JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

331
Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh Page | 1 Ph: (0722) 654862 Email: [email protected] Tender No.1 JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS) JACOBABAD, SINDH. BIDDING DOCUMENT FOR PROCUREMENT OF MEDICINES, SURGICAL ITEMS, X-RAY FILMS & LAB ITEMS OFFICE OF THE DIRECTOR

Transcript of JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 1Ph: (0722) 654862 Email: [email protected]

Tender No.1

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)JACOBABAD, SINDH.

BIDDING DOCUMENT

FOR

PROCUREMENT OF MEDICINES, SURGICAL ITEMS,X-RAY FILMS & LAB ITEMS

OFFICE OF THE DIRECTOR

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 2Ph: (0722) 654862 Email: [email protected]

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 1 Due on 22.12.2015

INVITATION FOR BIDS

The Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabadinvites the bids:

Procurement of Medicines, Surgical Items, X-rayfilms & Lab Items (not included in Rate Contract for theFinancial Year 2015-16)

Bidding is open for all eligible bidders. Bidders can obtain bidding /tender documents prescribed from:

Office of the Director Jacobabad Institute of Medical Sciences(JIMS), Jacobabad.

Complete set of tender / bidding Documents may be obtained/Purchased by the interested bidder on written request to the aboveoffice and upon payment of non refundable fee of Rs.3000 in shape ofPay order in the name of Director Jacobabad Institute of Medical Sciences(JIMS), Jacobabad.

Tenders/ Bids are to be dropped in the tender box placed / affixed in theoffice of the Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad on or before 22nd December, 2015 at 11.30 AM

Director JIMS, Jacobabad

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 3Ph: (0722) 654862 Email: [email protected]

CHECK LIST

The provision of this check list is essential prerequisite along with submissionof bids. Bidders are required to comply with all the clauses mentioned below &in terms & Conditions of the tender.

In case of any deviation / incomplete documents, bidder / bidders will bedisqualified and render their offer invalid for further / technical evaluation.

KNOCK OUT CLAUSES:

S/No. DETAILS Yes /

No

Page No./Annex:

1 Original tender purchase receipt.

2 Copy of Earnest money without amountwith Technical Bid.

3 Quotation (tender inquiry / Proforma)

4 Original terms and conditions dulysigned and stamped. Each page should besigned by the authorizedperson/competent authority.

5 Company profile.

6 Financial standing of firm.

7 Samples of quoted Products.

8 Valid income tax certificate or income

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 4Ph: (0722) 654862 Email: [email protected]

tax exemption certificate.

9 Valid sales tax certificate / ProfessionalTax certificate (if applicable).

10 Copy of valid agency certificate/agreement / Authorization frommanufacturer / Sole distributor forbidding.

11 Certificate that the price quoted are nothigher or more then market price.

12 A certificate that the firm will abide allterms and conditions of the tender.

13 List of litigations / court cases betweenthe firm and clients should be providedon an affidavit along with undertakingthat the firm has not been black listed byany Government / Autonomousorganization.

Signature & Seal (Bidder): ____________________________________________

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 5Ph: (0722) 654862 Email: [email protected]

(Proforma for Technical Offer/Bid)

TenderItemNo.

AU Generic Name. Packing Brand Manufacturer RegistrationNo.

Signature & Seal (Bidder): ____________________________________________

Annexure -“A”.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 6Ph: (0722) 654862 Email: [email protected]

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

Terms & Conditions:

Tender who does not fulfill the following prescribed condition isliable to be rejected.

1. In this tender method of procurement, as per SPPRA-2010, will be ONE STAGE – TWOENVELOPE PROCEDURE. (Bid should be submitted in a single package containing twoseparate envelops and each envelop shall contain separately the technical proposal and thefinancial proposal). Envelops should be marked as “TECHNICAL PROPOSAL” and“FINANCIAL PROPOSAL” in bold and legible /readable letters.

2. In financial bid, the vendor should submit financial offer along with 3% as bid security in theshape of Bank draft / Pay order in favour of Director JIMS, Jacobabad.

3. No tender will be entertained without Bid security.

4. Conditional Tender shall not be accepted.

5. The original Bank draft / Pay Order of earnest money should be attached with the FinancialOffer/Proposal. Copy of same should also be attached with technical proposal withoutmentioning / erasing the amount.

6. The disclosure of firm’s equipment price at the time of opening of technical proposal / Offer willresult in to rejection of the bid / offer.

7. The rates should be quoted on free delivery to the consignee’s end basis (FOR Basis).

8. The bid will be valid for 90 days from the date of opening of the tender. However, underexceptional circumstances and for reasons to be recorded in writing, if any extension isconsidered necessary, all those who have submitted their bids shall be asked to extend theirrespective bid validity period. Such extension shall be for not more than 1/3rd of the original bidvalidity.

9. The Scrutiny of technical bids / offers will be performed by the technical committee andfinancial bids of technically qualified bidders only the lowest in rates will be entertained. Thefinancial offers of technically un-qualified bidders shall be returned un-opened.

10. The products offered must be registered with Ministry of Health, Government of Pakistan.

11. Preference will be given to the quality medicines but at the same time economy will also beconsidered and medicines of National companies with good standing will also be considered forpurchase. Standing of manufacturer will be ascertained from IMS list.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 6Ph: (0722) 654862 Email: [email protected]

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

Terms & Conditions:

Tender who does not fulfill the following prescribed condition isliable to be rejected.

1. In this tender method of procurement, as per SPPRA-2010, will be ONE STAGE – TWOENVELOPE PROCEDURE. (Bid should be submitted in a single package containing twoseparate envelops and each envelop shall contain separately the technical proposal and thefinancial proposal). Envelops should be marked as “TECHNICAL PROPOSAL” and“FINANCIAL PROPOSAL” in bold and legible /readable letters.

2. In financial bid, the vendor should submit financial offer along with 3% as bid security in theshape of Bank draft / Pay order in favour of Director JIMS, Jacobabad.

3. No tender will be entertained without Bid security.

4. Conditional Tender shall not be accepted.

5. The original Bank draft / Pay Order of earnest money should be attached with the FinancialOffer/Proposal. Copy of same should also be attached with technical proposal withoutmentioning / erasing the amount.

6. The disclosure of firm’s equipment price at the time of opening of technical proposal / Offer willresult in to rejection of the bid / offer.

7. The rates should be quoted on free delivery to the consignee’s end basis (FOR Basis).

8. The bid will be valid for 90 days from the date of opening of the tender. However, underexceptional circumstances and for reasons to be recorded in writing, if any extension isconsidered necessary, all those who have submitted their bids shall be asked to extend theirrespective bid validity period. Such extension shall be for not more than 1/3rd of the original bidvalidity.

9. The Scrutiny of technical bids / offers will be performed by the technical committee andfinancial bids of technically qualified bidders only the lowest in rates will be entertained. Thefinancial offers of technically un-qualified bidders shall be returned un-opened.

10. The products offered must be registered with Ministry of Health, Government of Pakistan.

11. Preference will be given to the quality medicines but at the same time economy will also beconsidered and medicines of National companies with good standing will also be considered forpurchase. Standing of manufacturer will be ascertained from IMS list.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 6Ph: (0722) 654862 Email: [email protected]

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

Terms & Conditions:

Tender who does not fulfill the following prescribed condition isliable to be rejected.

