Copy of Final Specifications By Engr.docx

72
Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 BIDDING DOCUMENT After Pre-Bid Meeting of specification EQUIPMENT AND MACHINERY / FURNITURE/AMBULANCE / GENRATOR B&C ETC. (YEAR 2015 - 16) HEALTH DEPARTMENT DISTRICT GOVERNMENT LAYYAH 0606-920055

Transcript of Copy of Final Specifications By Engr.docx

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

BIDDING DOCUMENT After Pre-Bid Meeting of specification

EQUIPMENT AND MACHINERY / FURNITURE/AMBULANCE /

GENRATOR B&C ETC. (YEAR 2015 - 16)

HEALTH DEPARTMENT DISTRICT GOVERNMENT

LAYYAH 0606-920055

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

2 EDO (HEALTH) LAYYAH

DISTRICT GOVERNMENT LAYYAH EXECUTIVE DISTRICT OFFICER(HEALTH) LAYYAH

RE-TENDER NOTICE

Executive District Officer (Health) Layyah, invites sealed bids (on C&F/FOR basis) from the firms having established credentials in of Technical , Financial and Managerial capabilities for the various items as per details given below during current Financial Year 2015-2016 as per PPRA Rules 2014 on free delivery to consignee’s end / Layyah Basis.

Sr. No.

Particular Name of Hospital Quantity Refundable Security in

the Shape of Call Deposit

Tender Opening Date

(Technical Bid)

Tender Fee Non

Refundable

1. Purchase of Medical

Equipments, Plant and Machinery

Up-gradation of THQ Hospital Karor As per PC-I

2% CDR of quoted price

(will be attached

with Technical

offer)

10-12-2015 at 12:00 Noon

Rs. 1000/-

Up-gradation of THQ Hospital Choubara As per PC-I Children Ward at DHQ Hospital Layyah As per PC-I PCR Lab. at DHQ Hospital Layyah As per PC-I Up-Gradation of BHU Pharpur into RHC As per PC-I

2. Purchase of Hospital & Office Furniture

Up-gradation of THQ Hospital Karor As per PC-I Up-gradation of THQ Hospital Choubara As per PC-I Children Ward at DHQ Hospital Layyah As per PC-I PCR Lab. at DHQ Hospital Layyah As per PC-I

3. Purchase of Generator (30kva

Up-Gradation of BHU Pharpur into RHC No-01

4. Purchase of Ambulances

Up-Gradation of BHU Pharpur into RHC No.01

5. Purchase of Bedding & Clothing

Up-gradation of THQ Hospital Choubara As per PC-I Up-gradation of THQ Hospital Karor As per PC-I Children Ward at DHQ Hospital Layyah As per PC-I PCR Lab. at DHQ Hospital Layyah As per PC-I

6. Echocardiography Machine

DHQ Hospital Layyah No. 01

1. Interested bidders may get the bidding documents from the purchase branch office EDO (Health), Layyah on submission of the written application and a copy of CNIC on payment of non-refundable fee of Rs: 1000/- (one thousand rupees only) for each bidding documents. Bidding documents including detailed specifications & terms and conditions shall be issue from the date of published upto 20-01-2016 at 10:30AM.

2. Single Stage – Two envelopes bidding procedure shall be applied. The Envelope shall be marked as “TECHNICAL PROPOSAL: and “FINANCIAL PROPOSAL” in bold and legible letters. On the scrutiny of technical bid, if the company found non-responsive the Financial Proposal shall be returned un-opened to the respective bidders.

3. Sealed bids are required to be brought in person or by the authorized representatives of the interested bidders or through mail on 20-01-2016 at 11:30 AM positively in EDO (Health) office, Layyah. The bids received till the stipulated date and time shall be opened at 12:00 Noon in the presence of the bidders or their authorized representatives.

4. The bidders are required to submit the company profile including Technical, Engineering, Managerial capabilities, after sale services and Past Experience / Performance along with their Technical Bid as per PPRA.

5. The bidders are required to give their best and most competitive prices for the equipment as per PPRA Rules. 6. “35 Rejection of Bids:- 1. The procuring agency may reject all bids or proposals at any time prior to the acceptance of a

bid or proposal. 2. The procuring agency shall upon request communicate to any bidder, the grounds for its rejection of all bids or proposals, but not be required to justify those grounds:.

7. Successful bidder will submit 5% call deposit of issuance of final supply order. 8. All Procurements shall be governed by the Punjab Procurement Rules 2014. 9. All documents required as per PPRA 2014 must be attached with the technical bid. 10. Authorization letter of the firm issued from manufacturer must be valid upto 30-06-2016. 11. A certificate on the stamp paper of Rs.100/- be attached that the firm is not black listed from anywhere and rates quoted in

the bids is not acceded from the rates supplied to other district, if it found the firm will be bond for refund of over charged amount.

12 Pre-bid meeting shall be held on 25.01.2016 at 11:00AM at EDO (H) Office Layyah. All interested bidders are requested to submit their reservations, if any, in writing by which will be discussed in the meeting for appropriate decision.

13. The Tender also uploaded on PPRA website www.ppra.gov.pk

Dr. Ameer Abdullah Samtiah Executive District Officer (H) Layyah

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

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

General Instructions ............................................................................................................. 5

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

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

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

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

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

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

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

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

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

Preparation of Bids ............................................................................................................... 7

10. Language of Bid ........................................................................................................... 7

11. Documents Comprising the Bid ...................................................................................... 7

12. Bid Form and Price Schedule .......................................................................................... 7

13. Bid Prices ................................................................................................................... 8

14. Bid Currencies ............................................................................................................. 8

15. Documents Establishing Bidder’s Eligibility and Qualification ............................................... 8

16. Documents Establishing Good’s Eligibility and Conformity to Bidding Document ..................... 9

17. Bid Security ................................................................................................................ 9

18. Bid Validity ............................................................................................................... 10

Submission of Bids ............................................................................................................. 10

19. Format and Signing of Bid ........................................................................................... 10

20. Sealing and Marking of Bids ......................................................................................... 10

21. Deadline for Submission of Bids ................................................................................... 10

22. Late Bid ................................................................................................................... 11

23. Withdrawal of Bids .................................................................................................... 11

Bidding Procedure .............................................................................................................. 11

24. Single stage-two envelops bidding procedure ................................................................. 11

Opening and Evaluation of Bids ........................................................................................... 11

25. Opening of Bids by the Procuring Agency ....................................................................... 11

26. Clarification of Bids .................................................................................................... 12

27. Preliminary Examination ............................................................................................. 12

28. Evaluation and Comparison of Bids ............................................................................... 12

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

4 EDO (HEALTH) LAYYAH

29. Evaluation Criteria ....................................................................................................................... 13

30. Contracting the procuring agency ............................................................................................... 16

31. Rejection of bids .......................................................................................................................... 16

32. Re-bidding ......................................................................................................................... 17

33 Announcement of evaluation report .......................................................................................... 17

Award of contract 34 Acceptance of bid and award criteria ……… .................. ……………………………………………………….. 17

35 Procuring agency’s right to very quantities at the time of award …… ....... ……………………………. 17

36 Limitations of negotiation………………………………… …………… ………………… ........................ ……………17

37 Notification of Awards ................................................................................................................ 17

38 Signing of Contract ...................................................................................................................... 17

39 Performance Guarantee .............................................................................................................. 18

40 Schedule of Requirements .......................................................................................................... 18

41 Redressal of grievances by the Procuring Agency ....................................................................................... 18

General Conditions of Contract ........................................................................................................... 19

1. Definitions .......................................................................................................................................... 19

2. Application ......................................................................................................................................... 19

3. Country of Origin ................................................................................................................................ 19

4. Standards ............................................................................................................................................ 19

5. Use of Contract Documents and Information .................................................................................... 19

6. Patent Rights ...................................................................................................................................... 20

7. Submission of Samples ....................................................................................................................... 20

8. Ensuring storage/installation arrangements ...................................................................................... 20

9. Inspection and Tests ........................................................................................................................... 20

10. Physical examination/inspection of goods ......................................................................................... 20

11. Delivery of Documents ....................................................................................................................... 21

12. Insurance ............................................................................................................................................ 21

13. Transportation .................................................................................................................................... 21

14. Incidental Services .............................................................................................................................. 21

15. Warranty ............................................................................................................................................ 21

16. Payment ............................................................................................................................................. 21

17. Prices .................................................................................................................................................. 22

18. Contract Amendments ....................................................................................................................... 22

19. Assignment ......................................................................................................................................... 22

20. Subcontracts ....................................................................................................................................... 22

21. Delays in the Supplier’s Performance ................................................................................................ 22

22. Penalties/liquidated Damages............................................................................................................ 22

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

5 EDO (HEALTH) LAYYAH

23. Termination for Default ................................................................................................... 23

24. Force Majeure ................................................................................................................ 23

25. Termination for Insolvency ............................................................................................... 23

26. Arbitration and Resolution of Disputes ................................................................................ 24

27. Governing Language ........................................................................................................ 24

28. Applicable Law ............................................................................................................... 24

29. Notices ......................................................................................................................... 24 Special Conditions of Contract .............................................................................................. 25 Annexures

1. Invitation for Bids for Procurement of Medical Equipment ...................................................... 29

2. Performance Guarantee Form ............................................................................................ 30

3. Manufacturer’s Sole Authorization Form .............................................................................. 31

4. Contract Form ................................................................................................................. 32

5. Bid Form ........................................................................................................................ 34

6. Price Schedule (CIF type) ................................................................................................... 35

7. Price Schedule (DDP type) ................................................................................................. 36

8. Bid Evaluation Report(Template)…………………………………………………………………………………………………….37 List of Items ..................................................................................................................... 41

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

A. Instructions to Bidders (ITB) General Instructions: 1. Content of Bidding Document 1.1 The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. In addition to the Invitation for Bids, the bidding documents include:

(a) Instructions to Bidders (ITB); (b) General Conditions of Contract (GCC); (c) Special Conditions of Contract (SCC); (d) Schedule of Requirements; (e) Technical Specifications; (f) Contract Form; (g) Manufacturer’s Authorization Form; (h) Performance Guaranty Form; (i) Bid Form; and (j) Price Schedule

1.2 The “Invitation for Bids” does not form part of the Bidding Documents and is included as a reference only. In case of discrepancies between the Invitation for Bid and the Bidding Documents listed in 1.1 said Bidding Documents shall take precedence. 1.3 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejection of its bid. 2. Source of Funds 2.1 Government of Punjab. 3. Eligible Bidders 3.1 This Invitation for Bids is open to all original Manufacturers/authorized sole Agents of Foreign/ Local manufacturers in Pakistan for supply of goods. 3.2 The bidder must possess valid legal enforceable exclusive authorization from the Foreign/Local Manufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of the required goods. 3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial), a local body or a public sector organization. 4. Eligible Goods and Services 4.1 Country of manufacturer should be of USA, Europe and Japan; unless otherwise any other country of manufacturer is mentioned in specifications. However, country of origin of equipment could be from any geographical region of the world as per laws of Pakistan. 4.2 For the purpose of this clause, (a) the term “Goods” includes any Goods that are the subject of this Invitation for Bids and (b) the term “Services” includes related services such as transportation, insurance, after sale service, spare parts availability, etc. For purposes of this clause, “origin” means the place where the goods are mined, grown, or produced, or the place from which the related services are supplied. In case of the “manufacturer” the “origin” means the firm is based and registered in that country and registered with their stock exchange. Goods

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 are produced when, through manufacturing or processing, or substantial and major assembly of components, a commercially recognized product is produced that is substantially different in basic characteristics or in purpose or utility from its components. 5. Cost of Bidding 5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. 6. Clarification of Bidding Documents 6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond in writing to any request for clarification of the bidding documents, which it receives not later than seven (07) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the bidding documents. 7. Amendment of Bidding Documents 7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, may modify the bidding documents by amendment. 7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment in writing, and shall be binding on them. 7.3 In order to allow prospective Bidders reasonable time in which to take the amendment into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids. Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid. 8. Qualification and Disqualification of Bidders 8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidder that is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily, in accordance with the criteria listed in ITB Clause 29.2. 8.2 The determination shall take into account the Bidder’s financial, technical or production capabilities (in case of manufacturer), infrastructure of the firm, past performance in similar contracts, engineering staff and their capabilities, inventory of spare parts, repair and calibration tools, workshop facilities to provide the after sales services. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB Clause 29.2, as well as such other information/ premises visit as the Procuring Agency deems necessary and appropriate. 8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Supplier’s capacities may require the Suppliers to provide information concerning their professional, technical, financial, legal or managerial competence. 8.5 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Supplier was false and materially inaccurate or incomplete.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 8.6 Bidders that are found to consistently fail to provide satisfactory performances or arefound to be indulging in corrupt or fraudulent practices shall be black listed. 9. Corrupt or Fraudulent Practices 9.1 The Procuring Agency requires that all Bidders/ Suppliers/ Contractors observe thehighest standard of ethics during the procurement and execution of such Contracts. In pursuance of rule 2 (P) of PPRA 2014 and its subsequent amendments, if any , the Procuring Agency:

a. defines, for the purposes of this provision, the terms set forth below as follows: (i) coercive practice by impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence the actions of a party to achieve a wrongful gain or to cause a wrongful loss to another party; (ii) collusive practice by arrangement between two or more parties to the procurement process or contract execution, designed to achieve with or without the knowledge of the procuring agency to establish prices at artificial, noncompetitive levels for any wrongful gain; (iii) corrupt practice by offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence the acts of another party for wrongful gain; (iv) fraudulent practice by any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation; (v) obstructive practice by harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a procurement process, or affect the execution of a contract or deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements before investigators in order to materially impede an investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or acts intended to materially impede the exercise of inspection and audit rights.

b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question; shall declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for, or in executing, a Contract.

Preparation of Bids 10. Language of Bid 10.1 The bid prepared by the Bidder, as well as all correspondence and documents relating tothe bid exchanged by the Bidder and the Procuring Agency shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language 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 translation shall govern. 11. Documents Comprising the Bid 11.1 The bid prepared by the Bidder shall comprise the following components:

(a) A Bid Form and Price Schedule completed in accordance with ITB Clauses 12 and 13 (to be submitted along with financial proposal);

(b) Documentary evidence established in accordance with ITB Clause 15 that the Bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with ITB Clause 15 that the goods to be supplied by the Bidder are eligible goods and conform to the bidding documents.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

9 EDO (HEALTH) LAYYAH

12. Bid Form and Price Schedule 12.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished inthe bidding documents (Annexure A Form), indicating the goods to be supplied, a brief description of the goods, specifications, taxes, quantity, prices, make, model, country of origin, country of manufacturer and port shipment. 13. Bid Prices 13.1 The Bidder shall indicate on the Price Schedule the unit prices and total Package Price of the goods, it proposes to supply under the Contract. 13.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction must be initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted item may be marked or highlighted with red/yellow marker. 13.3 The Bidder should quote the prices of goods according to the technical specifications for complete package/Tender. The specifications of goods, different from the demand of enquiry and packaged items, shall straightway be rejected. 13.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, where applicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency. 13.5 Prices offered should be for complete package/Tender with accessories; detail of which is already mentioned in the technical specifications. 13.6 While tendering your quotation, the present trend/ inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained after the bid has been submitted. 14. Bid Currencies 14.1 In case of CIF tender, the Prices shall be quoted in $, £, € ¥ and CHF. 14.2 State Bank of Pakistan’s foreign currency selling rate will be considered from the date of opening of financial bid for comparison purposes. 14.3 The price for complete package/Tender, standard accessories; detail of which is already mentioned in the technical specifications will be considered for determining the lowest bidder. Optional items will not be considered while determining the lowest bidder. 15. Documents Establishing Bidder’s Eligibility and Qualification 15.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible as defined under ITB Clause 3. 15.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification and technical evaluation shall include:

(a) The Supplier/ agent shall have to produce Exclusive letter of authorization / Sole Agency Certificate from Manufacturer and in case of Manufacturer, documentary proof to the effect that they are the original Manufacturer of the required goods shall be provided, or joint venture/ consortium/ alliance of the local Sole agents/manufacturers.

(b) National Tax Number (NTN) and General Sales Tax Number with documentary proof shall have to be provided by the bidder(s).

(c) The Bidder shall submit an affidavit on legal stamp paper of Rs. 20/- that their firm has not been blacklisted in the past on any ground by any Government (Federal, Provincial), a

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

local body or a public sector organization. On account of submission of false statement the Bidder shall be disqualified forthwith and subsequently black listed.

(d) The Bidder should have strong engineering background and necessary tools/ test equipment, trained staff for the goods required after sales services.

(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serial number in the exact manner as quoted in the financial proposals.

(f) The Bidder must indicate the country of origin of the goods, Country of manufacturer, capacity of production of the firm (in case of manufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity with International standards of Quality and list of qualified technical persons along with qualification and trainings, list of main service, testing and calibration tools and in case of manufacturer; the supervisory staff working in the production and quality control departments in the manufacturing plant.

16. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents 16.1 Pursuant to ITB Clause 11, the Bidder shall furnish along with technical proposal, as part of its bid, documents establishing the eligibility and conformity to the bidding documents of all goods, which the Bidder proposes to supply under the Contract. 16.2 The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered. 16.3 Submission of sample if so required by the Technical Committee; the bidder shall provide the sample or give demonstration as per requirement for evaluation/ satisfaction of the Committee. 16.4 Submission of Original Purchase Receipt of tender. 16.5 Alternative bid is not allowed also a bidder cannot submit two bids. If the bidder quotes an alternative bid or submit two bids then the bidder will be considered as non-responsive. 17. Bid Security 17.1 Bid Security is 2% of the item price (with standard accessories) in the shape of irrevocableBank Guarantee or CDR from scheduled bank. Bid Security amounting to less than 2% shall not be acceptable 17.1 Bid Security is 2% of the total tender price; denominated in Pak Rupees; 17.2 Separately against each package/Tender given in this tender document; 17.3 As a part of financial bid envelop, failing which will cause rejection of bid; 17.4 in the form of Demand Draft / Pay Order / Call Deposit Receipt / Bank Guarantee (issued by a

scheduled bank operating in Pakistan, as per the format provided in the Tender Document) in the name of the Purchaser;

17.5 Have a minimum validity period of ninety (90) days from the last date for submission of the tender or until furnishing of the Performance Security, whichever is later.

17.6 The Bid Security shall be forfeited by the Purchaser, on the occurrence of any / all of the following conditions: 17.6.1 If the Tenderer withdraws the Tender during the period of the Tender validity specified by the Tenderer on the Tender Form; or 17.6.2 If the Tenderer does not accept the corrections of his Total Tender Price; or 17.6.3 If the Tenderer, having been notified of the acceptance of the Tender by the Purchaser during the period of the Tender validity, fails or refuses to furnish the Performance Security, in accordance with the Tender Document.

17.7 The Bid security shall be returned to the technically unsuccessful Tenderer with unopened/sealed financial bid while the unsuccessful bidders of financial bid opening procedure will be returned the Bid Security only. The Bid Security shall be returned to the successful Tenderer upon furnishing of the Performance Security

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

11 EDO (HEALTH) LAYYAH

18. Bid Validity 18.1 Bids shall remain valid for a period of 90 days after opening of Technical Bid prescribed by the Procuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. 18.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However, under exceptional circumstances and for reasons to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity. Such extension shall not be for more than the period equal to the period of the original bid validity. 18.3 Bidders who,

(a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and

(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids, if any.

Submission of Bids 19. Format and Signing of Bid 19.1 The bid shall be typed and shall be signed by the Bidder or Lead Bidder (in case of tender with the permission of alliance/ Joint venture for the bidding of complete package i.e. more than one equipment in a single tender) or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid. 19.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or persons signing the bid. 19.3 All biding documents to be duly attested (signed and stamped) by the authorized person of bidder or Lead Bidder. 20. Sealing and Marking of Bids 20.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. The envelopes shall then be sealed in an outer envelope. It should contain the package name and its number. 20.2 The inner and outer envelopes shall:

a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and b) bear the Institution/Hospital name and number indicated in the Invitation for Bids, and shall

be inscribed by the following sentence: “DO NOT OPEN BEFORE,” to becompleted with the time and the date specified in the invitation for Bid.

20.3 The inner envelopes shall also indicate the name and address of the Bidder/ Lead Bidder to enable the bid to be returned unopened in case it is declared as non-responsive or late. 20.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. 21. Deadline for Submission of Bids 21.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified under ITB Clause 19.1 not later than the time and date specified in the Invitation for Bids. 21.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amending the bidding documents in accordance with ITB Clause 7 , in which case all rights

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. 22. Late Bid 22.1 Any bid received by the Procuring Agency after the deadline for submission of bidsprescribed by the Procuring Agency pursuant to ITB Clause 21 shall be rejected and returned unopened to the Bidder. 23. Withdrawal of Bids 23.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid. 23.2 No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in ITB Clause 18.2 Withdrawal of a bid during this interval will make the bidder eligible to be debarred for further procurements for a period as deem necessary by the Procuring Agency. The Bidding Procedure 24. Single stage – two envelopes bidding procedure 24.1 Single stage – two envelopes bidding procedure shall be applied:

(i) The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal;

(ii) the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion;

(iii) initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; (iv) the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of

Procuring Agency without being opened; (v) the Procuring Agency shall evaluate the technical proposal, without reference to the price

and reject any proposal which do not conform to the specified requirements; (vi) during the technical evaluation no amendments in the technical proposal shall be

permitted; (vii) the financial proposals of bids shall be opened publicly at a time, date and venue to be

announced and communicated to the Bidders in advance; (viii) After the evaluation and approval of the technical proposal the Procuring Agency shall at a

time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non-responsive shall be returned un-opened to the respective Bidders; and

(ix) The bid found to be the lowest evaluated bid shall be accepted. (x) The procuring agency may adopt any other bidding procedure depending on the nature of

procurement / Type of Goods / Equipment to be procured as per the methods of procurement prescribed in PPRA 2014 and its subsequent amendments, if any.

Opening and Evaluation of Bids 25. Opening of Bids by the Procuring Agency 25.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICALPROPOSAL in the presence of Bidders’ representatives who choose to attend, at the time, on the date, and at the place specified in the Invitation for Bids. The Bidders’ representatives who are present shall sign the Attendance Sheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL shall remain unopened and shall be retained in safe custody of the Procuring Agency till completion of the evaluation process.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 25.2 The Bidders’ names, item(s) for which they quotedtheir rate and such other details asthe Procuring

Agency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal. No bid shall be rejected at technical proposal/ bid opening, except for late bids, which shall be returned unopened to the Bidder pursuant to ITB Clause 21. However, at the opening financial proposals (the date, time and venue would be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bid Security and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall be announced. 25.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as thefinancial proposal bid opening. 26. Clarification of Bids 26.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidderfor a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of bid like indication or re-indication of make/model/brand etc. shall be sought, offered, or permitted. 27. Preliminary Examination 27.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made (at the time of opening the financial proposal), whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order. 27.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified on the following basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If the Bidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancy between words and figures, the amount in words shall prevail. 27.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation (or changes the substance of the bid), provided such waiver does not prejudice or affect the relative ranking of any Bidder. 27.4 Prior to the detailed evaluation, pursuant to ITB Clause 27 the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions shall be deemed to be a material deviation for technical proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 27.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. 28. Evaluation and Comparison of Bids 28.1 The Procuring Agency shall evaluate and compare the bids on the basis of Single items/ Complete package (As demanded in the advertised tender), which have been determined to be substantially responsive, pursuant to ITB Clause 25. 28.2 The Procuring Agency’s evaluation of technical proposal/ bid shall be on the basis of previous performances, test reports, inspection of plant/ factory/ premises, previous experience of similar contracts, availability of engineering staff and their capabilities, inventory of spare parts, workshop facility to provide the after sales services, financial soundness and such other details as already highlighted. However, the evaluation of financial proposal shall be on the basis of price.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 28.3 All bids shall be evaluated in accordance with the evaluation criteria (ITB Clause 29) and other terms and conditions set forth in these bidding documents. 28.4 In case of procurement on CIF basis; for the purpose of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees in pursuant to ITB Clause 13. The rate of exchange shall be the selling rate, prevailing on the date of opening of Financial Bids specified in the bidding documents, as notified by the State Bank of Pakistan on that day. 28.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. 29. Evaluation Criteria 29.1 For the purposes of determining the lowest evaluated bid, factors other than price such as previous performances, previous experience, engineering/ technical capabilities, repair/ calibration tool, workshop facilities, financial soundness and such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken into considerationand these should be available with the bidder. The following evaluation factors/ criteria will be employed on technical proposals. 29.2 Technical Evaluation Criteria

Technical Evaluation Criteria (Medical Equipment and General Machinery)

1. For evaluation of bids KNOCKED DOWN CRITERIA will be applied. The bids conforming

to the specifications and pre-requisite conditions indicated in specifications and evaluation criteria will be considered for further technical evaluation.

2. The technical evaluation of tenders will be carried out by the designated Technical Evaluation Committee of Procuring Agency.

3. The bid must comply with the advertised technical specifications of the quoted single item/ complete package. Incomplete offer will straightaway be rejected.

4. The bidder must possess Exclusive/Sole authorization agreement from the Foreign Manufacturer. Unless otherwise specifically mentioned in the specifications of advertised tender that the excusive authorization of foreign manufacturer is not required. This can be applied only on general machinery and on a nature of medical / other equipment, where the extensive after sales services is not required or due to the any other technical reasons. This need to be identified by the procuring agency in the advertised specifications / Tender, if any.

5. The Manufacturer should have documentary evidence to the effect that they are the original Manufacturer of the quoted product with indication of manufacturing site and its location.

6. Certificate from the manufacturer that the after sales services / backup services shall be provided jointly with the local sole agent and in case of change of local agent, they will provide the after sales services themselves or through newly appointed agent for the period mentioned from the date of commissioning.

7. A Certificate from the manufacturer that the installation will be conducted in conformity with the system requirements by following the professional approach.

8. Satisfactory Past performance of the bidder for quoted product.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

15 EDO (HEALTH) LAYYAH

9. Sufficient Technical and Engineering capabilities of the firm; where after sales services are necessary (attach a list of technical and engineering staff, special testing equipment/calibration/ repair tools for equipment).

10. The firm must have all kind of testing and calibration equipment which is required to maintain the products which they are dealing. The list of all required testing equipment will be provided along with the bid including its model number and serial numbers. The available testing equipment must be calibrated. The offers without non-availability of required testing equipment will be straightaway rejected.

11. Submission of valid legally enforceable exclusive authorization letter of manufacturer assuring full guarantee and warranty obligations as per enclosed manufacturer authorized form with the bid document.

12. The medical equipment offered from foreign countries of USA, Europe and Japan shall be eligible to participate and must bear FDA510k, CE(MDD) or MHLW (Ministry of Health, Labor and Welfare) standard, respectively and those products should be marketed world widely; in case the origin is not mentioned in the specifications. (The product manufactured and marketed for certain region shall be knocked down). In case of high-tech equipment, any of the above mentioned two certificates are mandatory. The country of manufacturer other than USA, Europe and Japan will be acceptable only if it is specifically mentioned in the advertised tender/Specifications.

13. The non medical equipment / Machinery items must bear the relevant international applicable quality standards.

14. The quoted model of imported product shall be available on the current official website of the manufacturer; otherwise the quoted product shall be considered obsolete/ redundant and will straight away be rejected.

15. Infrastructure for execution of after sales services mentioned by the bidder shall be evaluated for its suitability as per provisions given in specifications and other requirements detailed in the technical specifications of the bidding documents.

16. The firms shall also declare the make, model, country of origin of all accessories to be provided with the equipment.

17. The Procuring Agency has the right to inspect the premises of bidder to inspect the setups ensuring proper after sales services.

18. An affidavit from bidder of Rs.20/- stating that their firm is not blacklisted by any of the Federal and Provincial Government or organizations of the State/ Central Government in Pakistan.

19. The template of bid evaluation report is attached as Annex - . The Technical status of

offers will be declared as Responsive, Non Responsive and Substantially Responsive.

20. The offer will be considered as responsive if it fully meets the tender requirement and specifications. The offer which will not be as per requirement of tender and specifications is to be declared as non responsive. The offer which contains the minor deviations from the specifications and the deviations would not have any kind of effect on the quality, efficiency, reliability and durability of products will be declared as substantially responsive, This need to be determined by the Technical Evaluation Committee. The offers which are declared as Responsive and Substantially Responsive will be considered as equivalent for the onward proceedings of tender.

29.2.1 Bidders are required to submit the information in the following format along with documentary evidence as under.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

29.2.2 Profile of the Bidder

Sr.# Particulars 1. Name of the company 2. Registered Office Address Office Telephone Number Fax Number 3. Contact Person Name Personal Telephone Number Email Address 4. Local office if any Address Office Telephone Number Fax Number 5. Bid Signing Authority Name Address Personal Telephone Number Email Address Please enclose Authorization or Power of Attorney to sign and submit the Bidding 6. Address for communication under the current Bidding 7. Registration Details NTN Registration Number GST Registration Number Banker’s Name, Address and Account Numbers a) Bid Security

# Particulars Please furnish details 1. Name of the Bank 2. CDR / Bank Guarantee 3. Date

b) Details of Balance Sheet (last three years)

# Audited Balance Sheets Bidder 1. 2011-12 2. 2012-13 3. 2013-14 4. Please enclose audited annual balance sheets.

c) Details about Income Tax (last three years)

# Audited years Bidder 1. 2011-12 2. 2012-13 3. 2013-14 4. Please enclose Income Tax Returns

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

d) Details about Annual Turnover (last three years)

# Audited years Bidder 1. 2011-12 2. 2012-13 3. 2013-14

29.2.3 Submission of original receipt of purchase of tender. 29.3 Financial proposals would be evaluated as follows:

i) After technical evaluation is completed, the Procuring Agency shall notify the date, time and location for opening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.

ii) Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to attend. The name of the bidders shall be read aloud. The financial proposal of the technically responsive bidders shall then be inspected to confirm that they have remained sealed and unopened (financial proposals of technically non-responsive Bidders shall be returned unopened). These financial proposals shall be then opened, and the total prices read aloud and recorded.

iii) Incomplete bid shall stand rejected. All items described in the technical proposal must be priced in financial proposal. Items described in the technical proposal but not priced, shall be assumed to be included in the price of other items.

iv) Minor oversight, clerical mistakes, other minor inconsistencies that do not alter the substances of the financial bid may be corrected by the Procuring Agency. When correcting computation error in case of discrepancy between a partial amount and the total amount or between the words and figures, the formers will prevail.

v) The bidders will quote the Price Schedules. The total price of the system will be calculated by converting the price to single currency (Pak Rs.) on the rate of date of opening of Financial Proposal; in case of import of item.

vi) The lowest responsible bidder will be declared with standard accessories. The price of optional items will not be considered while establishing the lowest bid.

30. Contacting the Procuring Agency 30.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time the Contract is awarded. 30.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract Award will result in the rejection of the Bidder’s bid and subsequent black listing. Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited. 31. Rejection of Bids 31.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid. The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 31.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 30.1 towards Bidders who have submitted bids. 31.3 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 31.4 The items contained in the tender / package should be bid in total and technical rejectionof any item not complying with the technical specifications may lead to the rejection of complete package/Tender. 32. Re-Bidding 32.1 If the Procuring Agency rejects all bids in pursuant to ITB Clause 30, it may call for a re-bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement. 32.2 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection and may revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary. 33. Announcement of Evaluation Report 33.1 The Procuring Agency shall announce the results of bid evaluation of a report givingjustification for acceptance or rejection of bids at least ten days prior to the award of procurement Contract. Award of Contract 34. Acceptance of Bid and Award criteria 34.1 The Bidder with technically evaluated lowest financial bid, if not in conflict with any other law, rules & regulations, policy of the Government or having less Bid Security shall be awarded the Contract, within the original or extended period of bid validity for complete package/Tender. 34.2 The Bidder having lesser Bid Security will be rejected as non-responsive and Acceptance of Bid be awarded to next bidder; being the responsive lowest bidder. 35. Procuring Agency’s right to vary quantities at time of Award 35.1 The Procuring Agency reserves the right at the time of Contract award to increase thequantity of goods originally specified in the Price Schedule and Schedule of Requirements without any change in unit price or other terms and conditions. 36 Limitations on Negotiations 36.1 Save as otherwise provided there shall be no negotiations with the bidder havingsubmitted the lowest evaluated bid or with any other bidder: provided that the extent of the negotiation permissible shall be subject to the regulations issued by the PPRA 2014 and its subsequent amendments, if any. 37. Notification of Award 37.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder in writing by registered letter that its bid has been accepted. 37.2 The notification of Award shall constitute the formation of the Contract.

