 3*4 5-6
1 2
TOTAL
A) FINAL TOTAL PRICE: --------------------------------------------------
B) DISCOUNT15:--------------------------------------------------
C) FINAL QOUTED PRICE: --------------------------------------------------
(C=A-B)
Signature: -------------------------------------------------
Designation: ------------------------------------------------ Date: ------------------------------------------------
Official Stamp: ------------------------------------------
15 If a Bidder does not wish to offer an item wise discount but intends to offer an overall discount to its quoted price that should be mentioned here.
BID FORM 6 Performance Guarantee
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 10% of the
total Contract amount as a Security for compliance with the Supplier’s performance
obligations in accordance with the Contract.
And whereas we have agreed to give the Supplier a Guarantee: Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf
of the Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and
we undertake to pay you, upon your first written demand declaring the Supplier to be
in default under the Contract and without cavil or argument, any sum or sums within
the limits of [Amount of Guarantee] as aforesaid, without your needing to prove or to
show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the____________ day of_________, 200 Signature and Seal of the Guarantors/ Bank Address Date
CONTRACT AGREEMENT
THIS CONTRACT is made at on day of 2012, between The Government of Khyber Pakhtunkhwa, Health Department, (hereinafter referred to as the “Purchaser”) of the First Part; and M/s (firm name) a firm registered under the laws of Pakistan and 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 Purchaser invited bids for procurement of goods, in pursuance whereof M/s (firm name) being the Manufacturer/ authorized Agent of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas, the Purchaser has accepted the bid by the Supplier; NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;
2. The Contract: The following documents shall be deemed to form and be read and construed as integral part of this Contract , viz:-
a. General Conditions of Contract (GCC) b. Special Conditions of Contract (SCC) c. Schedule of Requirements. Annex- A
i) Supply Schedule d. Technical Specifications. Annex- B e. Price Schedule submitted by the Bidder. Annex- C f. Purchaser’s Notification of Award. Annex- D g. Purchase Order. Annex-E h. Performance Security Annex-F i. List of Bio-Medical Equipment & Hospital supplies Annex-G
2. Interpretation: 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”:
3. Term of the Contract: This contract shall remain valid for [Duration] from the date of signing, unless amended by mutual consent.
4. The Supplier declares as under:
i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right, interest, privilege or other obligation or benefit from the Government of Khyber Pakhtunkhwa or any administrative subdivision or agency thereof or any other entity owned or
Controlled by it (Government of Khyber Pakhtunkhwa) through any corrupt business practice.
ii. 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 Khyber Pakhtunkhwa, except that which has been expressly declared pursuant hereto.
iii. [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 Khyber Pakhtunkhwa and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.
iv. [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 Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency.
v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The 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 Procuring Agency.
vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration under the Arbitration Act of 1940 (As amended from time to time).
5. Items to be Supplied & Agreed Unit Cost: (i) The Supplier shall provide to
the Purchaser the items on the agreed cost more specifically described in the Price Schedule Submitted by the Bidder (Annex C). (ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical Specifications (Annex B) prescribed by the Purchaser against each item. (iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all taxation and costs associated with transportation and other agreed incidental costs.
6. Shelf Life of Drugs (Non Govt-MCC): During the time of delivery of drugs/kits
etc, if purchased along with the equipment by the bidder, the shelf life for the imported drug/kits shall not be less than 70%, while it shall not be less than 90% for the locally manufactured drugs.
7. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services, as specified in the Schedule of Requirements and Technical Specifications in accordance with the Price Schedule submitted by the Supplier, the amount against the delivered items 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.
8. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued in the name of [supplier’s name]
9. Payment Schedule: All payments to the Supplier shall be made in accordance with the SCC & agreed Payment Schedule at Annex: F of Part-II: Section-III of the Standard Bidding Documents, upon satisfactory completion of delivery and fulfillment of documentary and Codal formalities highlighted in the Payment Schedule.
10. Performance Guarantee: (i) The Supplier, within 07 days upon the receipt of Purchase Order and upon signing the Unit Rate Contract (selected items as mentioned in the Contract in annexure) shall provide to the Purchaser a Performance Security equivalent to 10% of the total Contract amount on the prescribed format (Bank Guarantee) and in prescribed manner. This Performance Guarantee shall be released to the Supplier upon successful completion of the Contract. ii) Supplier’s Bid Security already submitted with the Bid shall only be released upon satisfactory submission of a Performance Guarantee in accordance with sub-clause (i) above. iii) Failure to submit a Performance Guarantee shall result into forfeiture of Bid Security and Cancellation of Contract.