1. In this tender method of procurement, as per SPPRA-2010, will be ONE STAGE – TWOENVELOPE PROCEDURE. (Bid should be submitted in a single package containing twoseparate envelops and each envelop shall contain separately the technical proposal and thefinancial proposal). Envelops should be marked as “TECHNICAL PROPOSAL” and“FINANCIAL PROPOSAL” in bold and legible /readable letters.

2. In financial bid, the vendor should submit financial offer along with 3% as bid security in theshape of Bank draft / Pay order in favour of Director JIMS, Jacobabad.

3. No tender will be entertained without Bid security.

4. Conditional Tender shall not be accepted.

5. The original Bank draft / Pay Order of earnest money should be attached with the FinancialOffer/Proposal. Copy of same should also be attached with technical proposal withoutmentioning / erasing the amount.

6. The disclosure of firm’s equipment price at the time of opening of technical proposal / Offer willresult in to rejection of the bid / offer.

7. The rates should be quoted on free delivery to the consignee’s end basis (FOR Basis).

8. The bid will be valid for 90 days from the date of opening of the tender. However, underexceptional circumstances and for reasons to be recorded in writing, if any extension isconsidered necessary, all those who have submitted their bids shall be asked to extend theirrespective bid validity period. Such extension shall be for not more than 1/3rd of the original bidvalidity.

9. The Scrutiny of technical bids / offers will be performed by the technical committee andfinancial bids of technically qualified bidders only the lowest in rates will be entertained. Thefinancial offers of technically un-qualified bidders shall be returned un-opened.

10. The products offered must be registered with Ministry of Health, Government of Pakistan.

11. Preference will be given to the quality medicines but at the same time economy will also beconsidered and medicines of National companies with good standing will also be considered forpurchase. Standing of manufacturer will be ascertained from IMS list.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 7Ph: (0722) 654862 Email: [email protected]

12. Sterility Certificate in case of Surgical Disposable items, Suturing material and DisposableSyringes should be provided by the bidder with Technical Bid. Without sterility certificate offerwill be ignored.

13. Registration from the concerned authority has to be provided for supply of Disposable Syringes.Without registration no bid for disposable syringe will be considered.

14. Medicines of Chinese, Indian and Hungary origin should be avoided except for the productshaving international recognitions or where there is no other option available like BenzylPenicillin, Streptomycin, ATS, Anti Snake venom & other life saving drugs i.e. Adrenalin,Atropine etc.

15. The authority (Director JIMS, Jacobabad) reserve the right to verify authentication of thecertificates produced from the Manufacturer / concerned authorities i.e. importer / embassy /country of origin.

16. The bidder must provide complete details of their financial standing, listing of similarwork/contract.

17. The bidder may quote one alternate product / rate for each item as per tender specification. Noseparate rates or alternate offer will be accepted.

18. Over writing, Cutting, Erasing in tender document will result in to cancellation of the bid if notduly signed and stamped by the authorized person.

19. Product name (Brand), Name of manufacturer and Registration Number should be writtenagainst each item. Without brand, name of manufacturer and Registration tender will not beaccepted.

20. Samples of products offered must be submitted with the tender. Without samples the offer willbe ignored.

21. If supplier / firm doesn’t supply the products in accordance with the supply order or fail tosupply according to the terms and conditions or in case of any other default, it will be blacklisted and earnest money/security deposit will be forfeited.

22. The Drugs / Medicine must be supplied in strips & in commercial packing and stamped for“JIMS” Use Only.

23. The Drugs / Medicine supplied must have 80% or above Self life. Less than 80% shelf life willnot be accepted.

24. If the supplier fails to give supply within the stipulated period, penalty will be imposed @ 0.1%of the total value of order per day subject to maximum of 10%.

25. The decision once taken will be final will not be open to the criticism or challengeable.

26. The payment will be made through District Account Office, Jacobabad, after completion ofsupply & inspection report of the inspection committee.

27. Income Tax and other taxes will be deducted according to the government Rules.

28. The purchaser reserve the rights to increase / decrease or delete the quantities of goods / serviceoriginally specified in the schedule of requirements without any change in unit price or otherterms and conditions of goods at any time during the contract period as per relevant Rules ofSPPRA-2010.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 8Ph: (0722) 654862 Email: [email protected]

29. The purchaser also reserves the right to purchase full or part of the store or ignore / scrap /cancel the tender as per relevant Rules of SPPRA-2010.

30. The purchaser should also provide prescribed format in soft copy (CD).

Notification of Award / Advance Contract:

Within original or extended period of bid validity, the purchase will notify the successfulbidder/bidders in writing (delivered by hand or through registered letter) for the acceptance oftheir bid.

Award of Contract and Contract Agreement.

Subject to the fulfillment of all codal formalities, the purchaser will award the contract to thesuccessful bidder/bidders whose bid/bids has been determined to be qualified to perform thecontract successfully.

Performance Bond / Security.

The successful Bidder will be required to submit pay order of 10% of the total value of order inthe form of pay order / demand draft or bank guarantee with Director, JIMS, Jacobabad assecurity deposit which will be released 90 days after the successful completion of thecontract/supply.

Payment Terms.

All the Payment will be made through District Account Officer on completion of Contract/Supplies. On Part supply part payment may be allowed if applicable.

Fee for Award of Contract.

Stamp duty @ 0.3% shall be borne by the supplier.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 9Ph: (0722) 654862 Email: [email protected]

Undertaking.

That I / we agree whether our bid/offer accepted for total, partial or enhanced quantity for all orany single item , I / we agree to supply the said item at the rate for the supply of contractedquantity within stipulated period shown in the contract.

I/We understand and confirm the refund of cost difference if the same item /goods are suppliedat lower rates to any othe Govt./Semi Govt. institution in the province in the same fiscal year.

I/We understand that: if any of the information submitted in accordance to this tender enquiryfound incorrect our contract may be cancelled at any stage on our risk and cost.

Certificate.

I/We guarantee to supply the stores in accordance with the requirement specified in theinvitation to this bid.

Signature & Seal of Bidder: ______________________________

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 10Ph: (0722) 654862 Email: [email protected]

EVALUATION CRITERIA

(Assessment Parameter Marks)

Quality and the following evaluation factors / criteria will be employed on

technical proposals. The number of points / marks allocated to each factor shall

be specified in the evaluation report.

Bids securing 70% point / marks will be considered only for further process.

S. No. Assessment Parameters. Marks

1Exclusive agency certificate.

a. Sole Agent -15.b. Distributor. 10.c. Sub distributor / Supplier. 05

15

2Tenders accompanied with samples.

15

3 Financial Soundness.

Bank Certificate to handle Multi-Million Projects.

10

4

Over all reputation of the Product/ Manufacturer.

a. Multi_ National-20.b. National Companies Product /Company Ranking (Included in

IMS List Top 20) 15.c. Top 50 – 10.

20

5Product International Certification/ Safety Standard.

a. FDA Approval – 15.b. JMP / ISO 9001 – 10.