38. Signing of Contract 38.1 At the same time as the Procuring Agency notifies the successful Bidder that its bid has been accepted, the Procuring Agency shall send the Bidder the Contract Form provided in the bidding documents, incorporating all agreements between the Parties. 38.2 Within ONE week of receipt of the Contract Form, both the successful Bidder and the Procuring Agency shall sign and date the Contract. The Procuring Agency shall issue Purchase Order on the same date of signing of Contract after ensuring the submission of Bank Security for execution of the contract by the Contractor. If the successful Bidder, after completion of all codal formalities shows inability to sign the Contract then their Bid Security/ Contract Security to the extent of proportionate percentage shall be forfeited and the firm shall be blacklisted minimum

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 for three years for future participation. In such situation the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. The contract is to be made on 04 stamp paper worth of Rs. @ 25 paisa per every one hundred rupees of the total value of the contract, under section 22(A)(B) of schedule 1 of Stamp Duty Act 1899 read with Finance Act 1995 (Act-VI of 1995) Notification No.JAW/HD/8-21/77 (PG) dated 1st January, 2014. 39. Performance Guarantee 39.1 On the date of signing of the Contract, the successful Bidder shall furnish the Performance Guarantee/Security in accordance with the Special Conditions of Contract, in the Performance Guarantee/Security Form. The Performance Guarantee will be 5% of the contract amount. The performance security shall be deposited in the shape of Deposit at Call/ irrevocable Bank Guarantee. 39.2 Failure of the successful Bidder to comply with the requirement of ITB Clause 37 or ITB Clause 38.1 shall constitute sufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award to the next lowest evaluated Bidder or call for re-bidding. 40. Schedule of Requirement 40.1 The supplies shall be delivered/ shipped within 90 days w.e.f the next date after the dateof issue of Purchase Order (without penalty)/ opening of LC, and with prescribed penalty, as per following schedule of requirement:

Mode of penalty Shipping/Delivery Period 90 Days

Without Penalty (Procuring agency may vary the delivery period according to the nature and volume of goods)

40.2 However, in special cases, delivery period can be fixed shorter or higher than the above mentioned schedule of requirement as deem appropriate by the Procuring Agency. 40.3 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty @ 0.1% per day of the cost not exceeding 10% of the purchase order/contract value for late delivered supply shall be imposed upon the Supplier. 40.4 In case of DDP the delivery period will be started from the date of issuance of Purchase order to the Contractor and in the case of CIF it will be from the date of establishment of LC by the bank in favor of manufacturer/Beneficiary. 41. Redressal of grievances by the Procuring Agency 41.1 The Procuring Agency shall constitute a committee comprising of odd number of persons, with proper powers and authorizations, to address the complaints of bidders that may occur prior to the entry into force of the procurement contract. 41.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge a written complaint concerning his grievances not later than fifteen days after the announcement of the bid evaluation report. 41.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of the complaint. 41.4 Mere fact lodging of a complaint shall not warrant suspension of the procurement process. 41.5 Any bidder not satisfied with the decision of the committee of the Procuring Agency may lodge an appeal in the relevant court of jurisdiction.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

B. General Conditions of Contract (GCC) 1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated:

a. “The Contract” means the agreement entered into between the Procuring Agency and the Supplier, as recorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

b. “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations.

c. “The Goods” means medical equipment and machinery and other items which the Supplier is required to supply to the Procuring Agency under the Contract.

d. “The Services” means those services ancillary to the supply of above goods, such as printing of special instructions on the label and packing, design and logo of the Institute/ Hospital, Insurance, transportation of goods up to the desired destinations, commissioning, training and other such obligations of the supplier covered under the Contract.

e. “GCC” mean the General Conditions of Contract contained in this section. f. “SCC” means the Special Conditions of Contract. g. “The Procuring Agency” means the Secretary Health, Government of the Punjab or the procuring

agency advertised the tender. h. “The Procuring Agency’s Country” is the country named in SCC i. “The Supplier” means the individual or firms or joint venture supplying the goods under this

Contract. j. “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded byprovisions of other parts of the Contract. 3. Country of Origin 3.1 Country of manufacturer should be of USA, Europe and Japan; unless otherwise anyother country of manufacturer is mentioned in specifications. However, country of origin of equipment could be from any geographical region of the world as per laws of Pakistan 4. Standards 4.1 The medical equipment of USA must comply with 510(K) FDA (Food & DrugAdministration), in case of Europe MDD (Medical Device Directive) and for Japan MHLW (Ministry of Health, Labour & Welfare) for specific quoted model. In case of high-tech equipment, any of the above mentioned two certificates are mandatory. The other/non medical equipment should comply with the relevant National/International product quality standards of respective origins. Use of Contract Documents and Information 5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. 5.3 Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agency on completion of the Supplier’s performance under the Contract if so required by the Procuring Agency. 6. Patent Rights 6.1 The Supplier shall indemnify the Procuring Agency against all third-party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country. 7. Submission of Samples 7.1 The samples shall be submitted as per detail in ITB 16.3. 8. Ensuring Storage/ Installation Arrangements 8.1 To ensure storage and installation arrangements for the intended supplies, the Supplier shall inform end user for pre-requisites well in time for proper installation. In case the Supplier abides by the given time frame he shall not be penalized for delay. 8.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements, penalty @ 0.1% per day of the cost not exceeding 10% of the purchase order/contract value for late delivered supply shall be imposed upon the Supplier. 9. Inspections and Tests 9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency. 9.2. For the purpose of inspections and tests of equipment. The Supplier shall furnish all reasonable facilities and assistance, to the inspectors at no charge to the Procuring Agency. In the event that inspection & testing is required prior to dispatch and categorically mentioned in the LC clauses, the goods shall not be supplied unless a satisfactory inspection report has been issued in respect of those Goods by the Procuring Agency. However, if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty on account of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier. 9.3 The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after the goods have been installed at Procuring Agency’s destinations. 9.4 The Procuring Agency’s right to inspect the premises of bidders/ lead bidders/ firms of alliance to inspect their premises/ setups ensuring proper after sales services. 9.5 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations under this Contract. 10. Physical Examination/ Inspection of Goods 10.1 The goods shall be acceptable subject to physical inspection, tests and/ or in accordance with the approved sample as decided by the Procuring Agency. 10.2 The Inspection Team will be designated by the Procuring Agency which will inspect each of the equipment/ goods as per contracted specifications and installation protocols recommended by the manufacturers.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 11. Delivery and Documents 11.1 The Supplier in accordance with the terms specified in the Schedule of Requirementsshall make delivery of the goods which is maximum 90-days from the date of issuance of this contract or opening/Establishment of LC. The details of original documents to be furnished by the Supplier are as follows;

a. Operational Manuals of the medical equipment b. Service Manuals indicating step by step service/ maintenance protocols of each of the

equipment. c. Periodic Preventive Maintenance schedules with recommended list of parts/ kits to be

replaced during PPM. d. Any other requirement by the procuring agency.

12. Insurance 12.1 The goods supplied under the Contract shall be delivered duty paid (DDP) or CIF asmentioned under which risk is transferred to the buyer after having been delivered; hence, marine and inland insurance coverage is Supplier’s responsibility. The Supplier shall ensure insurance in advance in full on prevailing premium rates at the time of shipment of the Goods on the behalf of the Purchaser for which the cost is inclusive in the Contract Price. 13. Transportation 13.1 The Supplier shall arrange such transportation of the goods as is required to prevent their damage or deterioration during transit to their final destination as indicated in the Schedule of Requirement. 13.2 Transportation including loading/ unloading of goods shall be arranged and paid for by the Supplier, and related cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided at the time signing of Contract. 14. Incidental Services 14.1 The Supplier shall be required to provide all the incidental service charges and the cost of such incidental services include in total Contract price. 14.2 The Procuring Agency will not pay any extra amount against any expenditure incurred on it, as the Contract shall be construed as fixed amount Contract and includes all costs. 14.3 The Procuring Agency will provide all the necessary documentations for facilitation but no amount to be given in any case except the Contracted amount. 14.4 All Custom Duties, if any, Octroi, Clearing Charges, transportation etc will be borne by the Contracting firm. However, Procuring Agency will provide all necessary documents for facilitation but no amount to be given in any case except the Contracted amount. 15. Warranty 15.1 A comprehensive warranty of three (03) years( five years for high tech equipment amounting to Rupees 10 Million or higher for single item) for complete system will be provided free of cost including parts, labour, unless otherwise separately mentioned in the specifications. The procuring agency may increase or decrease the span of warranty period as per their institutional requirement. The supplier will categorically mention the disposable/consumable items of the equipment good in advance along with the submitted tender, any item declaration as consumable /disposable after the submission of bid/quotation will not submitted. 15.2 In case of high tech equipment, A comprehensive warranty of five (05) years (amounting to Rupees 10 Million or higher for single item) for complete system will be provided free of cost including parts, labour, unless otherwise separately mentioned in the specifications. 16. Payment 16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified in SCC.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 16.2 In case of imported goods to be procured on CIF basis; the payment will be made 100% via establishing the LC in favor of manufacturer at sight and receiving the shipping documents/ Bill of lading, Insurance, Inspection certificate of the manufacturer, Country of origin, compliance of International standards of quality as per INCOTERMS of latest version Contract. The procuring agency may define its own financial values for the establishment of LC, in case of any special requirement. 16.3 In case of DDP; the payment will be made 100% after presentation of the delivery/ Installation/commissioning/completion/execution report of the contract and all other works described in Contract. Unless otherwise part payment, part delivery mentioned in the specifications. 17. Prices 17.1 Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided the Procuring Agency’s request for bid validity extension. 18. Contract Amendments 18.1 No variation in or modification of the terms of the Contract shall be made. 18.2 No variation in finalized brands/ makes/models shall be allowed except in special conditions where the manufacturer has stopped producing or suspended that model or the latest model of similar series or version has been launched by the manufacturer or non availability due to international mergers of the manufacturers or similar unavoidable constraints. 19. Assignment 19.1 The Supplier shall not assign, in whole or in part, its obligations to perform under this Contract, except with the Procuring Agency’s prior written consent. 20. Subcontracts 20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract except the firms involved in the Joint Venture/ Consortium. 21. Delays in the Supplier’s Performance 21.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency in the Schedule of Requirements. 21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Procuring Agency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by amendment of Contract. 21.3 Except as provided under GCC Clause 8.2, a delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 22, unless an extension of time is agreed upon pursuant to GCC Clause 21.2 without the application of liquidated damages.

22. Penalties/Liquidated Damages 22.1 In case of late delivery beyond the presented period, penalty as specified in SCC shall be imposed upon the Supplier/ Manufacturer. The above Late Delivery (LD) is subject to GCC Clause

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 24, including late delivery for reasons beyond control. Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 23. 22.2 If the firm provide substandard item and fail to provide the item the payment of risk purchase (which will be purchased by the indenter) the price difference shall be paid by the Firm. 23. Termination for Default 23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part:

a. if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, or within any extension thereof granted by the Procuring Agency pursuant to GCC Clause 8.2; or

b. if the Supplier fails to perform any other obligation(s) under the Contract. c. if the Supplier, in the judgment of the Procuring Agency has engaged in corrupt or

fraudulent practices in competing for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition.

24. Force Majeure 24.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeiture of its Performance Guaranty/ bid Security, or termination/ blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to mis-planning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof. The Committee of Ministry of Health, constituted for Redressal of grievances, shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority. However, unless otherwise directed by the Procuring Agency in writing, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event. 25. Termination for Insolvency 25.1 The Procuring Agency may at any time terminate the Contract by giving written notice ofone 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.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 26. Arbitration and Resolution of Disputes 26.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract. 26.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration. 26.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The arbitrator will be appointed with mutual consent of both the parties. The decisions of the Arbitrator shall be final and binding on the Parties. 27. Governing Language 27.1 The Contract shall be written in English language. Subject to GCC Clause 28, the version of the Contract written in the specified language shall govern its interpretation. All correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall be written in English. 28. Applicable Law

28.1 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction. 29. Notices 29.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and confirmed to other party’s address specified in SCC. 29.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

Special Conditions of Contract (SCC) Special Conditions of Contract shall be concluded between the Procuring Agency and the successful bidder(s) as per specific requirement of the specific Product. In case where there is a conflict between the general conditions of the contract and the special conditions of contract, the special condition of contract shall prevail. 1. General: 1.1 The imported goods shall be of USA, European or Japanese Origin firms; unless otherwise any other country of manufacturer is mentioned in specifications however their delivery/ provision may vary according to geographical location of their factories. 1.2 The fee of all necessary licenses required to install and operate the equipment shall be born by the Supplier and Procuring agency will facilitate through documents only. 1.3 The Bank Guarantee will be discharged after successful installation, commissioning, servicing and completion of warranty period (or for any other period mentioned in the specifications). A clearance letter/NOC will be issued by the head of concerned institution. 1.4 The Supplier shall be deemed to have obtained all the information regarding facilities and charges, in respect of port clearance, loading and unloading, storage, transportation, congestion, Octri, licensing fee and confirmed the requirements thereof at his own responsibility and all such costs and charges are deemed to be included in the rates and prices mentioned in the Priced BOQ and the Procuring Agency will not pay any amount over this contracted amount whether in case of CIF or free delivery consignments. 1.5 Certificate from the manufacturer that they will provide after sales services through its agent and in case of change of its agent, it will provide the services itself or newly appointed Sole agent/ Sole distributor. 1.6 The Supplier shall arrange the necessary arrangements for training of hospital staff including doctors, technician, paramedical staff and biomedical engineers. The supplier shall provide a factory training of quoted medical equipment to the hospital biomedical engineer and clinical training to the doctors, if specifically demanded in the advertised specifications/ tender. 1.7 For smooth functioning and management of medical and other equipment, it is mandatory for the bidders to provide sufficient technical training for high-tech equipment for the biomedical engineers and allied staff from factory trained experienced engineers at the concerned institute. 2. Insurance of Local Goods 2.1 Insurance of Local Goods and other materials from factory to Site shall include all insurance costs covering the responsibility of all losses or damages, while loading, unloading, storing, trimming on the carrier and transporting to Site up to the installation, testing & commissioning of the medical equipment. 2.2 Checking and verifying of consignments, issuance of receiving reports and damage reports (when applicable) shall be the Contractor’s responsibility. 2.3 The cost of insurance shall be quoted on the basis of insurance through National Insurance Company (NIC) of Pakistan or any other insurance company operating in Pakistan acceptable to the Procuring Agency.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 3. Payment 3.1 In case of imported goods; the payment will be made 100% via establishing the LC in favor of manufacturer/beneficiary at sight and receiving shipping documents/ Bill of lading, Insurance, Inspection certificate of the manufacturer, Country of origin, compliance of International standards of quality as per INCOTERMS of latest version. The payment will be made in the following manner through a letter of credit to be opened by the Procuring Agency. The procuring agency may define its own financial values for the establishment of LC, in case of any special requirement 3.2 The amount of Letter of Credit shall be paid to beneficiary/Manufacturer on production of the following non-negotiable documents.

i. Draft. ii. Three original and two copies of the Supplier's Invoice showing purchaser as Secretary, Health,

Government of Punjab, Pakistan, the Contract No., Goods description, quantity, unit price and total amount. Invoice must be signed in original stamped or sealed with company stamp or seal.

iii. Four Copies of packing list identifying content of each package. iv. One original and two copies of the negotiable, clean, on board through bill of lading marked

“freight prepaid” and showing purchaser as Secretary Health. v. Copy of insurance certificate showing purchaser as the beneficiary; vi. The original of the manufacturer’s warranty certificate covering all items supplied;

vii. One original copy of the Supplier’s Certificate of origin covering all items supplied. viii. Original copy of the certificate of Pre-Shipment inspection furnished to Supplier by the

purchaser representative (if specifically required by the purchaser). ix. Test/ Inspection Certificate of manufacturers. x. Compliance Report of Internal Quality Standards. xi. Product model, serial numbers.

xii. Manufacturer's Guarantee Certificate to the effect that: a) the goods supplied by them are strictly in conformity with the specifications stipulated in the

contract. b) the goods have been packed and marked suitable for transport by Sea, Rail, Road and Air in

terms of the contract. c) the stores supplied by them are brand new and absolutely free from any material or

manufacturing defects. d) Manufacturer's test certificate in respect of each consignment.

3.3 In case of DDP; the payment will be made 100% after presentation of the delivery/ Installation/commissioning/completion report of the equipment and all other works described in Contract. Unless otherwise part payment, part delivery mentioned in the specifications. 4. Execution of Warranty 4.1 A Log Book for the medical equipment which needs regular after sales services (To be specified by the procuring agency in bidding document) shall be maintained by the Supplier Service Engineer in consultation with the end user department. This will include the name of the equipment, down time, preventive maintenance schedule, replacement of parts, down time etc. 4.2 The Warranty will start from the date of acceptance of equipment (properly installed, as per contracted specifications and handing over of related documents mentioned in GCC and will last for its warranty period at 95% uptime. 4.3 The maintenance will be the responsibility of the manufacturer / their agent. An annual optimal uptime of 95% is considered as acceptable level of performance. 4.4 Software and hardware up gradation of the computing system should be carried out as available during warranty period as recommended by the manufacturer.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 4.5 Manufacturer / Supplier shall be responsible for rectifying with all possible speed at their own expense any defect or fault in the system which may develop at any time during installation, commissioning period. 4.6 Manufacturer will guarantee the availability of spare parts and accessories for the system for ten years. 4.7 Uptime shall be defined as the time available to the user for doing procedures/ data acquisition and processing during working hours throughout the year. 4.8 Manufacturer /Supplier shall check system performance during and after every 4-months. An “Optimal Percentage” will be calculated by dividing “System in Service” hours by hours available, both measured on the basis of working hours as detailed above. 4.9 If the uptime percentage for the measurement period (04-months) shall fall short of 95% the following formula will be applied to determine additional days in the warranty / service contract period.

a. 100% - 95% No Penalty b. 95% - 90% The warranty period will be extended by 2.0 times the number of days as extra down time. c. 90% - 80% The warranty period will be extended by 3.0 times the number of days as extra down time d. Below 80% The warranty period will be extended by 4.0 times the number of days as extra down time

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

Marking: Each packing should be clearly marked in suitable size in bold letters as per requirement.