11. Penalties/ Liquidated Damages.
i) Wherein the Supplier fails to make deliveries as per purchase order and within the stipulated time frame specified in the Schedule of Requirement, the Contract to the extent of delivered portion of supplies shall stand cancelled.
ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance Guaranty/Security to the extent of un–delivered portion of supplies shall be forfeited.
iii) If the Supplier fails to supply the whole consignment and not able to deliver to any district, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be debarred minimum for two years for future participation.
iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent purchase orders.
v) In case of late delivery of goods beyond the periods specified in the Schedule of
Requirements and subsequent purchase order, a penalty @ 0.067% per day of
the cost of late delivered supply shall be imposed upon the Supplier.
VI) The raw material source and grade be clearly shown and accordingly the same be
used in all supplies; if found changed anywhere in supply of the same product,
the firm/supplier will be liable for black-listing for all its products and forfeiting all
its call deposits and performance guarantees
VII) The rate offered should be less than/equal to any where quoted in same financial
year. If any where quoted less, the firm/supplier will be liable for black-listing for
all its products and forfeiting all its call deposits and performance guarantees
VIII) The health department buying units and the manufacturers / suppliers are bound
to make sure the receipt of copy of Supply Order to the Health Directorate
General Peshawar for consolidation of total supplies along with amount in PKR
issued.
Those who did not fulfill the above criteria’s are liable to be proceeded against and be black listed
12. Notices: All notices and correspondences incidental to this contract shall be in English language and shall be addressed to:
For the Purchaser:
Qazi Hussain Ahmad Medical Complex Nowshera
Tel: +92 (0923) 644824
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: For the Purchaser.
Signature: ____________________________ Name: ____________________________ Designation: ____________________________
Signed/ Sealed: For the Manufacturer/ Authorized Agent.
Signature: __________________________________ Name: ___________________________________ Designation: __________________________________
Witnesses:
Annex-II
Documents to accompany the Technical Bid of suppliers of Bio-Medical Equipment for Qazi
Hussain Ahmad Medical Complex Nowshera Khyber Pakhtunkhwa
Section-I: Primary Documentation
Primary Documents to be submitted in Section-I:
8. Bid Cover Sheet
9. Bid Form-1
10. Bid Form-2
11. Bid Form-3 (A)
12. Bid Form-3 (B)
13. Bid Form-4
14. Bid Form-5
8. Certificate to the effect that the requisite Bid Security equal to 2% of the Bid Price in the form ofCDR is enclosed in the Financial Bid.
(Non-submission of Primary Documents duly signed & stamped shall render the bidder non-responsive)
Section-II: Product Evaluation Documentation
Secondary Documents to be submitted in Section-II:
Product Certifications for Conformance Specifications:
5. Specifications List demonstrating the full / partial compliance to the required Specifications. 6. US Food and Drug Administration (FDA) 510K Certificate for the quoted Product, if available. 7. European Community (CE) MDD Certificate for the quoted Product, if available. 8. Japan Industrial Standards (JIS) Certificate for the quoted Product, if available.
Product Certifications for Performance Specifications:
6. AAMI’ s Certification on quoted Product Performance, if available 7. ICC’s Certification on quoted Product Performance, if available 8. USCC’s Certification on Product Performance, if available 9. Any other Product Certification on quoted Product Performance i.e., ISO etc. 10.Customer Satisfaction Certificates of the quoted product from a local entity supplied earlier
Section-III:Firm Evaluation Documentation
Secondary Documents to be submitted in Section-II:
7. Manufacturer Authorization Certificate, or Partnership Deed with manufacturer
8. NTN Certificate from FBR
9. GST Certificate from FBR
10. IT-1 or IT-2 Form from FBR
11. List of certified professional & Technical staff employed by the firm
6. Detail of Networking setup in Peshawar
7. Plan for Training on equipment to be supplied and installed along with certificate
8. Post-Warranty Certificate.
10. Post warranty Maintenance Services Certificate.
SECTION-V
Eligible Countries
Section VI: Eligible Countries
Country Eligibility for the Provision of Goods, Works and Services
As an exception, firms of a Country or goods manufactured in a Country may be
excluded if:
1. As a matter of law or official regulation, the Purchaser’s Country prohibits commercial relations with that Country, provided that the Procuring Entity is satisfied that such exclusion does not preclude effective competition for the supply of the Goods or Works required, or
3. By an Act of Compliance with a Decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Purchaser’s Country prohibits any import of goods from that Country or any payments to persons or entities in that Country.
2. For the information of Purchasers and bidders, at the present time firms, goods and services from the following countries are excluded from this bidding:
• Israel