15

6Litigation/ Court Cases/Legal actions.

a. No litigations – 10.b. Any litigation – out from tender

10

7Shelf life:

a. Above 90%. - 15b. Above 80%. - 10

15

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

MEDICINE1. INJ DEXAMETHASONE 1ML2. INJ: L-ORNITHINE L-ASPARTATE (Hepamerz or similar)3. SYP SODIUM PICOSULPHATE 120ML4. SYP LACTOLOSE 120ML5. CAP TAMSOLOSIN 0.4MG6. INJ: KCL7. INJ: SODABICARB8. TAB PRIMAQUINE 7.5 MG9. TAB QUININE 50 MG10. TAB LEVOSULPRIDE 125MG11. SYP HEPAMERZ12. TAB ITPROIDE 50MG13. TAB ALLUPURINOL14. CAP COMBIVIOR15. CAP TIOVIAR16. TAB PREDNISOLINE ( ENTRI COATED)17. INJ: BUPRENORPHINE (Temgesic or Equivalent)18. INJ: CITICOLINE 1G19. INJ: HALOPERIDAL20. INJ: SODIUM VALPORATE21. INJ: EPIVAL INFUSION

22. INJ: 0.18% D / SALINE 500 CC23. INJ: 0.45% D / SALINE 500 CC24. INJ: 0.9% N / SALINE 1000 CC25. INJ: 5% D / SALINE. 1000ml26. INJ: 5% D/WATER 1000 CC

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

27. INJ: 10% D / WATER 1000 CC28. INJ: VOLUME EXPANDER (Haes Steril 3% or equivalent)29. INJ: MANITOL 500 CC 20% Playbottle or equivalent30. INJ: DISTILLED WATER 5 CC31. INJ: A.S.V. (LYPHOLISED)32. INJ: ANTI D IMMUNOGLOBULIN33. INJ: BUPIVACAINE. HCL (Abocaine Spinal)34. INJ: BUPIVICANE IN DEXTROSE 20 ml35. INJ: KETASOL 2ML36. INJ: NEOSTIGAMINE37. INJ: PENTOTHAL SODIUM38. INJ: B, B6 B12 (Neurobion)39. INJ: METHYLCOBALMIN (Nervin/Nerumet/Methycobal or

equivalent)40. INJ: MULTIVITAMIN (Multibionta)41. INJ: KENACORT-A42. SYP: SILYMARIN43. TAB: ITOPRIDE HYDROCHLORIDE 50 MG44. INJ: AMLODIPINE HCL, 200. MG45. INJ: ATROPINE SULPHATE46. TAB: ADALAT CC 30MG47. TAB: ADALAT RETARD48. TAB: ANGISED S/L49. TAB: BISOPROLOL 5 mg (Concor)50. TAB: CANDESARTAN 8 MG (Advant)51. TAB: NITRO GLYCERINE S/L (Angisid)52. INJ VARAPOMIL53. INJ METOPROLOL54. INJ DIGOXIN

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

55. TAB METOPROLOL56. TAB: BAMIFYLLINE57. TAB: AMITRYPTYLLINE58. TAB: PHENYTOIN SODIUM 100 MG59. TAB: TRIFLUOPERAZINE. 1 MG60. TAB: ALPHA CALCIDOL 0.5 MG61. TAB: DANAZOL62. TAB: THYROXINE 50 MG63. CREAM ISOCONAZOLE NITRATE VAG. CREAM64. TAB FOLIC ACID65. TAB ENEVEP66. SOL KLEEN ENIMA67. INJ MAGNESIUM SULPHATE 500 MG 10ML68. TAB NORTHRISTON69. TAB ESTRADIOL VALERATE + NORGESTRIL70. SUPPO PROGETERONE 400MG/200MG71. TAB CO-ENZYME72. TAB METHYLDOPA 250MG73. TAB ORLISTAT 120MG74. TAB VITAMIN K75. TAB NOVA76. INJ HMG Messone77. TAB NOVADOL78. SOLU HYDROGEN PEROXIDE SOLUTION79. CREAM PROMETHRIN80. TAB ORLISTAT 120MG81. INJ PROGYLUTON82. TAB PROGYLUTON83. CAP GONACIL-F

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

84. CAP VITAMIN – E85. CLOMIPHENE CITRATE86. INJ AMINOACID87. VAG-TAB CLOTRIMAZOLE-188. VAG-TAB CLOTRIMAZOLE-689. VAG-

CREAMSUPLHA

90. TAB DOPERGIN91. CREAM XYLOAID92. CREAM LIGNOCAINE93. TAB URIXIN94. TAB FASFOMYCIN 200MG95. INJ HEMACEL96. CAP: CELECOXIB 200MG97. DROP CORTICOSTEROID + ANTIBIOTIC + VASCONSTRITCTOR98. DROP PREDNISOLONE + CHLORAM PHENICOL99. DROP EAR WAX SOTENERS100. DROP ZYDINE MONTH WASH101. LIQ: GENTION VIOLET102. LIQ: POVIDINE -IODINE Small size103. OINT BORIC ACID IN GLYCERIN104. SPRAY XYNOSINE NASAL105. DROP NATAMYCIN 5% 5ML106. DROP OLOPATADINE 0.2%107. DROP POLYETHYLENE GLYCOL 0.4% + PROPYLENE GLYCOL108. ONIT ACYCLOVIR109. DROP FUSIDIC ACID110. DROP TIMOLOL + DORZOLAMITE111. DROP NEPAFANIC112. CREAM SILVER / SULPHASALAZINE (SILVATE / QUENCH / LP ZINE)

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

113. CREAM TRONOLANE Cream114. CREAM MUPIROCIN 2% 05 gram115. JELLY XYLOCAINE JELLY116. OINT SALICYCLIC ACID117. CREAM TRAVOCORT118. SACHET PREBIOTIC119. SACHET PROBIOTICS120. DROP CIPROFLOXACIN EAR DROP121. DROP VITAMIN A 2500 IU/DROPS122. SYP CEPHALEXIN 250MG123. DROP CEFACLOR124. ORAL DEKTARIN ORAL GEL125. SOL MICRO ENIMA 10ML126. SACHET OMEPRAZOLE127. SYP: CALCIUM128. GEL SOMOGEL129. GEL REVOMET PLUS(METRONIDAZOLE BENZOATE)130. SUPP GLYCELRINE131. AMP 25% DEXTROSE WATER 20ML132. INFU NORMALSLINE 100CC 0.9%

DENTAL SURGICAL133. ACIDE ETCHING GEL 5 ML BOTTLE/TUBE 3X3134. ALDEHYDE CHEMICAL DISINFECTANT135. BARBROCHES136. BONDING AGENT FOR LIGHT CURE COMPSITE 5 ML137. CALCIUM HYDROXIDE PASTE / DYCAL138. CAVIT139. CLOVE OIL140. DENTAL (BLOCK NEEDLE) 21X42 H.DENT

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

141. DENTAL (BLOCK NEEDLE) 40X42 H.DENT142. DENTAL SYRINGE (LA BLOCK)143. DENTAL X-RAY FILMS144. ENDOMETHASONE / ZOB SEAL145. GLASS ISOMER