6. Trans-shipment

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 6.1 Trans-shipment is not allowed (In case of no direct flight from the shipping country to the destination, this may be reviewed by the procuring agency on case to case basis). 7. Place of delivery 7.1 As per detail mentioned in the invitation for bids/tender notice. 9. Correspondence addresses Procuring Agency Contracting Firm M/S----------------------------------------------------------------------------------------------------------------------------

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

30 EDO (HEALTH) LAYYAH

(Sample)

INVITATION FOR BIDS Health Department Layyah invites sealed bids from the firms having established credentials in terms of Technical, Financial and Managerial capabilities for the supply of medical equipments as per details given below during current financial year 2015-16:

Tender/ Package# Detail of Equipments Quantity

1 Name of equipment 01

2. Interested bidders may get the bidding document along with detailed specifications from the office of EDO (Health) Layyah on submission of written application on letter head and a copy of CNIC along with payment of non-refundable fee of Rs.1,000/- (One thousand only) for each item/package. The bidding document can also be downloaded from the website www.ppra.punjab.gov.pk.Detailed specifications shall be issued as per advertisement given in PPRA Website. 3. 02% Bid Security shall be attached with the bid in the shape of Irrevocable Bank Guarantee or CDR from any scheduled bank otherwise tender will be rejected. 4. Single Stage – Two Envelopes bidding procedure shall be applied. The envelopes shall be marked as “FINANCIAL PROPOSAL” AND TECHNICAL PROPOSAL” in bold and legible letters. Financial proposal of bids found technically non-responsive shall be returned un-opened to the respective bidders. 5. Procurements shall be governed under the Punjab Procurement Rules, 2014. 6. Sealed bids are required to be brought in person by the authorized representative of the interested bidders as per dates given on the advertisement published in PPRA and Health Department website. The bids received till the stipulated date & time shall be opened on the same day at 11.30 A.M. in the presence of the bidders or their authorized representatives by the purchase committee. 7. in case of tender as package. The bidders are required to quote for complete package(s). The bidders may participate individually or in association with other qualified agents to complete items of the package(s). 8. All bids should be submitted in tape or ring binding. Bids with loose papers shall be rejected straightaway. All documents should contain proper page marking, attached in sequence as indicated for evaluation in the bidding document and signatures of authorized person. Moreover, signing and stamping of each page of bidding document/form is mandatory otherwise bid shall be rejected straightaway. 9. Pre-bid meeting shall be held on as per dates given on the advertisement published on PPRA website in the EDO (Health) Office Layyah. All interested bidders are requested to submit their reservations, if any, in writing by which will be discussed in the meeting for appropriate decision. 10. In case the date of opening or last date of sale of tender documents is declared as a public holiday by the government or non-working day due to any reason, the next official working day shall be deemed to be the date of sale, submission and opening of tenders accordingly. The time and venue shall remain the same.

(Stamp of the Procuring Agency)

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

31 EDO (HEALTH) LAYYAH

Performance Guarantee Form To: [Name & Address of the Procuring Agency] Whereas [Name of Supplier](hereinafter called “the Supplier”) has undertaken, in pursuance of Contract No. [number] dated [date] to supply [description of goods] (hereinafter called “the Contract”). And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a Bank Guarantee by a scheduled bank for the sum of 5% of the total Contract amount as a Security for compliance with the Supplier’s performance obligations in accordance with the Contract. And whereas we have agreed to give the Supplier a Guarantee: Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up to a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your first written demand declaring the Supplier to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the____________ day of_________, 201__ Signature and Seal of the Guarantors/Bank Address Date Note: 1. It should be valid for a period equal to the warranty period.

2. The contract will be signed/ issued after submission of this Performance Security. 3. The firm may submit the Performance Security for the Complete Package by the Lead

Contractor or individually for the respective portions of the firms in case of alliance.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

Contract Form (On stamp paper worth Rs. @ 25 paisa per every one hundred rupees of the total value of

the contract) THIS CONTRACT is made at on day of 2014, between the (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) a firm having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”). WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s (firm name) being the Manufacturer/ authorized Supplier/ authorized Agent of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of (item name) and services in the sum of Rs (amount in figures and words) cost per unit, the total amount of (quantity of goods) shall be Rs (amount in figures and words) for free delivery items and/or unit price €/£/$/¥/CHF________ for the total price_______________ €/£/$/¥/CHF of the items of CIF portion for establishing the LC. NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of this Contract hereinafter referred to as “Contract”:

2. The following documents shall be deemed to form and be read and construed as integral part of this Contract , viz:-

a. the Price Schedule submitted by the Bidder, b. the Schedule of Requirements; c. the Technical Specifications; d. the General Conditions of Contract; e. the Special Conditions of Contract; f. the Procuring Agency’s Notification of Award; g. the scope of work; h. the Contract; and i. the Bid & its clarifications. j. the contracted specifications (attached as annexure) k. any undertaking provided by the firm

3. In consideration of the payments to be made by the Procuring Agency to the Supplier/ Manufacturer as hereinafter mentioned, the Supplier/ Manufacturer hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.

4. The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract.

5. [The Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right, interest, privilege or other obligation or benefit from Government of the Punjab or any administrative subdivision or

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

Agency thereof or any other entity owned or controlled by it (Government of the Punjab) through any corrupt business practice.

6. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of the Punjab, except that which has been expressly declared pursuant hereto.

7. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of the Punjab and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty.

8. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to Government of the Punjab under any law, Contract or other instrument, be void able at the option of Government of the Punjab.

9. Notwithstanding any rights and remedies exercised by Government of the Punjab in this regard, [The Supplier] agrees to indemnify Government of the Punjab for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Government of the Punjab in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Seller/ Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Government of the Punjab.

10. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration. The decisions taken and/or award made by the arbitrator shall be final and binding on the Parties.

11. This Contract shall be governed by the laws of Pakistan and the courts of Pakistan

shall have exclusive jurisdiction. IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the place) and shall enter into force on the day, month and year first above mentioned. Signed/ Sealed by the Manufacturer/ authorized Supplier/ authorized Agent Signed/ Sealed by Procuring Agency

1. 1.

2. 2. Note: 1. In case of alliance; all the firms have to sign this document jointly along with Procuring

Agency, as all firms will bear equal responsibility in execution of the contract.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

34 EDO (HEALTH) LAYYAH

Bid Form

Date: Tender No: Name of the Item:

To: [Name and address of Procuring Agency] Respected Sir Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged, we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum of [Total Bid Amount], [Bid Amount in words] or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid. We undertake, if our bid is accepted, to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements. If our bid is accepted, we shall obtain an unconditional guarantee of a bank in the sum of ____ percent of the Contract Price for the due performance of the Contract, in the form prescribed by the Procuring Agency. We agree to abide by this bid for a period of [number] days from the date fixed for bid opening under ITB Clause 18 of the Instructions to Bidders, and it shall remain binding upon us and may be accepted at any time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, together with your written acceptance thereof and your notification of award, shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any bid you may receive. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below: Name and address of bidder Amount and Currency (if none, state “none”).” Dated this day of , 201- Signature (in the capacity of) Duly authorized to sign bid for and on behalf of Attachment

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

Price Schedule (CIF Tender)

Name of Bidder__________________________________________________________________ Tender No. and the name of the package/Tender --------------------------------------------------------------

Item

. No.

Name

of

Item(

Aslist

edini

nvita

tiono

fbid)

Mak

e

Mod

el

Coun

try

of O

rigin

Coun

try of

Manu

factur

er

Supp

lier

Name

of Po

rt ofd

ispatc

h

Qty

Unit C

IF Pr

ice€/

£/$/

¥/CH

F)(

Tota

l Pr

icefor

each

item€

/£/$/

¥/CH

F)(

Name

of

bene

ficiar

yban

k

Total Package Cost after conversion (Rs.)

Sign and Stamp of Bidder_________________________________________________ Note: 1. In case of discrepancy between unit price and total, the unit price shall prevail.

2. Foreign currency rate will be considered on the date of opening of Financial Bid as per selling rate announced by the National/ State Bank.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

Price Schedule (DDP Tender)

Name of Bidder__________________________________________________________________ Tender No. and the name of the package/Tender ------------------------------------------------------------

Item

. No.

Name

of

Item(

Aslis

tedini

nvita

tiono

fbid)

Mak

e

Mod

el

Coun

try

of

Orig

in

Coun

try of

Ma

nufac

turer

Supp

lier

Qty

Unit P

rice)(

Rs

Total

Pri

cefore

achit

em(R

s)

Total Package Cost (Rs.)

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

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

37 EDO (HEALTH) LAYYAH

(TEMPLATE)

BID EVALUATION SHEET

Package no/Tender Number:--------------------------------------------------------- Name of the Equipment and Qty:----------------------------------------------------

PART- I KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION) (To be evaluated by Purchase Department)

(All evaluation parameters defined below are mandatory for compliance)

Sr. No.

Evaluation Parameters

M/S ABC

M/S XYZ

1 Complete Package/Tender Yes / No Yes / No

2 Original Receipt of Tender Yes / No Yes / No

3 Affidavit from Bidder Yes / No Yes / No

4 Bid Security Yes / No Yes / No

5 Bid Validity Yes / No Yes / No

6 Delivery Period Yes / No Yes / No

(Eligible/ Not (Eligible/ Not Eligible

Remarks: Eligible for further for further

evaluations of evaluations of PART-

PART-II) II)

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016 PART- II KNOCK DOWN CRITERIA - (VENDOR EVALUATION) (To be evaluated by Technical Evaluation Committee) (All evaluation parameters defined below are mandatory for compliance.)

Sr. No. Evaluation Parameters M/S ABC M/S XYZ

1 Exclusive Authorization / Sole Agent Yes / No Yes / No

Certificate by the Manufacturer

2 Technical & Engineering capability(As defined Yes / No Yes / No

for the specific tender in specifications)

3 Certificate from the Manufacturer about the

after sales services through agent or itself (In Yes / No Yes / No

case specifically demanded in the

specifications)

4 Vendor Past performance Satisfactory / Satisfactory /

(In case of unsatisfactory performance,

Unsatisfactory Unsatisfactory

details must be mentioned)

5 Availability of relevant Tools and Testing /

Calibration Equipment Yes / No Yes / No

6 Compliance of Warranty as per tender Yes / No Yes / No

(Eligible/ Not (Eligible/ Not

Eligible for further Eligible for further

Remarks: evaluations of evaluations of

PART-III) PART-III)

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

PART – III KNOCK DOWN CRITERIA - PRODUCT EVALUATION (All evaluation parameters defined below are mandatory for compliance.)

Item

SPECIFICATION COMPLIANCE /EVALUATION PARAMETERS

Sr. No

Brand

1 Name of Equipment

Model

Country of Manufacturer

Country of Origin of Product/Model Number

Compliance with defined quality standards

Remarks

Remarks

Specification Compliance features wise:

Technically Acceptable Technically

Acceptable /Not

Specifications: /Not

(Mention the

(Mention the reasons)

reasons)

Technical Eligibility of Product: Eligible / Not Eligible Eligible / Not

Eligible

Technical Eligibility of Firm: Eligible / Not Eligible Eligible / Not

Eligible

Responsive/Substantially

Responsive/Substa

BID STATUS: Responsive/Non ntially Responsive

Responsive / Non Responsive

Note:

1. Non compliance of any of above evaluation parts will lead to the rejection of bid straight way.

2. Detail of rejection of any bid will be mentioned in detail. 3. The Technical status of offers will be declared as Responsive, Non Responsive and

Substantially Responsive. 4. The offer will be considered as responsive if it fully meets the tender requirement and

specifications. 5. The offer which will not be as per requirement of tender and specifications is to be

declared as non responsive. 6. The bid with minor deviations without any effect on the quality, efficiency, reliability and

durability of products will be declared as substantially responsive. The minor deviations will be determined by the Technical Evaluation Committee.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

40 EDO (HEALTH) LAYYAH

7. The bids declared either as Responsive or Substantial Responsive will be considered as acceptable bid for further processing.

8. Sample, where required by the procuring agency will be evaluated by the Technical Evaluation Committee by analyzing its Production quality, Design, Reliability, Conformance to the specification and safe for the usage etc. This report will become the part of above Performa as sample evaluation report.

9. In case of requirement, Procuring Agency / Technical Evaluation committee may inspect

the premises of bidder to inspect the Technical and Managerial Capability/ setups for ensuring proper after sales services.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

41 EDO (HEALTH) LAYYAH

1. LIST OF INSTRUMENT/ EQUIPMENT /FURNITURE /BEDING CLOTHING/GENERATOR AND AMBULANCE etc.

2. EQUIPMENT / INSTRUMENTS

SR. NO

NAME AND SPECIFICATION OF ITEM Estimated Qty

1. INCUBATOR Intensive care incubator comprises microprocessor controlled unit withTFT/LCD display 5.5” or more screen size, set/measured temperature, humidity and weight. Trend data for parameters. Incubator hood Double / Triple wall, doors at front and back. Bed surface (600 x 350 mm) (approx) with mattress tilts able 12° head and foot end. Integrated X-ray tray to accommodate X-ray cassettes from outside without moving the baby. 4 x elbow hand ports, one iris diaphragm and access holes. Noise level inside the hood Maximum 45 db Temperature regulation: Air Temperature setting range: 28-37ºC / 37-39ºC Skin temperature setting range: 34-36ºC / 36 -38ºC Humidity regulation servo control Water Reservoir Capacity : 1000 ml or better Setting/display Range: (15 – 60%) Integrated Two humidity sensors Weighing Scale Inbuilt digital weighing scale Alarm Safety Signals Visual and audible battery buffered/ powered alarms for, skin and air control temperature deviations, over temperature skin / over temperature air control, Humidity Control, Fan failure, Cabinet base/ drawers unit, lockable antistatic Casters. Accessories : Air sensor, skin sensors, humidity sensor, IV Pole, replaceable bacterial filter 4 nos, Rails at head and foot end. Mattress with cover. RS232 Port. Country Of Origin: USA/ Europe/ Japan

25-Nos

2. OVERHEAD WARMER TROLLEY Microprocessor controlled heating system. Open intensive care system for pre-mature and new born Two modes, Skin or Manual Mode Temp setting range: 30.0-38C° Display range LED / LCD or Color LCD panel Switch for operating modes, skin or manual control. flat procedure table, tilt able tray 10°, storage shelf/ drawer 2 no minimum Halogen / LED examination light Flow meter for oxygen Integrated X-ray Tray Under pad heating device with anti- decubitus gel pad. Audio Visual Alarms battery buffered: Power failure, Skin Temperature deviations, High Temperature, Skin probe defective/ unplugged Mobile stand with Ground plate, bumper guard, 4 antistatic castors two with locks Including IV pole Skin probe

10-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

42 EDO (HEALTH) LAYYAH

Infant Resuscitation unit integrated or standalone unit Country Of Origin: USA/ Europe/ Japan

3. NEONATAL MONITOR Screen size 7” or more Electrical B.P Apparatus Automatic For neonatal B.P. measurement Measuring range:0-280 mmHg Spo2 measuring range 30-250 bpm Accuracy: +3mmhg Paed/ neonate figure senor 2 Nos. NiBP Cuff Paed / Neonate 5 Nos. Country Of Origin: USA/ Europe/ Japan

25-Nos

4. CHILDREN MONITOR Non fade display • Colored LCD / TFT 12”display or more touch screen • Neonatal & pediatric modes of operation, detection and alarms for all parameters • Waveform display minimum 8 or more • Waveform trace speed: 25 and 50 mm/sec • Parameters: • ECG • Lead selection: 6 positions (lead i,ii, iii, avf, avr, avl) • Selectable neonatal and pediatric operation modes • Ability to detect neonatal & pediatric heart rate range, qrs widths and amplitudes • Numeric: heart rate • Waveform: real time • Lead off detection: alarms on lead failure • Variable gain: selectable 1/2, 1, 2, cm/mv • Heart beat indication: beep/tone with qrs detection • Non-invasive blood pressure (nibp) • Method. Oscillometric principle • Numeric: systolic, diastolic and mean pressures • Rising cuff / continuous pressure display • Ability to measure neonatal and pediatric b.p. Range • Cuffs for neonates/infants and pediatrics • Selectable neonatal and pediatric operation modes' • Selectable neonatal and pediatric initial and maximum cuff pressures and range • Selectable auto inflate interval settings • Temperature • Numeric.- temperature selectable in 'c / • Two temperature channel with probe (external and rectal) • Ability to measure neonatal and pediatric temperature range • Pulse oximetry • Numeric: % oxygen saturation • Range: 0-100 % • Waveform: plethysmograph pulse with pulse strength indication • Sensor for neonates/infants and pediatrics • Function of oxy-crg analysis. • Respiration • Impedance method using ecg leads for sensing • Ability to measure neonatal and pediatric breathing rate range, • Sweep speed: 12.5, 25, 50, 100 mm/sec. • Settable apnea alarm • Operating requirements: • Ac 22ov/ 5ohz