= GC IIDressing Material & Surgial Disposables

146. ADHESIVE PAPER PLASTER SIZE: 3" X 3 MTR.147. ADHESIVE STICKING PLASTER SIZE : 7.5cm X 3 MTR148. BLOOD BAG WITH SET149. BLOOD PRICKERS (LANCETS)150. BUTTERFLY NEEDLE ( ASSORTED SIZES )151. CIDEX SOLUTION152. CORD CLAMP153. COTTON WOOL ABSORBENT. BPC/ BP PACK OF 500gm.154. CREPE BANDAGES BP 15CM X 4.5 MTR.155. DIALYZER WITH SET156. DIALYSIS SOLUTIONS 4LITERS / 10 LITERS157. LAYRYNGEAL AIR WAY (MASKED) SIZE 1.0, 1.5,2.0,2.5,

3.5,4.5.158. DISPOSABLE SYRINGES WITH NEEDLE 2.5 CC / 3 CC159. DISPOSABLE SYRINGE WITH NEEDLE 5 CC160. DISPOSABLE SYRINGE WITH NEEDLE10 CC161. DISPOSABLE SYRINGE WITH NEEDLE 20 CC162. DISPOSABLE SYRINGE WITH NEEDLE 30 CC163. DISPOSABLE SYRINGE CATHETER TIP 60 CC164. INSULIN SYRINGE165. DRIP SET166. ECG ROLL167. ECG. ELECTRODE

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

168. ETT TUBES SIZE 1169. ETT TUBES SIZE 1.5170. ETT TUBES SIZE 2171. ETT TUBES SIZE 2.5172. ETT TUBES SIZE 3173. ETT TUBES SIZE 3.5174. ETT TUBES SIZE 4175. ETT TUBES SIZE 4 ½176. ETT TUBES SIZE 5177. ETT TUBES SIZE 5 ½178. ETT TUBES SIZE 6 ½ WITH CUF179. ETT TUBES SIZE 6 ½ WITH CUF180. ETT TUBES SIZE 7 WITH CUF181. ETT TUBES SIZE 7 ½ WITH CUF182. ETT TUBES SIZE 8 WITH CUF183. ETT TUBES 8 ½ WITH CUF184. BUIGE185. FEEDING TUBE SIZE 4186. FEEDING TUBE SIZE 6187. FEEDING TUBE SIZE 8188. FEEDING TUBE SIZE 10189. FEEDING TUBE SIZE 12190. FEEDING TUBE SIZE 14191. FEEDING TUBE SIZE 16192. FEEDING TUBE SIZE 18193. FEEDING TUBE SIZE 20194. FOLLY’S CATHETER 2 WAYS 14,16,18 & 22195. FOLLY’S CATHETER 2 WAYS CHILDREN196. FOLLY’S CATHETER 3 WAYS 18,22,24

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

197. I.V CANNULA SIZE 18198. I.V CANNULA SIZE 20199. I.V CANNULA SIZE 22200. I.V CANNULA SIZE 24201. LAYNGOSCOPE BULB202. NEEDLE CUTTING (ALL SIZE)203. PEDIATRIC I.V. CHAMBER204. POP BANDAGES 6"205. POVIDONE IODINE TOPICAL SOLUTION 450 ML206. POVIDONE IODINE CLEANSING SOLUTION 450 ML207. REDIVAC DRAIN SIZE 12, 14 & 16.208. RADIVAC DRAIN BOTTLE209. SAVLON 450 ML210. SPINAL NEEDLE 16,20,22,23,24,25,26.211. SURGICAL BANDAGES ( 10CM X 5 MTR) BP TYPE-II PACK

OF 12 BANDAGES212. SURGICAL BANDAGES ( 15CM X 5 MTR) BP TYPE-II PACK

OF 12 BANDAGES213. SURGICAL BLADES (ALL SIZE)214. SURGICAL DISPOSABLE GLOVES ( PAK OF 100)215. SURGICAL GAUZE 36"X 40 YARDS (THAN)216. SURGICAL GLOVES 6 ½ ,7, 7 ½, 8.00217. URINE BAG ORDINARY218. ECG.ROLL 3 CHANNAL219. DISPOSABLE CAPS220. DISPOSABLE MASK221. A.B.D SWAB 18/18222. RAYTIC SWAB 4/4223. PLAIN GWAZ PEACE 4/4

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

SURGICAL / SUTURE MATERIAL224. BLACK BRAIDED SILK WITH 16MM SIZE " 2/0 " NEEDLE.

BOX OF 12 FOILS225. BLACK BRAIDED SILK WITH 25MM SIZE " 3/0 " NEEDLE.

BOX OF 12 FOILS226. BLACK BRAIDED SILK WITH 30MM SIZE " 0 " NEEDLE.

BOX OF 12 FOILS227. BLACK BRAIDED SILK WITH 30MM SIZE " 1 " NEEDLE. BOX

OF 12 FOILS228. BLACK BRAIDED SILK WITH 30MM SIZE " 2/0 " CUTTING

NEEDLE. BOX OF 12 FOILS229. BLACK BRAIDED SILK WITH 30MM SIZE " 2/0 " ROUND

BODY NEEDLE. BOX OF 12 FOILS230. CATGUT PLAIN WITH 40MM NEEDLE SIZE "2/0"BOX OF 12

FOILS.231. NYLON 10 / 0 WITH 6MM SPATULA CURVED MICRO-POINT

NEEDLE. BOX OF 12 FOILS.232. POLY GLYCOLIC ACID BRAIDED SIZE " 1/0 " WITH 30MM

1/2 CIRCLE ROUND BODIED NEEDLE. BOX OF 12 FOILS(VICRYL)

233. POLY GLYCOLIC ACID BRAIDED SIZE " 2/0 " WITH 30MM1/2 CIRCLE ROUND BODIED NEEDLE. BOX OF 12 FOILS(VICRYL)

234. POLY GLYCOLIC ACID BRAIDED SIZE " 3/0 " WITH 30MM1/2 CIRCLE ROUND BODIED NEEDLE. BOX OF 12 FOILS(VICRYL)

235. POLY GLYCOLIC ACID RAPID SIZE " 0 " 35MM J NEEDLE.BOX OF 12 FOILS (VICRYL)

236. POLY GLYCOLIC ACID RAPID SIZE " 3/0 " CURVEDCUTTING NEEDLE. BOX OF 12 FOILS (VICRYL)

237. POLY GLYCOLIC ACID VIOLET BRAIDED SIZE " 2/0 " WITH25MM NEEDLE. BOX OF 12 FOILS (VICRYL)

238. POLYGLYCOLIC ACID BRAIDED SIZE " 0 " WITH 30MM 1/2CIRCLE ROUND BODIED NEEDLE. BOX OF 12 FOILS(VICRYL)

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

239. POLYGLYCOLIC ACID RAPID SIZE " 3/0 " STRAIGHTNEEDLE. BOX OF 12 FOILS (VICRYL)

240. PROLENE MESH 6X11241. PROLENE MESH 16X16242. PROLENE MASH 4X10 (FISH SHAPE)243. BONE WAX244. FLOW METER245. SURGICIAL

Laboratory Kits, Reagents, Chemical & Other items246. GLUCOSE247. UREA248. CREATININE249. URIC ACID250. TOTAL BLURBIN251. SGPT252. ALK: PHOSPHATASE253. GAMMA GT254. TOTAL PROTEIN255. ALBUMIN256. CALCIUM257. CHOLESTEROL258. TRIGLYCERIDE259. HDL260. VLDL261. LDL262. SGOT263. LDH264. CK-MB265. HBS AG 1 INTO 100

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

266. HCV 1 INTO 100267. MP ICT 1 INTO 25268. H-PYLORI 1 INTO 25269. HIV 1 INTO 40270. VDRL271. DANGUE AG 1 INTO 25272. TYPHI RAPID 1 INTO 25273. ANTI SERA ( ANTI A, ANTI B,ANTI D )274. WIDAL TO,TH,AO,AH,BO,BH,275. RA FACTOR276. ASOT277. CEL PACK , DILUENT 20 LTR278. LYSER 1000ML279. CLEANING REAGENT 100ML280. PROTHROMBIN TIME KIT281. YELOW TIPS 1 INTO 1000282. BLUE TIPS 1 INTO 500283. COVER SLIP 18*18 mm284. GLASS TUBE LARGE 1 INTO 100285. GLASS TUBE SMALE 1 INTO 100286. URS 10 STRIP 1 INTO 100287. GEL TUBE 1 INTO 100288. EDTA TUBE ( CBC TUBE) 1 INTO 100289. PT, TUBE 1 INTO 100290. GLUCOSE TUBE 1 INTO 100291. AMYLASE 500 ML292. ESR PEPPETE293. ESR DISPOSABLE294. SULPHOSALICYLIC ACID

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

295. XYLIENE 2.5 ltr296. GMS BLOOD BAGES SINGLE 500ml297. GMS BLOOD BAGES TRIPLE298. TRANSFUSION SET GMS299. COOMBS REAGENT300. ALBUMIN 22%301. ELECTRIC TUBE SEALER302. PIN REMOVER303. GEL CARD304. NORMAL SALINE 1000ml305. ICE PACK306. GROUPING TILES307. TEST TUBE SMALE (PLASTIC )308. WEIGHT SCALE309. PLASTIC CAPS310. DRIP SET311. GROUPING CARD312. BP APPARATUS313. STETHOSCOPE314. THERMAMETER

Consumables315. ALTERNA COLOSTOMY BAG316. BAIN CIRCUIT ADULT317. BAIN CIRCUIT BABY318. BONE MARROW NEEDLE319. CERVICAL PLATE SCREW320. CHEST BOTTLE321. CLEAR THERM 3 FILTER ADULT322. CLEAR THERM 3 FILTER CHILD

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

323. CURAGEL/METHYL CELLULASE324. CVP LINE325. 3 WAY STOPPER326. DCR TUBES FOR EYE327. DIAL FLOW328. DISPOSABLE ECG ELECTRODE329. DISPOSABLE ECG GEL 3 ML330. DISPOSABLE EMERGENCY & TRANSPORT VENTILATOR331. ECG PAPER ROLL (GIME MACHINE)332. ECG PAPER ROLL CARDIATE-AR-600333. ECG PAPER ROLL SCHILLAR AT-I334. HEPATITIS OT DRESS KIT335. ICU FILTER ADULT336. ICU FILTER PAEDS337. KERATOME KNIFE338. LARYNGEAL AIR WAY (MASKED) SIZE 1.0, 1.5,2.0.339. LARYNGEAL AIR WAY (MASKED) SIZE 2.5,3.5, 4.5.340. MEPORE 9X15341. MEPORE 9X20342. MEPORE 9X25343. MEPORE 9X30344. MONITEX DUPLEX GLOVES SIZE 7 & 8345. NEBULIZER KIT346. NIPA SUPPOTRIES347. OXYGEN MASK ADULT348. OXYGEN MASK PAEDS349. PHACO TUBING SET350. PRE-OPP-OPSITE LARGE351. PRE-OPP-OPSITE MEDIUM

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

352. PRE-OPP-OPSITE SMALL353. PUNCH BIOPSY DISPOSABLE354. REBREATHING BAG 1/2 LITRE.355. REBREATHING BAG 1LITRE.356. REBREATHING BAG 2 LITRE.357. SUCTION CATHETER SIZE 12, 14,16,18, 20.358. SURGICAL TAPE 1"359. SURGICAL TAPE 2"360. SURGICAL TAPE 3"361. TRUECUT BIOPSY NEEDLE362. URETERIC CATHETER 5FR363. VITROUS CUTTER DISPOSABLE364. VITROUS CUTTER REUSEABLE

X-Ray Films & Films365. X-Ray Film 8x10366. X-Ray Film 10x12367. X-Ray Film 12 x 15368. X-Ray Film 14 x 17369. Developer370. Fixer371. Codonix x-ray films 14x17372. Codonix x-ray films 12x15373. Codonix x-ray films 10x12374. Codonix x-ray films 8x10

Disposable375. Airways all sizes (Size 0 to 5)376. Airways Nasopharyngeal (Disposable377. Autoclaving tape (Sterilization Tape)378. Bacterial viral filter for anesthesia Machine

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

379. Biopsy Jar Small, Medium, Large380. Blood Bag 200ml/250ml381. Blood Bag 450ml/500ml382. Blood Transfusion Set383. Bone Wax (in Dozen)384. BP Blade (Carbon Coated) All Sized385. BP Blade (Carbon Coated) Size 11386. BTL 6.4mm with prepump arterial pressure measurement +

fluid barrier387. C.V.P Line (Single Lumen) & Sheldinger Wire (All Sizes) /

Central Venous Catheter388. C.V.P Line (Single Lumen) & Sheldinger Wire (All Sizes) /

Central Venous Catheter389. Catheter Mount (for Ventilator Circuit)390. Concentrate for Haemodialysis (Bicarbonate) 4 Liters Cane,

Composition of Part (A); (Glucose>1g/Liter) (K+<2meq/Liter)(Ca++>1.25mmol/Liter

391. Cord Clamp392. Dluble lumen dialysis cannula disposable, containing catheter,

guide wire, Drapes, Dilator needle size=12FR393. Double lumen dialysis cannula disposable, (Paeds) size=9FR394. Double lumen dialysis cannula disposable, (Paeds) size=7FR395. DCR Tube396. Dermatome Blades All Sizes397. Disposable Breathing Circuits with Water Trap Adult for

Ventilator398. Disposable Breathing Circuits Pediatric for Ventilator399. Disposable Caps400. Disposable Chest tube all sizes401. Disposable chest electrode402. Disposable ETT Electrode403. Disposable Face Mask

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

404. Disposable Gloves Polyethylene, Pack of 100’s405. Disposable Nebulizer Kit406. Disposable Oxygen Cover407. Disposable Shoe Cover408. DJ Stent 4.7FR & Guide Wire (One end Open)409. DJ Stent 6FR & Guide Wire (One End Open)410. Double Gloves411. E.C.G Gel (Cane / Jar of 5 Liters)412. E.C.G Paper Roll 50mm x 30m413. E.C.G Paper Roll Three Channel Z 302 Kenz414. E.C.G Paper roll 1250 K, 110mm x 140mm415. Embolectomy / Fogatry Catheter No.4,5,6 All Sizes416. Endotracheal Tube Cuffed All Sizes 5.8417. Endotracheal Tube Non Cuffed All Sizes 2.5+4.5418. Endotracheal Tube Fixater (disposable)419. Epidural Set & Catheter All Sizes420. Fistula Needles 15G or 16G & Back Eye421. Fistula Needles 17G & Back Eye422. Foley’s Catheter Three Way All Sizes423. Foley’s Catheter Two Ways All Sizes No.6,8,10424. Foley’s Catheter Two Ways All Sizes No.12,22425. Foley’s Catheter (Silicon) No.6,8,10,12426. Gigle Saw427. Glucometer Strips428. Hard Cervical Collar (Large)429. Hellow fiver Dialyzer (Adult) Low Flux High Performance,