25-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

43 EDO (HEALTH) LAYYAH

• Built-in battery and charger for at least 1 hour on ac power failure at full parameter Accessories for Peads Monitors · ECG 5 Leads 3 nos · Spo2 Sensors FOR Children’s 3 Nos · NIBP Cuff for children’s 5 Nos · Temperature Probes 2 Nos Country Of Origin: USA/ Europe/ Japan

5. PULSE OXIMETER Display of oxygen saturation and pulse rate& Pleth waveform Oxygen saturation measurement range from 0 -100%. Pulse rate measurement from 30-250bpm Adult finger and Pediatric and Neonatal sensor two each Screen size six inches or more Built in rechargeable battery 4 h Country Of Origin: USA/ Europe/ Japan

10-Nos

6. BP APPARATUS MERCURY CHILDREN Mercury 300mm Hg with die cast metal housing large reservoir with spilling over arrangement, tube with 3 mm silicone. Rubber bulbs. 3 Velcro child cuff. Country Of Origin: USA/ Europe/ Japan

20-Nos

7. BP APPARATUS NEONATAL Digital BP Apparatus for measuring neonatal blood pressure. Arrangement, tube with 3 mm silicone. Rubber bulbs. 3 Velcro Neonate cuff. Country Of Origin: USA/ Europe/ Japan

20-Nos

8. O2 Concentrator Sound level below 48db or better Oxygen Outlet Pressure (48-62) KPA or better Atmospheric pressure 101kpa Oxygen Concentration at 1-3 liter per minute 95.5% or better Oxygen range selection 5 liter per minute90% or better Metal Cannula connector Oxygen Percentage Indicator Monitor Alarm for power failure and high and low pressure, battery test, low concentration Power consumption 350 watts Power 220V 50Hz Complete with: Humidifier bottle Nasal cannula for adult Air filter Country Of Origin: USA/ Europe/ Japan

15-Nos

9. NEBULIZER • Ultra sonic Nebulizer For nebulization of respiratory tracts. • Hospital grade for continuous operation. • Ultrasonically generated uni formed highly dense particles

of 1 -5 microns size. • Nebulizing rate 4 ml or better • Autoclave able delivery pipes. • Blow flow of 25 L/min. or more • Activating Water Capacity 400 ml or better • Nebulizing time setting from 0-30 min.& Continuous • Medication cup capacity: 150 ml. • Power of 220 Volts /50 Hz.

25-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

44 EDO (HEALTH) LAYYAH

• One extra delivery pipe/masks (all sizes). ACCESSORIES: • Solution bottle 500ml for approximate 4 hours · Complete with bacteria filter · Mobile stand pak made Country Of Origin: USA/ Europe/ Japan

10. O2 CYLINDER BIG 240 cft O2 cylinder brand new With valve and trolly. Country Of Origin: USA/ Europe/ Japan

08-Nos

11. O2CYLINDER SMALL 48 cft O2 Cylinder brand new With valve and trolley Country Of Origin: USA/ Europe/ Japan

35-Nos

12. SUCKER MACHINE Reciprocating oil free pump & piston mechanism Heavy duty Mobile Suction Unit with twin jars of capacity upto 4 or 5 liter each. Autoclavable Reciprocating type motor Aspiration rate upto 40-50 liters minutes at 650-900 mm Hg. Vacuum continuously adjustable 10X bacterial filter Complete aspiration set The Unit will be heavy duty which can run at least 12 hours continuously Overflow safety device 220 V/50Hz 1 Phase Imported trolley Country Of Origin: USA/ Europe/ Japan

10-Nos

13. LARYNGOSCOPE CHILD Local made

10-Nos

14. PHOTO THERAPY UNIT LCD/TFT Display Phototherapy unit light head, height adjustable on mobile stand with lockable castors. wavelength of LED light: 450-470nm Working life: 20000hrs or more Integrated Skin Temperature Probe Therapy timer and total run hour timer with TFT/LCD display, which can be reset for each treatment.

10-Nos

15. X-RAY MACHINE DIGITAL 500-MA X-RAY MACHINE FLOOR MOUNTED 500-MA/50 KW CR Floor mounted X-Ray Machine 500mA Microprocessor based. High frequency, 50KW X-Ray generator. Ma range10-500 mA at KV Range 40-150 kV Anatomical programmed radiography. Digital display of all set parameters. Rotating anode X-ray tube, with dual focus 0.6 & 1.2. mm. Anode heat storage capacity of at least 300 KHU or more Electronic timer with exposure time of 1msec.

02-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

45 EDO (HEALTH) LAYYAH

System with AEC facility. Capable of lateral radiography. 6-way floating table with foot control movements. Chest stands with Bucky. Complete with grid 8:1 ratio. Automatic over-load protection device and automatic line compensation. 3-phase, 380 V, 50 Hz. Country Of Origin: USA/ Europe/ Japan

16. WEIGHTING SCALE DIGITAL NEONATAL 0.1 oz (2 g) resolution, with , height measurement. Weight gain feature compares current with prior measurement. Digital output for permanent record retention. Country Of Origin: USA/ Europe/ Japan

10-Nos

17. WEIGHTING SCALE CHILDREN Baby weight scale with skin friendly plastic tray integrated in to the body of scale , study , constant digital weight capacity 20kg/*44lbs Country Of Origin: USA/ Europe/ Japan

10-Nos

18. Weight scale with length monitoring Best quality as per sample

10-Nos

19. OPHTHALMOSCOPE Battery operated ophthalmoscope with xenon light source System should have at least five different diagrams -20 D to +20 D correction Country Of Origin: USA/ Europe/ Japan

10-Nos

20. ABG ANALYZER · ABG Machine 9 or more analysis on 1 Test Card: pH, pCO2, pO2, Na+, K+, Ca++, Glu,

Hct, Lac · calculated values: cHCO3-, cTCO2, BE(ecf), BE(b), cSO2 and cHgb · Measurement the results in less than 40 seconds · Shall have room temperature test card storage. · Capable for critical result reporting. · Shall have Test Card and patient ID barcoding. · Test sample shall be < 94 μL fresh whole blood. · Shall have Operator / EQC lockouts. · Shall transmit results securely in real time. · Data manager shall be web based · Capable of HL7 Interface to LIS/HIS. · Should have single use test card with self calibration capability · Shall be Bluetooth battery operated Thermal Printer. · Integrated 1D (2D- Ready) Barcode. · unit shall be without requirement of separate Gas Cylinder and Calibration kit · Capable of Bi-Directional Communication between Host & Reader. · Shall not require a committed blood sample for test card Calibration Country Of Origin: USA/ Europe/ Japan

03-Nos

21. HEMATOLOGY ANALYZER 18 or more parameters measuring analyzer Results should be stored and displayed with histograms 3 part WBC analysis with 3 chamber integrated quality check program with atleast 5 or more levels and Levey-Jennings charts built in printer internal database, USB ports fully automated sample-handling, measurement, clog-prevention open tube system 25 μl of whole blood Sample volume

02-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

46 EDO (HEALTH) LAYYAH

Max. 5000 records including histograms DATA storage capacity RS232 or USB, 60 or moreTests / Hour Optional PS/2 or USB keyboard (optional) Country Of Origin: USA/ Europe/ Japan

22. CHEMISTRY ANALYZER Desktop type Open system Semi automatic Chemistry analyzer Sample type: Whole Blood, Serum, Plasma. Microprocessor controlled with atleast 7-8 standard filter positions along with 1 empty position Measuring range 0.200 to +2.500 OD 5-10 or more incubation position temperature selectable form 20c – 40 c 100 pluse program storage capacity 350-400 test result memory RS-232 output Graphical display of results Integrated printer Self calibrating Filter quality check for optimal wavelength, bandwidth, linearity and light standardization Data entry by keyboard/ pad Option for connecting external printer 220V, 50 Hz operated, power cable with plug / adopter to match local electrical sockets Complete functional unit with all required accessories Country Of Origin: USA/ Europe/ Japan

02-Nos

23. CENTRAL O2 SUPPLY SYSTEM ITEM NO: 01 Automatic Manifold for Oxygen (2 x 5) Qty 01 · The manifold should be automatic type and should switch from “Bank in use to

reserve” bank without fluctuation in delivery supply line pressure and without the need for external power. After the switch over, the “Reserver” bank shall then become the “Bank in use” and the bank in use becomes the reserve bank.

· Capacity: 2x5 with capacity of 90 – 100 m3/h ITEM NO: 02 Automatic Manifold For Nitrous Oxide (2X3) Qty 01 · The manifold should be automatic type and should switch from “Bank in use to

reserve” bank without fluctuation in delivery supply line pressure and without the need for external power. After the switch over, the “Reserver” bank shall then become the “Bank in use” and the bank in use becomes the reserve bank.

· The system is able to maintain continues supply in case of power failure · Capacity: 2x3 without cylinder with capacity of40-50 m3/h ITEM NO: 03 Wall outlets BS / DIN / US NFPA/ JIS Standard (CE marked with compliance MDD) · wall outlets with such material to minimize cross infection · Gases outlets wall mounted, complete in Box/Casing gas specific, self sealing valve,

indexed to eliminate interchangeability /erroneous tapping of gas, filter and cover plate.

· Oxygen: White Qty 20 · Nitrous Oxide: Blue Qty 02 · Compressed Air 4 bar : Black Qty 20 ITEM NO: 04

01-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

47 EDO (HEALTH) LAYYAH

Air venture System with Gauge Qty 20 · The injector should be connected to wall source of pressure gas using direct probe. · Maximum Suction: 25 liter/min or more · System supplied with 1500ML or more un-breakable & sterilizable collection jar ITEM NO: 05 Area Alarms with Remote Sensor upto Three gases Qty 01 · Should have Individual display and sensor module · Self diagnostic and error message display readable for ease of maintenance Bar

readout · Test & Mute button, low/high alarm condition ITEM NO: 06 Multiple Zone Valve Box with Monitoring Gauge upto Two Gases Qty 02 · Each wall type zone valve box should consist of the following components:- · steel valve box as per NFPA standard · Sub Valve Boxes 02 gases & Zone Valve Box, Assembly Gauge 0-300 psi Pressure

& emergency opening complete to mount on wall including shut-off valve. ITEM NO: 07 Oxygen Flow meter with Humidifier & Probe Qty 20 · Flowmeter for O2 therapy with regulator to be used for oxygen · Adjustable flow from 0-15L/min · Autoclave able, humidifier ITEM NO: 08 Copper Piping · Supply and installation of Medical Seamless Copper pipe shall be according to

13348. Degreased seamless, deoxidized For installation of Medical Gases Oxygen, Nitrous Compressed Air. Complete with fitting, such as Elbows, tees, sockets, reducers. Testing, cleaning. Painted/ Purging in standard colors. Acutual measuring will be ordered at the time of order

· 22mm 1 Feet · 15mm 1 Feet · 12mm 1 Feet ITEM NO: 09 Medical Compressed Air Station Qty 01 (Duplex) · Supply, installation, testing and commissioning of the Air compressor · Free Air Delivery with capacity of : 400-500 L / min or more of each compressor at

10-bar · Tank Capacity should be 500 ltr, or more for purity of air supplied, the tank should

be painted internally to eliminate all possible traces of oxidation and rust. · ADSORPTION Dryer with guaranteed dew point 5°C at 40°C ambient temperature. · working pressure: 8-10 bars Filtration System · Should consist of pre-filter/humidity, oil free filter. Country Of Origin: USA/ Europe/ Japan

24. GLUCOMETER For check Blood Glucose Unit with 25 strip bottle qty 2 Country Of Origin: USA/ Europe/ Japan

15-Nos

25. BABY WARMER (Sterilizer light for Nursery) · Unit should supply infra-red radiation in wave length spectrum of 1.5 - 6.8 μ m · Two LED Stripes 5Watt should each illuminate · System should have self-Test function.

01-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

48 EDO (HEALTH) LAYYAH

· Should provide Homogeneous illumination. · Visual and audible alarms as well as automatic intensity. · Unit should have integrated timers for heat control. · Unit should have auto detect function reduce the radiation intensity when the

distance to the patient is reduced · Should have high-performance reflector that directs the radiation intensity of the

heating element directly and evenly to the patient pad. · Versatility to mount on poll, wall arm, ceiling and height adjustable double arm

joints. · Wave length spectrum 1.5 to 6.8 μm · Illumination on both sides in 5 steps · Color temperature 4000K · Adjustable Mobile stand with Ground plate, 4 antistatic castors two with locks Including Country Of Origin: USA/ Europe/ Japan

26. ELECTROLYTE ANALYZER Analyzer for the measurement of K+, Na+, Cl- System should accept ≤100μl. Of Whole Blood, Serum, Plasma, Urine, CSF as sample Throughput 50samples/hour or more. System should be capable of automatic two point calibration along carrying out one-point and two-point calibration manually. System should have 2 or more levels of quality controls. Selectable adjustable reference range for all parameters. Built in Thermal Printer. Result storage capacity: 200 - 250 samples. RS 232 or USB Interface should be available Country Of Origin: USA/ Europe/ Japan

02-Nos

27. PEDIATRIC VENTILATOR ICU Patient Range: Infant, Pediatric and Adult. Body Weight 2 - 200 Kg Upgradeable in future Breathing Classification: Pressure Controlled / Volume Controlled / Time Cycled/Touch Screen Modes of Ventilation: Volume Control Assist CMV Pressure Controlled PS Pressure Support CPAP SIMV + Pressure Support Non-Invasive Ventilation Bi-Vent Auto Mode/Volume Targeted Pressure Regulated Ventilation Measurement Range / Specification: Tidal Volume : 20 – 2000 ml Respiratory Frequency : 5 – 120 bpm SIMV Breath Frequency Peak Inspiratory Pressure Inspiratroy Time I: E Ratio : 4: 1 to 1: 4 PEEP : 0 – 40 cm H2O FiO2 : 21 – 100 % Monitored Parameters with Digital / Graphic Display:

16-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

49 EDO (HEALTH) LAYYAH

Total Breath Rate Plateau Pressure / Rise Time Oxygen Concentration FiO2 Expired Tidal Volume Expired Minute Volume I: E Ratio Peak Pressure Mean Pressure Base Pressure / Pressure at End Exhalation Other Controls and Functions: Back Up Apnea Ventilation Microprocessor Control Unit Breath Circuit Compliance Compensation Expiratory Hold / Inspiratory Hold Pressure and Flow Trigger Sensitivity Mounted on Trolley with Lockable Wheels Alarms: Apnea High and Low Expired Minute Volume High and Low Airway Pressure FiO2 Concentration Gas Supply Source Low Battery Power Supply: 220 V, 50 Hz Compatible in-built turbine or separate compressor with Internal Chargeable Battery Back Up min 1 hour for complete functioning of ventilator & compressor Lung Mechanics and Graphics Display Monitor: TFT/LCD Monitor 10 to 12 inches minimum At Least Two Waveforms for Pressure, Flow, Volume Loop Display Volume / Pressure / Flow With Monitoring of Airway Resistance, Lung Compliance Humidifier: Humidifier with Temperature Monitoring at Airway and Humidification Chamber with Alarms for Low / High Limits Patient Breathing Circuit: Autoclavable Reusable Patient Tubing Circuit with Water Traps in Patient Breathing Circuit for Pediatric and Adult Application

• Integrated/Inbuilt Capnography CO2 Analyzer • Nebulizer

Optional Nitric Oxide delivery and monitoring system Country Of Origin: USA/ Europe/ Japan

28. Cell Separator for Dengue Microprocessor based unit with digital display Unit to be used for the separation of Red cells, Plasma, and platelet separation from centrifuged Blood. High sensitive sensor with at least 8 sensors or more sensors. Press movement should be automatically motor driven. Automatically adjustable sealing heads for bag system Data transfer facility through LAN System should have the possibility to store data with program storage facility LCD screen Display.