Polysulfone steam sterilized/ Gamma Sterilized surface Area1.8m2

430. Hellow fiver Dialyzer (Adult) Low Flux High Performance,Polysulfone steam sterilized/ Gamma Sterilized surface Area1.6m2

Sr.No. I/U Nomenclature Qty Brand Manufacturer Registration

Number Unit Price TotalAmount

431. Hellow fiver Dialyzer (Adult) Low Flux High Performance,Polysulfone steam sterilized/ Gamma Sterilized surface Area1.4m2

432. Hellow fiver Dialyzer (Adult) Low Flux High Performance,Polysulfone steam sterilized/ Gamma Sterilized surface Area0.1m2

433. Hellow fiver Dialyzer (Adult) Low Flux High Performance,Polysulfone steam sterilized/ Gamma Sterilized surface Area0.75m2

434. I.V Cannula & Port & Wings No.18435. Liver Biopsy Needle436. Lumber Drain437. Mucous Extractor438. Nasal Prongs for Oxygen439. Nasogastric / Stomach Tube size 3.5 to 10440. Nasogastric /Stomach Tube size 12 to 18441. Paper CTG Machine Model MT-325442. Paper CTG Machine Model MT-516443. PCN Set444. PD Cannula Set445. Viscogel446. 10/0 Suture447. Vicryl 12448. Prolene449. Dignity sheets (All sizes)450. Any other item

Tender No.2

OFFICE OF THE DIRECTOR

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

BIDDING DOCUMENTFOR SUPPLY & INSTALLATION OF

MEDICAL EQUIPMENT/INSTRUMENTS& LAUNDRY EQUIPMENT

Page 1 of 103

INDEX

1. (a) Invitation for bids and (b) Knockout clauses2. Name of Equipment Name and Manufacturer (Annex A,B&C)3. Terms and conditions4. Purchaser’s right to vary Quantities at time of award5. Notification of award / Advance contract6. Award of Contract and Contract Agreement7. Performance Security8. Payment Term:9. Fee for Award of Contract10. Undertaking11. Certificate12. Criteria for Evaluation of Bids13. Assessment Parameters

A. (Marks)13.1 Availability of Technical Staff of the Company/firm in Reference to the Product,

manufacturers Local Agent capacity for technical service with reference to theproduct

13.2 The bidders shall not be under a declaration of ineligibility for corrupt andfraudulent practices, declared by any Government (Federal/Provincial/District), aLocal Body or a Public Sector Organization.

13.3 Financial Soundness13.4 Overall reputation in reference to the Product (Cliental)13.5 General Overall sales turnover of the Organization13.6 International sales and country of origin of quoted item13.7 Product certification13.8 Exclusive Agency Certificate13.9 Other

B. (Table)13.1.1 Availability of technical staff of the company/firm in reference to theproduct:13.2.1 Manufacturers local agent capacity for the technical service with reference to theproduct13.3.1 Financial Soundness13.4.1 Overall reputation in reference to the Product (Cliental)13.5.1 Overall Sales turnover of the organization13.6.1 International sales and country of origin of quoted item13.7.1 Quality Certification of the quoted products13.8.1 Details about exclusive rights of the product represented in Pakistan13.9.1 Submission of documents: Original Brochure14. Bidders Questionnaire for bid evaluation15. Bid form and Price Schedule16 Bid Security Form17. Contract Form18. Performance security form19. Manufacturers Authorization Form

Page 2 of 103

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 2 Due on 22.12.2015

INVITATION FOR BIDS

The Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabadinvites the bids:

For Supply & Installation of Medical Equipment /Instruments &Laundry Equipment

Bidding is open for all eligible bidders. Bidders can obtain bidding / tenderdocuments prescribed from:

Office of the Director Jacobabad Institute of Medical Sciences(JIMS), Jacobabad.

Complete set of tender / bidding Documents may be obtained/ Purchasedby the interested bidder on written request to the above office and uponpayment of non refundable fee of Rs.3,000 in shape of Pay order in thename of Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad.

Tenders/ Bids are to be dropped in the tender box placed / affixed in theoffice of the Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad on or before 22nd December, 2015 at 11.30 AM

Director JIMS, Jacobabad

Page 3 of 103

1(b) CHECK LIST

The provision of this checklist is essential prerequisite along with submission oftender.

S/NO DETAILYES /

NOPAGE#ANNEX

KNOCK OUT CLAUSES

1Original receipt for purchase of tender

2 The financial envelops should be separated of each item,clearly marked company name and quoted serial itemnumber and name

3 Copy of earnest money without amount in technical bid

4 Acceptance of terms and condition, tender documentsduly signed and stamped

5 Sole agency certificate [as per annex: A]

6 Proof of past import of quoted items from manufacturers(copy of bill of entry & etc)

7 Original Literature/ Brochure of product showing completecontact details of the manufacturer (as per annex. B)

8 Copy of previous installation reports in reputableGovt./Private teaching hospitals/ institutes, etc.

9 Copy of GST Certificate

10 Copy of NTN Certificate

11 Copy of Last three years paid income tax challan

12 Copy of registration with chamber of commerce

13 Bank certificate showing financial capability (Last Six monthsstatements)

14 Bidders questioner Performa for bid evaluation

15 No mention of price on technical bid

16 Certificate / documentary proof to the effect that the Principalis the original manufacturer of the required goods (majorcomponents, mainframe, etc)

17 Certificate regarding quality production conformity withinternational standards.Standards (Copy of certificate FDA, CE, JIS [as per annex.C]

18 Provision of all data on soft copy on prescribed format in shapeof CD

Signature & seal (bidder):

Page 4 of 103

2- Annexure “A”

Tenderitem No.

Name of Equipment Name of Manufacturer

Signature & seal (bidder):

Page 5 of 103

2- Annexure “B”

Tenderitem No.

Name of Equipment Name of Manufacturer

Signature & seal (bidder):

Page 6 of 103

2- Annexure “C”

Tenderitem No.

Name of Equipment Name of Manufacturer

Signature & seal (bidder):

Page 7 of 103

3. TERMS AND CONDITIONS:

3.1 In this tender envelope procedure as per SPPRA 2010 rules will be followed i.e. Technicaland Financial proposal separately, i.e. single stage two envelope system. The envelope mustcontain tender enquiry No. on the top and TECHNICAL/FINANCIAL PROPOSAL clearly inorder to avoid any confusion. The tenders shall be submitted with all documents, drawingliterature & catalogue (in equipment) in Technical proposal, with sealing wax. The name ofmanufacturer or supplier should be affixed on the face of envelop at the left side.Moreover, financial envelops should contain financial bid each item separately.

3.2 Initially envelope marked as “TECHNICAL PROPOSAL” shall be retained in the custody ofthe procuring agency without being opened.

3.3 Tenders must be filled in with blue or black ink in the column provided and on separatedletter head duly signed.

3.4 The tenders must be free from erasing, cutting and overwriting. in case of erasing, cuttingand overwriting, authorized person should initial it.

3.5 Conditional tenders will be ignored and will not be considered / entertained / accepted.

3.6 The rates of each item should be written in figures as well as in words. In case ofdiscrepancy the price in words will be taken as authenticate and final.

3.7 Tender shall be accompanied by Earnest Money @ 3% of the value of stores quoted bythem in form of call deposit / pay order/demand draft in the name of Director JacobabadInstitute of Medical Sciences (JIMS), Jacobabad.

3.8 Original purchase receipt must be enclosed with the technical offer.

3.9 Copy of earnest money (without amount) must be attached along with the technical bid andthe original along with financial bid in case of disclosure of price or amount of EarnestMoney in the technical bid, the bid will be rejected.

3.10 The bidder shall furnish General Sales Tax (GST) Registration Certificate of the firm failingwhich the offer will be ignored. In case the item is exempted from GST either documentaryevidence or certificate from competent authority shall be attached with the offer.

3.11 The bidder shall furnish copy of valid Professional Tax Certificate, Income Tax Certificate;Last three years paid income tax Challan, proof of registration with Chamber of Commerce.

3.12 The equipment to be imported comply/certificate at CE / FDA standards certificate shouldbe attached along with the offer.

3.13 Bidder should submit a fresh bank certificate showing strong financial capability of firm.

3.14 Tendrer are required to furnish a detail of technical quotation on their letter head andspecify the standard and optional items / accessories as required in the tenderspecification. Bidder should clearly mention make, model and country of origin of thequoted items.

3.15 Tendrer shall purchase separate tender document and furnish purchase receipt for eachalternate offer in case they intend submit alternate offer without separate purchase receipt(original) are supposed to be rejected.

3.16 No manufacturer shall authorize their distributor/ agent/ any firm or person to quote thesame item which manufacturer quoted it-self in any tender. Failing which offer of boththe manufacturer as well as other bidder shall be ignored.

Page 8 of 103

3.17 Bid should remain valid for 90 days from the date of financial opening.

3.18 Price should be quoted for both “ C.I.F and FOR” basis in Figure and words failing whichthe offer will be ignored. FOR offer should be inclusive of allduties/Taxes/Octroi/Transportation, etc. and all other expenses on free delivery toconsignee end at Jacobabad Institute of Medical Sciences (JIMS), Jacobabad.

3.19 In case of purchase of C.I.F, the bidder will bear the charges of clearing agent. warehouseRent, Airline D/O charges and all other charges including transportation to consignee endexcluding custom duty and tax. Certificate will be issued by this office to clarify that theimport has been made for the hospital in question so as to avail the facility of exemption ofduties/taxes as per Government Rules.

3.20 Sole agent certificate for the quoted items from the Manufacturer must be attached bythe bidder. Certificate should be valid for three years from the date of issue which shouldbe verifiable by concerned authority.

3.21 03 years free service including warranty from the date of installation and further 02 yearsfree service without parts. Additionally assurance for the availability of spare partsfor at least 08-10 years may also be confirmed by the bidder.

3.22 Bidders are required to submit proof of past import of quoted items from Manufacturer bysubmitting copy of bill of entry (Custom Clearance documents). Bill of landing / Airway billand etc.. along with their bid.

3.23 Free installation along with all accessories including labor charges/demonstration atconsignee end must be borne by the bidder.

3.24 The supplier will be bound to train nominated technical personnel (inland/outland) tooperate / repair and maintain the supplied equipment.

3.25 List of hospitals, name of department, contact numbers of the end users, in which thequoted equipment are working must be attached. Copy of previous installation report in areputed Govternment/Private |Teaching Hospitals/ repair certificate if any, of the similarquoted item from the end user should be attached along with the bid.

3.26 Bidders should confirm the presence of Manufacturers trained service/installationEngineers/Technicians and provide the detail of their working experience,Manufacturer training Certificate, list of tools and test equipment, approximate area ofworkshop in the premises of their office and address along with the bid.

3.27 The original printed catalogue / technical brochure showing detail technical specification,clear photo/picture of the quoted item, Manufacturers address, Phone number , e-mailaddress and website must accompany with offer.

3.28 For the X-ray Equipments, bidders must submit a valid copy of Registration with PNRA(Pakistan Nuclear Regulatory Authority).

3.29 Store is required immediately. The tenderer, may however give their short guaranteeddelivery period by which the supply will be completed positively.

3.30 Choice to select /ignore any alternate offer shall rest with the purchaser.

Page 9 of 103

3.31 If the Contractor fails to attain completion of the supply or installation within the time forcompletion, he shall pay to the purchaser liquidated damages at the rate of 2% per month

(0.5% per week) of the Contract Price, or the relevant part thereof. The aggregate amount ofsuch liquidated damages shall in no event exceed 10% of the bid amount. Once the“Maximum Limit” is reached, the purchaser may consider termination of the Contract.

3.32 Procuring Agency is not bound to accept the lowest or any bid, which is otherwise substandard and of low quality.

3.33 Under no circumstances the bidder shall provide used/repaired/refurbished or defectedmedical equipment. If such case happened then, the firm concerned will be black listed andearnest money/security deposit will be forfeited.

3.34 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 /services contract period.

a. 100% - 95% No Penalty

b. 95% - 90% The warranty period will be extended by 2.0times the number of days as extra down time

c. 90% - 80% The warranty period will be extended by 3.0times the number of days as extra down time

d. Below 80% The warranty period will be extended by 4.0times the number of days as extra down time

3.35 The firm will be bound to make arrangement for availability of qualified technical staff inhospital/site for prompt execution/coordination of after sale service.

3.36 Resident / dedicated engineer would be required to be stationed at JIMS for 1 year, whereapplicable.

3.37 Redressal of grievances by the Procuring Agency 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 mayoccur prior to the entry into force of the procurement contract.

Any bidder feeling aggrieved by any act of the procuring Agency after the submission of hisbid may lodge a written complaint concerning his grievances not later than fifteen daysafter the announcement of the bid evolution report under Rule 35.

The committee shall investigate and decide upon the complaint within fifteen days of thereceipt of the complaint

Mere fact lodging of a complaint shall not warrant suspension of the procurement process Any bidder not satisfied with the decision of the committee of the procuring Agency may

lodge an appeal in the relevant court of jurisdiction.

4. PURCHASER’S RIGHT TO VARY QUANTITIES AT TIME OF AWARD .The purchaser reserve the right to increase/decrease or delete the quantities of goods etcat the time of award of contract and also reserve the right to enhance the quantitygoods and services originally specified in the schedule of requirements without anychange in unit price of other terms and conditions of goods at any time during contractperiod.

Page 10 of 103

5. NOTIFICATION OF AWARD/ADVANCE CONTRACT:

5.1 Prior to the expiration of the period of the bid validity, the purchaser will notify thesuccessful bidder in writing, delivery by hand or by register by cable to be confirmed that their bidhas been accepted.

5.2 The notification of award will constitute the formation of the contract.

6. AWARD OF CONTRACT & CONTRACT AGREEMENT.Subject to the fulfillment of all codal formalities, the purchaser will award the

contract to the successful bidder whose bid has been determined to be qualified to perform thecontract satisfactory.