01-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

50 EDO (HEALTH) LAYYAH

Two balance to monitor and record components weight. Four stages programmable expression. 13 pre-programmed processing modes in default memory with easy user optimization. Real time display of components volume and progress status. Flow regulation control system Sensors for all different types of plasma, blood components and tube material Possibility of separation of plasma and transfer of additive solution Optional: Possibility of barcode reader attachment Optional: Automatic pressing of air out of the plasma bag Possibility of barcode reader attachment Unit must be supply with cryofuge Capacity of at least 2 bags of 500ml with speed of 4000 ml. Country Of Origin: USA/ Europe/ Japan

29. ELISA Machine With reader and washer Reader: Automatic Elisa reader with builtin shaker and incubator LCD Display Filter range: 8 selectable filters Weave length range 405nm -630nm Automatic Focusing Function. Cut-offs, Single and multi-standard OD Bichromatic dynamic Reading Linear Measurement range: 0.001 to 3.000 Abs Accuracy ±1%. Automatic focusing. Data storage capacity: 100 Ports: USB and Ethernet port Shaker: User programmable Incubator: In built Washer: Digital LCD display for complete operations Inbuilt soaking and washing time between1-9 min. liquid reside function. Liquid adding function up to 50-1000ul. Washes flat: flat bottom, round bottom, V bottom, U bottom. Liquid level sensor. Data storage capacity of at least 50 user define programs Built in printer Different type of washing 8 or 12 channels Country Of Origin: USA/ Europe/ Japan Semi Automatic Elisa Reader. Reading head should have 8 measurement and 1 reference channel. Light source should be 4 LEDs. Measurement range should be 0-4 OD Wavelength range should be 400-750nm Wavelength selection should be interference filters Filter wheel should be of 8 filter capacity Bandwidth should be 10nm @50% transmission Measurement time should be less than 15 sec with single wavelength and less than 20 sec with dual wavelength.

01-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

51 EDO (HEALTH) LAYYAH

Accuracy should be better than 1.0 to 1.5% on the average Precision should be better than 0.5 to 1.0% on the average Linearity should be better than 1.0 to 1.5% on the average Micro plate washer. Should be 8-channel washing head Should have built in display Flush time should be less than 40-53 sec./plate Soaking time should be 1-3999 seconds with an accuracy of 1 sec / plate Residual volume should be less than 2 ul Size of bottles for buffer, disinfectant and waste should be 2 L Dimensions (D) x (H) x (B) 53x24.3x36.8 cm Country Of Origin: USA/ Europe/ Japan

30. Real Time PCR Real time PCR cycler with 4-5 channels (green, yellow, orange red, crimson) laptop computer, software, accessories, 1-year warranty on parts and labor. Real time PCR specification should be approved by PVMS Health Department. Automatic Diagnostic PCR System, Both quantitative & qualitative test assay 4-5 Plex open system, Fully automates, amplification, Denaturation, Hybridization, Incubation, washing reading and result reporting, wells : 96 position, Yes simultaneous amplification & detection without operator intervention. Pre start check of volume and appropriate reagent check of onboard disposables, Thermal uniformity (Temperature accuracy ±0.2ºC of programmed target at 90ºC., sample volume 1-50 ul, temperature range 0-99ºC, programmable latest computer and printer with all accessories hardware and software for patient record history, reporting and printing up-gradable, minimum maintenance, no passive reference dye needed (e.g ROX), No lamp replacement or maintenance, No block to clean etc, Power 220V/50 Hz AC, Standard operational accessories , Warranty 05- year with Parts and factory calibration to minimize setup time. Fully automated auto Extractor PCR System •Fully automated high yield nucleic acid extraction with magnetic beads and PCR setup with complete accessories. •Reagent identification with on-board barcode scanners •Pre-programmed protocols •Flexible batch size from 12 to 24 samples in parallel •All required tubes, tips, plastics are inside the provided Extraction Kits •Ready to use reagents •Very fast extraction protocol (~40 minutes) •Very simple operation (easy to install, operate, maintain) •Isolation of very pure nucleic acids Extraction Method: Magnetic Beads Extraction Technology Extraction Method: Sample binding, washing and elution Throughput: 1 to 12 samples per run Display: LCD (20 characters x 4 lines) Heat Block Temperature: Room Temperature to 65 °C Operating Temperature: 15 - 30°C Operating Relative Humidity: 30 - 80% (non condensing)

01-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

52 EDO (HEALTH) LAYYAH

Complete With Micro centrifuge (rotor for x1.5x2.0ml tubes speed 13500 rpm or better), vortex mixture (Adjustable speed, 2400 rpm or better_ 2 sets of micropipettes (0.5-10,10-100, 100-1000 ) -20 C freezer, dry heat bath with shaking features UPS – Imported for above system minimum 2 hour backup Country Of Origin: USA/ Europe/ Japan

31. ANESTHESIA MACHINE WITH ALL ACCESSORIES Mobile type three gas unit (o2 , n2o& air), frame well finished stainless surface of all shelves including over-head shelf as well as main shelf/ mounted on antistatic swivel castors, two of them with brakes. Two strong hooks to hang gas pipelines and breathing circuits. Two drawers on sliding channel. Two pin index connections for o2 Two pin index connections for n2o Pressure regulators two for o2 and two for n2o Two pressure gauges for o2 Two pressure gauges for each n2o Flow meter tubes rotameters protected by a transparent box Calibrated antistatic flow meter tubes Minimum oxygen measuring range: 0-10l/min Minimum n2o measuring range 0-10 l/min Flow meter bank with o2 flow meter on left Oxygen flushes capable of delivering at least 35 l/minute. Single outlet for Magill/closed circuits Control cut off valve for n2o if oxygen pressure drops & failure warning device acoustic Two vaporizer can be mount, selectatec system; interlock Vaporizer selectatic type / interchangeable (latest model) facility for a second vaporizer should physically exist with fittings to connect approved vaporizer Two vaporizers Isoflorane and Savoflorane Magill/Baincircuit. For magillcct . Complete with (adult size 3) absorber mounting bracket Two oxygen cylinders pin index type size e Two nitrous oxide cylinders pin index type size locally provided Excess pressure relief valve at outlet connection. High pressure o2 outlet 4-5 bars for bronchoscope venturi attachment. If there is additional outlet required for ventilator will be in addition to it. Unit complete with expiratory port for connection of scavenging system. Co2 absorber with capacity of 1-2 kg with excess pressure relief valve with exhaust connection with mounting brackets. Circle system should be complete with manometer as an accessory for monitoring device. Built-in Ventilator

Electronically controlled, pneumatically driven Ventilation operating modes Standby, VCV, PLV, SIMV, Manual/Spontaneous breath Tidal volume 20 to 1400ml Inspiration/Expiration ratio: 4:1 to 1:8 Positive end-expiratory pressure High pressure: 20÷ 80cm H2O Low pressure 0 ÷ 20cm H2O Display Colour LCD Display: Minimum 8” TFT color screen Country Of Origin: USA/ Europe/ Japan

03-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

53 EDO (HEALTH) LAYYAH

32. CELLING OT LIGHT WITH ALL ACCESSORIES Shadow less LED Operating Light for spring balanced ceiling suspension, consisting of a main lamp, head hermetically sealed and dust proof supported by a standard type arm. Light intensity of main light 160,000 lux at 1 meter. Color rendering index 95 at least. Light intensity of satellite 130,000 lux at 1 meter distance. Color Temperature minimum 3,500-4,600 Kelvin. Field of illumination uniform &focusable between15-20 cm. LED Lights with 40,000 hr life. Complete with transformer for 220V/50Hz AC. With two sterilizable handles. Atleast 1-hours battery backup time. Country Of Origin: USA/ Europe/ Japan

04-Nos

33. ELECTRIC/HYDRAULIC OT TABLE WITH ALL ACCESSORIES • Multipurpose Mechanical/ Hydraulic. with T Shape Base • 5 Sectional operating Table • Hydraulic lift height adjustment from 730-1000 mm • X.Ray/Radio translucent Table top • X-Ray cassettes rails. • Trendelenburg / reverse Trendelenburg -/+30deg. • Lateral tilt min. +/-25 Deg. • Back raise 40 - +75 Deg. • Built in kidney elevator • Thickness of foam 70 mm or better • Accessories: • Arm rest, Leg rest, Anesthesia screen, Body Strap. IV Rod. Lithotomy poles Country Of Origin: USA/ Europe/ Japan

04-Nos

34. BIPOLOR DIATHERMY WITH ALL ACCESSORIES Solid State Electrosurgical Unit Microprocessor based electrosurgical unit for normal and under water cutting usages. Controls for cutting, coagulation, spray and blends. Mono polar cutting power of 300 watts or more Mono polar coagulation mode Bipolar Coagulation and cutting 80 watts or more Spray coagulation mode 120 watts or more Floating output with bipolar coagulation. Different gradations of blending of cutting and coagulation power. Digital display of all controls and set values of cutting and coagulation power. Audio and visual alarms on fault occurrence. Earth free patient circuit. Reusable patient plate. Double paddle foot switch, explosion proof. Monopolar handle with cord. Bipolar forceps with cord. Local Trolley with two shelves having anti static lockable wheels. 220V, 50 Hz. Accessory leads. Laparoscopic diathermy country lead Country Of Origin: USA/ Europe/ Japan

02-Nos

35. MOBILE X-RAY UNIT 300MA Mobile Microprocessor based X-Ray Unit. High frequency, 30KW X-Ray Generator. 300 MA at 100 kV Anatomical programmed radiography.

01-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

54 EDO (HEALTH) LAYYAH

Digital display of all set parameters. Rotating anode X-ray tube Focal spot of X-ray tube should be maximum 1.0mm Anode heat storage capacity of at least 140KHU or more Electronic timer with exposure time of 2-3 msec or better. Automatic over-load protection device and automatic line compensation. The unit should be battery Operated for exposure 220 V, 50 Hz. Country Of Origin: USA/ Europe/ Japan

36. INSTRUMENTS SETS FOR OT) B.P Handle No.4 02 Surgical Scissor STR 7” 02 Mayo scissors STR 7” 02 Mayo scissors CVD 7” 02 Mayo scissors CVD 7” 02 Spong Holding 02 Mosquito Forceps STR 04 Mosquito Forceps CVD 08 Artery Forceps STR 6” 06 Artery Forceps CVD 6” 12 Artery Forceps long STR 8” 06 Artery Forceps long CVD 8” 12 Needle Holder 8” 02 Needle Holder (Golden) 8” 01 Surgical Scissor (Golden) CVD 8” 01 Plain Forceps 7” 02 Tooth Forceps 7” 02 Long Tooth Forceps 10” 01 Touch Forceps Plain 6” 01 Langenback Retractor small 02 Langenback Retractor Medium 02 Langenback Retractor Large 02 Morris Retractor Medium 02 Self Retaining Retractor (Battfoor) 01 Suction Nozzle 02 Deaver Ret (5 Size) 05 Towel Forceps 5” 12 Allis Tissue Forceps 7” 12 Valkmen Currelte D/E 01 Kocher Forceps CVD 7” 04 Intestinal Clamps Crushing STR 02 Intestinal Clamps Crushing CVD 02 Intestinal Clamps Non-Crushing CVD 02 Intestinal Clamps Non-Crushing STR 02 Intestinal Holding Forceps 02 Lahey Forceps 02 O’shanssy Forceps 02 Bongeis Set lister 01 Local made as per sample. Laparoscopic Instruments. Meryland , 5mm Grosper. Tooth 5mm Plain 5mm Ports 10 mm 5mm

07-Set

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

55 EDO (HEALTH) LAYYAH

Suction and diathermy needles Aspiration needle. Stone retreiven L- diathermy hook / coutry hook Clip applicator Crocodiles forceps USA/UK/Germany

37. BP APPARATUS Mercury 300mm Hg with die cast metal housing large reservoir with spilling over arrangement, tube with 3 mm silicone. Desktop type with Rubber bulbs. 3 cuff. Country Of Origin: USA/ Europe/ Japan

20-Nos

38. BP APPARATUS MERCURY WALL TYPE Mercury 300mm Hg with die cast metal housing large reservoir with spilling over arrangement, tube with 3 mm silicone. Wall mount type with Rubber bulbs. 3 cuff. Country Of Origin: USA/ Europe/ Japan

20-Nos

39. STETHOSCOPE Imported

40-Nos

40. STETHOSCOPE (PEAD) Imported

20-Nos

41. WEIGHT MACHINE ADULT Digital weighing machine with measuring capacity up to 180 kg Country Of Origin: USA/ Europe/ Japan

10-Nos

42. WEIGHT MACHINE PEAD for infant weighing in kg and lbs. With integral baby length measuring tape, and a roomy weighing tray. Country Of Origin: USA/ Europe/ Japan

04-Nos

43. REFRIGERATOR 12CFT 12 cft With Stabilizer Country Of Origin: Pak made

04-Nos

44. CARDIAC MONITOR Non fade display • Colored LCD / TFT 12”display or more touch screen • Neonatal & pediatric modes of operation, detection and alarms for all parameters • Waveform display minimum 8 or more • Waveform trace speed: 25 and 50 mm/sec • Parameters: • ECG • Lead selection: 6 positions (lead i,ii, iii, avf, avr, avl) • Selectable neonatal and pediatric operation modes • Ability to detect neonatal & pediatric heart rate range, qrs widths and amplitudes • Numeric: heart rate • Waveform: real time • Lead off detection: alarms on lead failure • Variable gain: selectable 1/2, 1, 2, cm/mv • Heart beat indication: beep/tone with qrs detection • Non-invasive blood pressure (nibp) • Method. Oscillometric principle • Numeric: systolic, diastolic and mean pressures

02-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

56 EDO (HEALTH) LAYYAH

• Rising cuff / continuous pressure display • Ability to measure neonatal and pediatric b.p. Range • Cuffs for neonates/infants and pediatrics • Selectable neonatal and pediatric operation modes' • Selectable neonatal and pediatric initial and maximum cuff pressures and range • Selectable auto inflate interval settings • Temperature • Numeric.- temperature selectable in 'c / • Two temperature channel with probe (external and rectal) • Ability to measure neonatal and pediatric temperature range • Pulse oximetry • Numeric: % oxygen saturation • Range: 0-100 % • Waveform: plethysmograph pulse with pulse strength indication • Sensor for neonates/infants and pediatrics • Function of oxy-crg analysis. • Respiration • Impedance method using ecg leads for sensing • Ability to measure neonatal and pediatric breathing rate range, • Sweep speed: 12.5, 25, 50, 100 mm/sec. • Settable apnea alarm • Operating requirements: • Ac 22ov/ 5ohz • Built-in battery and charger for at least 2 hour on ac power failure at full parameter Accessories for Monitors · ECG 5 Leads 3 nos · Spo2 Sensors 3 Nos · NIBP Cuff 5 Nos · Temperature Probes 2 Nos Country Of Origin: USA/ Europe/ Japan Country Of Origin: USA/ Europe/ Japan

45. DEFIBRILLATOR Defibrillator with Monitor and Recorder Synchronized Cardio version Operating features and characteristics: Non Fed display / color display Biphasic truncated (external) defibrillation waveform delivery system. Cardio version: Defibrillation output synchronized to ECG, with sync Indicator Energy Charging: Control on front panel & Apex paddle Charge Indicators: Visual indication of charging process Audible indication of charge up to selected energy level Selected energy level value displayed on monitor Charging Time: Less than 5 sec for 200 joules 7 sec for 360 joules Energy Delivery: Control on Sternum & Apex paddle Screen size:5” inchor more. Parameters: ECG Numeric: Heart Rate 30 to 300 bpm Waveform: ECG Trace Output parameters: Energy Delivered Energy. Adjustable from 5 to 200 Joules for External Defibrillation Alarms: High and low Heart rate alarms Low battery warning Other features:

02-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

57 EDO (HEALTH) LAYYAH

Recorder for ECG waveform and printing of Defibrillation energy Recorder speed: 25 mm/sec Operating requirements: AC 220V / 50Hz Built-in Rechargeable battery with charger for minimum of 10 hours or 100 shocks at 200 J. energy Country Of Origin: USA/ Europe/ Japan

46. VENTILATOR Microprocessor based controlled ventilation system. LCD/TFT colors monitor 10-12” Minimum. FDA /MHLW/ CE Mark Patient Range: Pediatrics and Adult. Breathing classification: Pressure control, Volume control and pressure control with set Volume Breath. Modes of Ventilation: Volume control Assisted CMV Pressure control PS Assist Pressure support CPAP SIMV+ Pressure support Non invasive ventilation Control: Set & measured parameters simultaneously. Measurement range/ specification Inspiratory tidal volume :20 – 2000 ml or more Respiratory frequency : 10-120 bpm SIMV breath frequency : 1-50 bpm Inspiratory pressure : 10-80 cm H2O Inspiratory flow : 80 cm H2O I : E ratio :1:4/4:1 PEEP : 0 -45 cm H2O FiO2/ O2 delivery : 21 – 100% Monitoring Parameters for set and measured value simultaneously with Digital Display Total breath rate. Oxygen concentration FIO2 Expired minute volume Peak expiratory flow I : E ratio Peak Pressure Mean pressure Lung Mechanics with pressure and volume loops. Others control and functions Back up ventilation Pause time INSP Microprocessor gas delivery system Breath circuit Compliance Compensation Expiratory hold/ Inspiratory hold Panel lock for safety Pressure and flow trigger sensitivity Trigger sensitivity indication Should able to operate on single air/ and gas source at 21% Oxygen. Mounted on trolley with lockable wheel event history log 1000 events or better Autoclavable reusable patient tubing circuit for peads and Adult (02) Alarms.

01-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

58 EDO (HEALTH) LAYYAH

Apnea AC power failure High and low Expired minute volume High and low peak air way pressure High and low breath rate FiO2 variation Low and high base line pressure Gas supply source failure Low battery Humidifier. Automatic compensation (Servo) controlled F&P heated humidifier with temperature monitoring at air way and humidification camber with alarm for low/ high limits with water tarp in the patient circuit. Power supply 220 V 50 Hz with internal chargeable battery backup min for minimum 30min. Air Compressor/Built in Air Source Country of Origin: USA, EU and Japan

47. DENTAL MOBILE X-RAY UNIT Micro processor controlled x-ray unit for dental use Type : mobile type X-ray unit between 7ma to 10ma. Kv range between 60-70 kv Exposure time automatic adjustable. Timer with integrated circuit. Power on light signal, x-ray emission light signal. Focus point 0.4 mm with filtration system. Power supply 220v / 50hz single phase. Imported stand and arms. Country Of Origin: USA/ Europe/ Japan

02-Nos

48. AMBO MAG (Peads) Made of transparent silicon Imported

10-Nos

49. OXYGEN SLENDER WITH REGULATOR 48 cft O2 brand new cylinder With regulator flow meter and trolley.

15-Nos

50. AUTOCLAVE LIGHT DUTY Microprocessor Control Graphic Color Touch Display at least 5” Top loading Automatic water supply system Warm air circulating and discharge by electric heater and air pump drying temperature range 121/134c PID Control Capacity 90 L and above Usable Max. temp 134C Water ring vacuum pump to evacuate the chamber Control system Digital Temperature-time controller Air exhaust device electronic & magnetic system + Timed free steaming system Sensor break automatic cut-off of heated operation Country Of Origin: USA/ Europe/ Japan

03-Nos

51. PULSE OXIMETER Display of oxygen saturation and pulse rate& Plath waveform Oxygen saturation measurement range from 0 -100%.

04-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

59 EDO (HEALTH) LAYYAH

Pulse rate measurement from 30-250 bpm Adult finger and Pediatric sensor two each Screen size six inches or more Built in rechargeable battery 4 h Country Of Origin: USA/ Europe/ Japan

52. Cardiac Monitor with Defibrillator: Biphasic transthoracic (external) defibrillator with TFT/LCD display / touch pannale Synchronized output with ECG. Control of energy charging/ delivering on main panel & apex paddle. Charging Indicators. The energy range should be adjustable for paeds and adults up to 200Joules. Charging Time for full energy will be less than 10 sec. Screen Size of approx. 5 inch coloured. Display of HR, ECG through paddles and Lead I.II & III patient cable. Built in recorder for printing of full summery on standard 50mm paper. Alarms for High and low Heart rate, low battery warning. AC 220V / 50Hz operated. Built-in Rechargeable battery with charger for minimum 50 shocks at max. energy. Auto tester/self check. External pediatric and adults Paddles, ECG cable. Pacing facility AED facility with cable. Country of Origin: USA, EEC and JAPAN

03-Nos

Eye Department (Equipment) 53. A Scan

PC based device compatible with windows Operating system Portable easy to use Up to date IOL calculation with post refractive formula Optional Pachymetry probe Gain : Up to 130 dB Probe fro A-Scan : 10 MHz with fixation light Range of measurement : From 1 to 60mm Operating Modes : Phakic, Aphakic, Pseudo-Phakic, Cataractous, Manual, Automatic Velocity : Pre defined for every segment or user defined Measurement : Up to 15 measurement with mean and standard deviation Complete with computer system Country Of Origin: USA/ Europe/ Japan

01-Nos

54. B Scan High resolution image (60◦/400 lines) for B-mode Automatic recording for B-mode Touch Panel Tilting screen Built in printer Probe 10 MHz transducer, 10 frames /sec Scan angle 50◦ Scan depth Normal (35 mm / 1550 m/s), Long (50mm / 1550 m/s) Sector line density 400 lines Zoom x2.5, x5.0 Moving image record Approx 20 sec Scale Color, Gray Scale 256 levels Gain /TGC 0 to 90 db variable / 0 to 20 db variable Gain curves Log, Liner, S-curves Complete with B-scan probe, foot switch, printer paper, Ultrasonic gel

01-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

60 EDO (HEALTH) LAYYAH

Country Of Origin: USA/ Europe/ Japan 55. Keratometer

Modern design the use of sophisticated optical system with guarantees the best examination quality

A high performance of the instrument A high accuracy of measurement & bearings of the bending radius of the cornea Corneal astigmatism axle direction of the two measured meridians Refractive capacity of the cornea A wide useful surface of the cornea for the measurement (3.4mm) Lines of sight according to JAVAL supplied with complementary filters Red & green which give a white color on the superimposed parts Enabling its precise application & an increased exactitude of measurement A luminous point of fixation to facilitate the focusing of the cornea an illuminated

reading scale Base with orthogonal movements has the advantage of having new type of handle with

which it is possible to check all the movements of the instrument at the same moment. Technical Data.

Measuring Range : 30.00, 60.00(rating 0.05mm) 5,6, 11,3 (rating 0.25 dpt)

Useful Measuring Range : 3,4mm equal to 9 square mm Rating Scale : TABO & INTERNATIONAL Lines of Sight : According to Javal Instrument Base : Crosswise movement to be stopped with a

Joystick for X-Y-X movement Chin Rest : Adjustment in height with shutter device Feeding Voltage : 240 Volts A/C Bulb of the Lines of Sight : 6V - 5W Bulb of the Reading Scale : 6V - 3W

Country Of Origin: USA/ Europe/ Japan

01-Nos

56. Refraction Box Sphere: ±012D to ±20.00D. Cylinder : ±012D to ±6.00D. Prisms: 1 to 10D With unbreakable light weight anodized aluminum / Plastic mounts and standard accessories in carrying case as follows: Frosted Glass : 1pc. Red Maddox : 1pc. Green glass: 1pc. Red glass: 1pc. Cross line: 2 pcs. Stenopic slit 1pc. Pin hole : 1pc. Plain Glass: 1pc. Country Of Origin: USA/ Europe/ Japan

02-Nos

57. Ophthalmoscope & Retinoscope Set Standard illumination, aperture dial contains small aperture, standard aperture, concentric scale and slit aperture Corrective power rang: +20 to -30D or better. All optics system enclose totally in instrument head and cases for each. Control for streak width and streak rotation, streak revoles 360o . Head rest to prevent operator’s spectacles from getting scratched. Separate handles with rechargeable batteries for Retinoscope /& ophthalmoscope. Rechargeable handles with dual desk charger.

01-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

61 EDO (HEALTH) LAYYAH

6 spare bulbs for Ophthalmoscope. 6 spare bulbs for Retinoscope. Country Of Origin: USA/ Europe/ Japan

58. Chiazion Set Set of 28 pcs

01-Nos

59. Cataract Surgery Set Corneal scissor micro 1 Corneal forceps micro 1 Suture tying forceps micro 1 Castrovajeio needle holder 1 Vannas scissor 1 Micro needle holder 1 Spring scissor 1 Wire speculum 1 Cautart point 1 Squint hook 1 Wire vectus 1 Iris repositor d/e 1 Plain disecting forceps 1 Tooth disecting forceps 1 Simcoe cannula 1 Mosquito forcps str. 2 Fixation forceps 1 B.p. Handle no 3 1

06-Nos

60. Eye Instrument Set General Eye surgery set of 138 pcs

01-Nos

2. ECHOCARDIOGRAPHY MACHINE

Sr.# Item Specification Estimated Qty

1 Purchase of Echocardiography for DHQ Hospital Layyah § A complete dedicated digital Echocardiography unit for wide range of

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

Display: § High resolution non interlaced, flicker free. § Display size Min. 17” Flat / TFT, Tilt able and swine able type. Operating modes: § B 2D, M-Mode, HPRF, Spectral Doppler, Color Doppler, Velocity Mode, Pw

Doppler, Duplex and Triplex Doppler, CW Doppler and ECG Gating Caliper measurements: § Complete cardiac biometry § Distance, angle, distance depth from skin line, area, circumference,

01-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

62 EDO (HEALTH) LAYYAH

compound / volume, slope, time, heart rate and acceleration. Application: § Cardiac, Peripheral, pediatric with all required software for measurements. Operating modes: § 2D Imaging, Color Doppler, PW Doppler, CW Doppler, TVI-TDI-THI Display modes: § Live and stored display format: full size and split screen. Review image

format: for still and cine, simultaneous capability B+PW, B+CFM / TVI+PW, CW, B+ or triplex mode, B+ color split screen display.

Cine memory: § Min. Cine Memory for 1000 frames or 250mb min. Image viewing depth: § 20-280 mm or more for cardiac application Storage Device § Built-in CD / DVD Drive with 10 DISKETTES. Standard transducers: § Multi frequency Phased array sector probe with functional frequency

2.5MHz § Multi frequency Phased array sector probe with functional frequency

3.7MHz Probes: § Should be light weight, capable of multiple centre frequencies on transmit

for 2D, color Doppler PW/CW (Steerable) Imaging and perform Harmonics. Ports: § Video Output § USB / RS 232 § Networking Accessories: § Digital B/W Thermal Printer with 50 rolls of papers. § Jelly 20 L in bottles. § Pure Sine Wave UPS with 10-15 Min back up time. Future upgrades: § The unit should have the capability for up gradation of future software

(shall be provided free of cost within the warranty period). Power Requirement § 220-240vac 50 Hz. Quality certificates: § FDA/CE /JIS Country of Origin: USA/EU/JAPAN

3. HOSPITAL & OFFICE FURNITURE.

SR. NO

ITEM DETAILS Estimated Qty

1. Bed Children Tiltable Mattress Frame Size: 140cm x 75cm. 3 Sectional tiltable mattress frame connected with head and foot parts with safety lock for the bed maximum stability and for correct vertical position of bed ends.

100-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

63 EDO (HEALTH) LAYYAH

Mattress frame made of 1-1/4”x1-1/4” 16 SWG square pipe and with metal strips made of 18 SWG 3x1x1/2” folded inside and welded in bed section with gap of maximum 1- ½”. Width buffer rolls at all four corners with socket for pan holder for used napkins at the foot end. Head & Foot Parts: Head and foot parts made of 1-1/4” steel tube with 16 SWG “U” shape, two moveable side rails on M.S. steel tube 1-1/4” 16 SWG stainless steel guiding rods. Side rails with two columns on each side. Side rails frame made of 1” 16SWG pipe with single hand operated lever locking system in the centre of the frame. Vertical bars 5/8” welded with the outer side rail frame. The side rail should be rounded at corners according to the contours of the bedding area side rails with safety lock to hold railing in different positions. Moveable parts have plastic bushes to obtain perfect gliding up and down and to prevent damage to the guiding rods. Railing should stop 3” above the mattress surface. Head Raise and KneeBridge: be operated by means of Gas shock/two cranks. (I.O. to specify). The crank should be made of fixed pipe 1-1/4” round 16 SWG. The moving lifting pipe at both places be of 16 SWG 1” rounded chrome plated pipe across head / knee parts with triangular brackets of 3/8”x1-1/4” steel plate at ends panel. The handle of crank should be retractable and collapsable. Lower Base Frame: 1-1/4”x1-1/4” 16 SWG rounded pipe at all corners. Size: Mattress Frame: 75cm x 140cm. Height of mattress frame from floor 75cm. Height of Head & Foot Parts: 150cm Tiltangle: 5 degree, 10 degree and 20 degree 5/8” S.S. I.V. Rod and double hook. Castors: Four rubber ball bearing castors 125mm two of which with braking system, wear resistant, non staining, non discolouring, electrically conductive. Finish: Polyester powder coating finish after treating with derusting and phosphating chemical. 4” thick foam mattress Ist quality covered by Rexene of best quality. Socket to install I.V. rod. Subject to Approval of Sample

2. Baby Couch Local made as per approval sample

25-Nos

3. Bed Side locker Size: 14” x 16” S.S Top one draw and one Cabinet made OF 22 SWG M.S. Sheet and top made of 22 SWG S.S. sheet. Drawers 22 SWG M.S. Sheet fitted on rollers FINISH: Polyester powder coating finish Subject to Approval of Sample

165-Nos

4. Emergency Trolley Body Structure should be made of powder-coated steel, thickness 10/10, finished with acrylic polyurethane enamels resistant to scratches, stains and corrosion. Painting process complies with UNI EN ISO 9002 regulations. The structure should be washed and disinfected. Worktop – Worktop made of self-extinguishing ABS, dimensions 520x400x60 h mm with raised edges on three sides. The worktop is resistant to scratches and stains and can be cleaned, washed and disinfected. Drawer unit – Drawers are made of powder-coated steel and run on telescopic slides allowing their complete extraction. Drawers should be provided with ergonomic and anti-trauma handles, stopper and spring lock to prevent them from opening while

06-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

64 EDO (HEALTH) LAYYAH

moving the trolley. Defibrillator mounting system with Biphasic Defibrillator.

Biphasic transthoracic (external) defibrillator with TFT/LCD Display Synchronized output with ECG. Control of energy charging/ delivering on main panel & apex paddle. Charging Indicators. The energy range should be adjustable for paeds and adults up to 200Joules. Charging Time for full energy will be less than 7 sec. Screen Size of approx. 5.5 inch. Display of HR, ECG through paddles and Lead I.II & III patient cable Built in recorder for printing of full summery on standard 50mm paper. Alarms for High and low Heart rate, low battery warning. AC 220V / 50Hz operated. Built-in Rechargeable battery with charger for minimum 70 Shocks at max. energy. Auto tester/self check. External pediatric and adults Paddles, ECG cable. Country of Origin: USA, EEC and JAPAN

Trolley should have V pole with holder Oxygen Tank Holder/Bracket Smooth sliding drawers with trays and dividers for organizing various supplies. STANDARD DRAWER CONFIGURATION: 2 drawers, dimensions 425x400x75 h mm; 1 drawer, dimensions 425x400x100 h mm; 1 drawer, dimensions 425x400x150 h mm; 2 drawers, dimensions 425x400x200 h mm; Double perimetral and shock absorbent bumper to prevent the trolley from turning over. 4 thermoformed swivel castors, Ø 125 mm, mounted on bearings; 2 should be antistatic, 2 should be lockable.

5. Bed side benches Local Made: Subject to Approval of Sample

165-Nos

6. Table office 5X3 (Fully Wood) Size: 1600 x 800 x 76mm (H) Top made of high density chipboard With 3-drawers. Top drawer lockable, with through back. Finished with N.C. lacquer. Local Made: Subject to Approval of Sample

40-Nos

7. Chair (Fully Wood) Structure / seat and back made of solid seasoned shisham wood. Finished with N.C. lacquer. Seat and back webbing with Natural double cane. Local Made: Subject to Approval of Sample

210-Nos-

8. Examination Couch Made of 1-1/4”x1-1/4” square pipe 16 SWG bended at all corners not welded. Back rest adjustable + 60 & -20 degree by means of lever ratchet mechanism. Bedding area ½” Lassani Wood upholstered with 2” foam Ist quality having density of 32-36 Kg/m3 and good quality Rexene. Size: 24” x 72” x 32”.

20-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

65 EDO (HEALTH) LAYYAH

Finish: All metal parts to be chemically degreased / derusted though phosphate treatment and covered with electrostatic polyester powder coating. Subject to Approval of Sample

9. Chair for conference / Lecture Room Inner structure made of solid seasoned shisham wood. Fully cushioned with 1st quality foam covered with green leatherite. Complete with revolving pedestal. Local Made: Subject to Approval of Sample

50-Nos

10. Drip Stand Base made of 5 prong M.S. Pipe 1”x2” 16 SWG with 2” castors. Central rod of 1” round pipe 16 SWG. The height adjustable pipe made of ¾” tubular stainless steel with 4 prong rods of S.S. 5mm for infusion bags. Base frame Polyester powder coated finish. Local Made: Subject to Approval of Sample

140-Nos

11. Mobile folding Screen 6 pcs Frame: Tubular steel (mild steel, 16 gauge) Each section 60” high x 24” wide, excluding legs. 6 swivel casters antistatic rubber/unbreakable molded plastic Finish: All metal to have durable protective polyester epoxy powder coating Curtains: - Washable cotton - Suspended between the upper and lower portions of the frame of each section. Subject to Approval of Sample

12-Nos

12. Office cupboard Size: 36” x 18” x 72” All made of mild steel sheet 22 gauge with 3 shelves and two lockable flush doors. Finished with brown hammer paint. Subject to Approval of Sample

30-Nos

13. Waiting benches/chair with steel The size of unit seat shall be approximately 480mm (H) x 570mm (W). 2.2.2. The length of the unit shall be as follow: Three (3) seater – 1400mm The each seat length shall be approximately 450mm. The spacing between each seat shall be approximately 25mm. The frame structure shall be constructed with durable steel able to resist to rust. All joints shall be welded and all exposed surfaces shall be straight and true to line and curve. The entire structure shall be coated with a layer of anti-corrosion paint follow by another 2 finishing coats either power coating or nylon polyester coating to withstand periodic cleaning and typical abuse. The unit should be heavy duty. The unit also must be sturdy and would not sink once sit upon. Subject to Approval of Sample

75-Nos

14. Racks for medicine/ G.Store Local Made: Subject to Approval of Sample

09-Nos

15. Reception Desk Local Made: Subject to Approval of Sample

04-Nos

16. Revolving Chair Inner structure made of solid seasoned shisham wood. Fully cushioned with 1st quality foam covered with green leatherite. Complete with revolving pedestal.

11-Nos

17. Revolving patient stool

30-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

66 EDO (HEALTH) LAYYAH

Strong 4legs base with stainless steel cladding Height adjustable 12” seat with top of stainless steel Subject to Approval of Sample

18. Side Racks Shelves made of 5mm high density lamination board edge covered with thick Shesham wood. Standard Size. Local Made: Subject to Approval of Sample

25-Nos

19. Baby cart Tiltable bassinet made of polished mild steel 7/8” pipe 18 SWG and provided with name plate holder. Size: Length Approx. 750mm, Width Approx. 450mm, Height Approx. 250mm. Tilt Angle: 5 degree to 15 degree. Vertical bars of 5mm M.S. rod with inter distance of 3” approx. Bedding area of 5mm mesh. crib trolley: Base trolley made of rectangular pipe 16 SWG 1”x2” and 1”x1” square pipe 16 SWG with “U” shaped support on both sides for crib holder. Height 800mm x Width 450mm x Length 1000mm. One shelf of 18 SWG M.S. sheet or two drawer cabinet (I.O. to specify). One lower basket made of 3mm M.S. wire mesh. Four rubber ball bearing swivel castors 75mm wear resistant, nondiscolouring, non staining, weather proof. Socket to install I.V. Rod and the rod. Foam Mattress: Ist Quality 2” foam mattress with rexin cover. Finishes: Metal work polyester powder coated with chip and abrasion resistance. All metal parts should be primarily processed through phosphating. Subject to Approval of Sample

55-Nos

20. Bed Fowler • Over all Dimensions: 200(L)x90(W)x55(H)cms • Main Frame: Made of 16 SWG pipe 2-1/2"x1-1/4” rectangular pipe section welded together atcorners. Ends of pipe be covered with special plastic bushes. • Mattress Frame: Should be in 4 parts. The 2ndpart fixed and 3 moveable parts made of 1-1/4"x1- 1/4" steel square pipe of 16 SWG. The end of eachmoveable part should be attached to the main frame by means of bolt having a special ABS plasticbushes of 1"x7/8". Fixed Sizes: 1) Head raise part: 80x77 cms 2) Fixed part: 84x28 cms 3) Knee bridge part: 80x55 cms 4) Leg rest part: 80x51 cms Bedding area covered with 16 SWG M.S. Sheet =3"x1"x1/2" folded inside welded in bed section, having gap of 1 1/2" aprox. Bed should havetrendelenburg reverse trendelenburg position,Head raise and knee bridge be made by means oftwo cranks. The bed should be made of fixed pipeof 2" round 14 SWG having bushes of ABS material.The moving lifting pipe at both places be of 16 SWG11/2" rounded chrome plated pipe across Headpart with triangular brackets of 3/8" thick x 1-1/4" x11" steel plate and knee bridge part with triangularbracket of 3/8" thick x 1-1/4"x8" steel plate at endspanel.The foot part should have vascular position with acomb mechanism with roller railing for moving offoot part in knee bridge position.A surface bearing must be fixed for friction freemovement. The handle of the cranks should beretreactable and collapsible and be made in onepiece of ^" steel rod. Cranks main screw made of7/8"

60-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

67 EDO (HEALTH) LAYYAH

x 16" and 12" for knee steel rod withsquare/ACMI type of threading and lockingmechanism for extreme position. Head and footparts of the mattress frame have (mattress stay)steel brackets joined by means of nuts bolts forkeeping the mattress in proper place. Head andfoot panels 1-1/4" rounded pipe 16 SWG chromeplated bended in round shape at both end, highquality water proof both sides laminated panels.The panels are fixed and attached to the pipe bymeans of metal brackets should be easilyremoveable.Foundation Frame: Made of 16 SWG 1-1/4"x2-1/2" Finish: All metal parts to be chemically degreased/ derusted through phosphate treatment and covered with polyester powder coating. • Mattress foam 4” 1st quality having Rexene cover. Subject to Approval of Sample

21. Dirty linen Trolley Lower base frame made of M.S. tubular pipe 1” dia 16 SWG with kick discs, powder coated. Upper frame provision for two plastic collection bags with the holding frame with lids proportioned sizes, operated by foot mechanism one push handle. Size L 725mm B350mm H800, Four 125mm swivel castors. Subject to Approval of Sample

10-Nos

22. Dressing table Size: 80cm (H), 90cm x 60cm surface area. With two stainless steel shelves 16 SWG and drawer. Having stainless steel safety rail on three sides. With two plastic trays for used instruments and s stainless steel waste bag holder. Subject to Approval of Sample

10-Nos

23. Instruments Trolley Mobile, 4 leg frame made of 18/10 or 18/8 (I.O. to specify) CrNi steel, Pipe 16 SWG all made of stainless steel 1” Dia. Tubular frame forms a safety rail, no sharp edges. Two shelves surface ground to reduce glare, resistant to disinfectants Instrument trolley, 800mm high, fitted above and below with frames and shelf 20 SWG made of CrNi steel size 24” x 18” to accept two sterilization tray. Four 75mm swivel castors, electrically conductive. Local Made export quality Subject to Approval of Sample

12-Nos

24. Patient Wheel Chair Made of seamless chrome-plated steel tubing (18 gauges). Wheels, rear: Chrome-plated rims, with push-rims/hand-rails for self-propulsion. Solid rubber tires, 610 mm (24”) diameter Front swivel castors, rubber-tired with heavy duty bearings Single hand brake. Push handles with non-slip rubber/plastic grips Foot rests, folding, of cast aluminum Folding seat and back of strong and washable material Imported

16-Nos

25. Table Set Size: 2030 x 920 x 760mm (H) Structure made of high density chipboard pressed with shisham veneer on both sides. Top frame made of solid seasoned shisham wood. With three leatherite panels. With 3 lockable drawers. Finished with N.C. lacquer Subject to Approval of Sample

11-Nos

26. Food Trolley Size: 24” x 36” x 36” Height. Base made of sturdy M.S. pipe 16 SWG size 2” x 1” rounded at corners with rubber moulding all around having 5” swivel castors. Cabinet made of stainless steel non magnet 18 SWG have two sliding door with one shelve inside. Double walled cabinet with glass wool insulating. At top should have five containers double jacketed hollow shape for storage of food.

2-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

68 EDO (HEALTH) LAYYAH

The underneath of which should have thermostatically controlled electric heating system to keep the food hot. The top should be covered with two lids openable to made shelves on each side. One side push handle of stainless steel pipe. CASTORS: Four 125mm swivel casters good quality wheel castors with central brake system. FINISH: All metal parts chemically degreased & phosphated polyester powder coated Subject to Approval of Sample

27. Intensive care bed Complete CCU/ICU bed with following positions and features:- Positions: Height Adjustment: By foot pump (Imported) 40-75 cms hydraulically operated. Horizontal Tilting: Leg up 30 degree, leg down 20 degree controlled by a Bloc-o-lifting gas spring with step less movement with foot operated lever on foot side. Knee Break Adjustment: By gas spring mechanism by hand operated lever on both side. Back Rest: By means of Gas shock upto 70 deg. By hand operated on both sides. Castors: 5” ball bearing rust proof, water proof, high quality electrically conductive wheel castors with central brake system. Head raise and knee raise by gas shock mechanism to make a fowler position. Vascular position by means of lever or comb mechanism. Bedding area should be radio translucent (backelite or Melamine material) for doing X.Ray and to apply “C” arm. Base and back rest should be designed to accommodate “C” arm in case of emergency. For cardiac catheterisation and other procedures so the central area of back rest should be free of any metal part for “C” arm radiography. Should have cardiac chair position. Head and foot bows should be detachable in case emergency for doing intubation and CPR. Dimensions: Bedding area: 200cm x 91cm Height: 40-75 cms adjustable. Main Frame: 1”x2” 16 SWG pipe round at all corners having a single unvisible joint. Base Frame: Frame made of 1-1/2”x3” M.S. pipe 16 SWG “U” shaped. Finish: Polyester powder coating finish after treating with derusting and phosphating chemical. Side Rail: collapsible in 2 steps made of 1” upper pipe ¾” 16 SWG supporting pipe and base 1-1/4”x1/4” M.S. plate. S.S. 5/8” I.V. ROD: 4 prongs revolving height adjustable having I.V. ports on the sides of the bed. Four reflecting bumpers. Urine bag holder and N.G. bag holder hooks. Basket for Urine pot. Basket for bed pan. Patient lifting pole S.S. ¾” on head side with triangular grip. Mattress: Foam 4” Ist quality with Rexene cover. Subject to Approval of Sample

6-Nos

28. POP Table Subject to Approval of Sample

2-Nos

29. Patient Trolley Made in two parts: a) Stretcher removable (b) Base trolley. Made from 1-1/4” x 1-1/4” square M.S. pipe 16 SWG having M.S. sheet 20 SWG in bedding area with back rest adjustable to 60 degree by means of comb/ratchet mechanism. Size 85cm (H) x 60cm (W) x 195cm (L) -The bedding area covered by 2” Ist quality foam Rexene cover.

8-Nos

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

69 EDO (HEALTH) LAYYAH

-Having side rail collapsible. -Stretcher should have roller underneath. -Stretcher should also have four reflecting bumpers. -I.V. rod provision on both sides and urine bag hooks. -Having 6” wheel casters two with brake. -With utility basket. FINISH: All metal parts to be chemically degreased/derusted through phosphate treatment and covered with electrostatic polyester powder coating. Subject to Approval of Sample 4. BEDDING CLOTHING ITEMS.

S/No NAME OF ITEMS Estimated Qty 1 Blanket 7".0"x4.6" (Best Quality) Per No 200

2 Bed Sheets with Monogram, Blue border size 6".6"x 4.6" Per No

1500 3 Pillow With Cover Per No 500 4 Towel size 4.2"x2.0 woolen Per No 150 5 Dusters Per No 100 6 Green Cloth (For Office Table ) Meter 300 7 Parda Cloth Meter 500 8 Foam (Metris) Best Quality size 6.4"x3.4" Per No 250

9 Foam (Metris) Best Quality for baby couch Size: Length Approx. 750mm, Width Approx. 450mm,

Per No 250

10 Patient shirts with pajama Per No 200 11 Mask with cape Per No 200

12 Doctor Coat Per No 100

13 Aprin Per No 200 14 Malashia Uniform Per Meter 100

5. AMBULANCES.

Sr.# Name of Items Tender Specification Estimated Quantity

1 Ambulance GENERAL:- Ambulance should be on OME (original Manufacture Equipment) chassis manufacturer standard Van Integral Cab-Body type from manufacturer’s own standard range of production for international market, confirming as near as possible to the following specifications in original white color. The vehicles should be suitable for continuous operation in tropical climate. The items must be assembled with normal standard fittings and tested for immediate use to handle single patient having high standard of professional ethics towards patient care. The ambulance body, equipment and accessories will be as represented in their respective manufacturers current technical data. MODEL:

01

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

70 EDO (HEALTH) LAYYAH

Current production, latest. CLASS: Two rear wheel Drive (4x2) type. ENGINETYPE: Four cylinders, four strokes Diesel type equipped with conventional or electronic fuel injection system. ENGINE DISPLACEMENT: Naturally Aspirated or Turbo charged 2000-3000 cc. AIR-CONDITIONER AND HEATER: Full air conditioned (originally fitted) and standard heater. PATIENT COMPARTMENT. Minimum patient compartment size must be 2700 x 1500 x 1300 mm (L x W x H) STEERING: Right hand drive. BRAKES: Hydraulic / Pneumatic STANDARD ACCESSORIES:

a) Tool Kit. b) Spare Wheel. c) Vehicle Manuals. d) Standard dry type Fire Extinguisher. e) Standard instruments and accessories. f) Front seat safety belts.

AMBULANCE COMPONENTS, EQUIPMENT AND ACCESSORIES: i. Red Crescent Sign and word AMBULANCE on front

and rear sides. The left and right sides should be left blank.

ii. Side and back window glasses will be partially frosted.

iii. Main stretcher of stainless steel / aluminum alloy having adjustable head section with coasters (Viny 1 leather bed and body straps). It’s fabrication will be weld free.

iv. Sub Stretcher (canvas with viny 1 coating folding type) light weight.

v. Four persons bench seat (cushioned). vi. One person crew seat. vii. Instrument and medicine storage boxes. viii. Red Strobe light set (combination of rotary light,

siren, speaker, amplifier and microphone). ix. Spot Lamp, flexible neck for patient examination. x. Back Flood light fir patient handing. xi. Hooks for intravenous infusion set. xii. Linoleum flooring. xiii. Standard size oxygen cylinder with one standby

containing regulator, pressure gauge, flow meter, humidifier, key, masks with tubing ready for oxygen deliver.

xiv. Manual resuscitator (Adult size). xv. Suction apparatus venture type (oxygen driven). xvi. BP Apparatus wall mounted. xvii. First Aid box standard. xviii. Trash box.

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

71 EDO (HEALTH) LAYYAH

WARRANTY: Manufacturer shall provide warranty with spare parts for one year.

6. GENERATORS.

Sr.# Name of Items

Tender Specification Estimated QTY

1 Generator

30-KVA

Brand Brand new /branded

Generator

• Heavy duty fabricated steel skid type based frame with anti-vibration mounting / isolators.

• skid mounted radiator engine driven blower type fan &protection guards.

• Diesel day fuel tank for minimum 8 hours of continuous run

Engine Manufacturer

• Prime power rating in KVA • 4 Stroke Diesel Engine • Water Cooled • Directo Coupled with alternator • Self ventilated/ regulated

Alternator Manufacturer

• Brushless • Self excited • Automatic voltage Regulated • Automatic frequency regulated

• 2230 400 volt 3 phase, 4 wire, 50Hz (Nominal frequency

• FH type Insulated Speed • 1500RPM Cylinder • Inline 3-Cylinder Aspiration • Turbo charged and after cool Ambient Temperature • 50 degree centigrade

Cooling System

• Water cooled • Tropical radiator with water level switch indicators

Exhaust System • Heavy duty residential grade silencer with flexible

exhaust pipe governor • Electric

Protection

• overload shutdown • short circuit shutdown • low oil pressure shutdown • High water temperature Shutdown • Under speed shutdown • Under Voltage shutdown • over-winding temperature Shutdown • over voltage monitoring and tripping • Low voltage monitoring and tripping

01

Bidding documents for the purchase of Equipment / machinery / furniture etc 2015-2016

72 EDO (HEALTH) LAYYAH

• Phase sequence monitoring and tripping • Phase failure monitoring and tripping

Monitoring / control Panel

• Automatic alarm monitor • under/ over voltage • Emergency stop switch • Low oil pressure • High coolant temperature • fail to start • Low/ high battery voltage meter

Metering • voltmeter • Frequency meter • Ampere meter

Standard Accessories

• Standard tool Kit , ATS Panel, MCO & complete set of consumables

• Technical and operation manual

Accessories (if Required)

Local Canopy, All Canopy parts are assembled & designed with modular principles, without welding assembly, Four/ two point Easy Lifting & Moving including weight of generator, all parts are painted by Electrostatic Polyester Powder paint, Exhaust matching approved silencer makes 75 to 85db is protected against environment influences. Easy maintenance & Operation. Emergency stop push button is installed outside of the Important Canopy.

• Supply and installation of MCCB Breaker 60amp (adjustable) mounting type in main panel

• Electrification from generator to main electric panel

• Power cables • 25 mm2 4 Core • 2.5 mm2 4 Core control cable

• Construction of RCC Foundation pad with mash wire to protect the Gen-set.

• Complete Earthling system including 1 No. earth pits.

Coupling • Local Coupling will not be accepted

Warranty •

Complete 01 year warranty with parts or 1500 hours whichever comes first.

EXECUTIVE DISTRICT OFFICER (HEALTH) LAYYAH Ph# 0606-920055