7. PERFORMANCE OF SECURITY.The successful tenderer will have to deposit with the purchase security depots as

under in shape of call deposit / bank guarantee at the rate of 3% of the value of the contract.

8. TERM OF PAYMENT:8.1 in case of purchase on CIF, this office will establish Letter of credit for 80% of contractvalue in favor of Manufacturer, remaining 20% payment will be release in the equivalent Pak.Rupees of CIF amount after successful completion of delivery of equipment at consignee end.Insurance charges for opening L/C and the difference in currency fluctuation will be borne by bidder.

8.2 Terms of payment for F.O.R purchase 100% after supply of equipment at consignee end.

9 FEE FOR AWARD OF CONTRACT:9.1 Stamp duty @0.3% shall be borne by the suppliers.

10. UNDERTAKING10.1 That I/We agree whether our tender accepted for total, partial or any single item.

I/We also agreed to supply and accept the said item at the rates for the supply ofcontracted quantity within the stipulated period shown in the contract.

10.2 I/We understand and confirm the refund of cost different if the same good is/was suppliedat lower rates to any other Government / Semi Government Institution in the Province insame fiscal year.

10.3 I/we undertake that: that I any of the information submitted in accordance to this tenderenquiry found incorrect our contract may be cancelled at any stage on our cost and risk.

11. CERTIFICATEWe guarantee to supply the stores exactly in accordance with the requirement specified inthe invitation to this tender

Signature of Tenderer:

Name & Designation

Address

Page 11 of 103

12. CRITERIA FOR EVALUATION OF BIDSQuality and the following evaluation factors criteria will be employed on technical proposals.

The number of points allocated to each factor shall be specified in the evaluation report. Only bidssecuring minimum of 70% marks would be considered for further process.

EVALUATION CRITERIA (ELECTRO-MEDICAL EQUIPMENTS)S/NO 13. ASSESSMENT PARAMETER Marks13.1 Availability of technical staff of the company / firm in reference to the product. 15

Following two companies shall be considered ascertain the availability / expertise of technical staff:A. Number of technical staffi) At least two technical staff members 05ii) 01 additional number for every additional technical member shall be

granted with maximum up to 05B. Technical staffs academic qualification 05

M.SC, BsC Computer Sciences, BE Engineering from recognized institution shall be granted oneadditional mark. However, B. Tech shall not be considered for additional mark. M.Sc / Master degreeholder from recognized institution shall be 2 additional marks.

13.2 Manufacturer’s local agent capacity for technical services with reference to theproduct.

15

A. Repair workshop facility with the diagnostic tools and test equipmentas submitted along with the quotation 03

B. Physical size and facility of workshop attached photo. 03C. Test and diagnostic tools list. 03D. Service manual and other technical documentation list. 03E. Availability of spare parts and accessories at workshop list 03

13.3 FINANCIAL SOUNDNESS 12A. Income tax paid challan for last three years 06B. Balance sheet, audited for the last financial year 04C. OR Bank statement for last 3 years 02If balance sheet and bank statement both are deposited then only marks of balance sheet (8 Marks) would becounted. Tapering down phenomenon regarding rating of marks shall be applied on competitive firms13.4 Overall reputation in reference to the product (cliental) 10Overall reputation of the product shall be envisaged by following criteria:A. References / certificates provided regarding performance of product from head of the concern institute/ hospital.B. References/ Certificates of the product shall be verified by the department independentlyC. Attestation of being Category “A”D. Purchaser have right to exercise Market Survey / Internet Exploring Survey give indicator marks.13.5 General overall sale turnover of the organization 10A. 60% or more sales proportion of medical equipment (quoted items) 08B. 40% or more sales proportion of scientific equipment 0213.6 International Sales and country of origin of quoted item 15A. Sale of product in two or more continents 10B. Sales of production in single continent 0513.7 Product Certification 10Certificate FDA /CE (MDD)/JIS

A. Any two certificates 0 6B. Any one certificate 04

13.8 Exclusive Agency Certificate , Attested by Embassy, & Chamber of Commerce fromnative Country of Manufacturer

08

A. 10 years or more for each products or 04B. 5 years or more for each products 02C. Less than 3 years 02

13.9 Other 05

Submission of original brochures and required certificates as per tender terms and Conditions. 05

Page 12 of 103

Assessment parameter: 13.1.1

Availability of technical staff of the company/firm in reference to the product:

1. Total Number of Technical Staff:_

2. No. of B.Sc. degree in Bio-Medical Engineering holder

3. No. of B.Tech / Diploma holder

4. No. of MSc / Master Degree holder

5. Details of Engineers

S/NO Name of Engineer QualificationExperienceNo of Years

Manufacturer’straining with nameof equipment and

duration

Signature: Seal:

Page 13 of 103

ASSESSMENT PARAMETER: 13.2.1

Manufacturer’s local agent capacity for technical services in reference to the product.

Physical size and facility of workshop(Please attach photograph or picture of your workshop)

Details of test and diagnostic tools:_(Please attach a separate sheet describing the test and diagnostic tools)

Details of service manual and other technical documentation:_(Please attach a separate sheet describing the detail of manuals and othersupporting documents)

Detail of separate parts and accessories available at workshop:_(Please attach a separate sheet mentioning the list of spare parts andaccessories)

Assessment Parameter:13.3.1

Financial Soundness

Copy of Income Tax Paid Challan for last three years:_

Copy audited balance sheet by a recognized audit firm:_

OR

Copy of Bank statement for the last financial year:_

Assessment Parameter:13.4.1

Overall reputation in reference to the product (Cliental)

No of References

(Reference will be verified)

No of Certificates, regarding performance of the product from head of concerned institute/hospital_

Signature: Seal:

Page 14 of 103

Assessment Parameter:13.5.1

Overall sale turnover of the Organization

For quoted Medical Equipment:_

For other scientific equipment:_

Assessment Parameter: 8.6

International sales and country of origin of quoted item

TenderItem No Name of Quoted Equipment

Manufacturer’sdeclaration

mentioning name ofcontinent where the

equipments are soled

Country of Origin

Signature: Seal:

Page 15 of 103

Assessment Parameter; 13.7.1

Quality certificate of the quoted productsTenderItem No Name of Equipment Make Model

Certificate(FD/CE (MDD)/JIS)

Assessment Parameter; 13.8.1

Details about Exclusive rights of the product represented in Pakistan:Tender

Item No Name of Equipment Manufacturer / OriginNumber of years

for exclusive rights

Signature: Seal:

Page 16 of 103

Assessment Parameter:13.9.1

Submission ofdocuments: OriginalBrochure

TenderItem No Name of Equipment Manufacturer / Origin

Copy of NTN Certificate:_

Copy of Sales Tax Certificate:

Copy of Professional Tax Certificate:_

Copy of Chamber of Commerce Registration Certificate:_

Copy of PNRA Registration Certificate:

Note:

Bidders can provide details information on extra sheets by separating them with the uses ofannexure.

Name:_

Designation:_

Signature:_

Name of Firm:_

Stamp of Firm

Page 17 of 103

14. Bidders Questionnaire for Bid

Evaluation Name of Firm:

Address:

Ph:_ Fax:

Email:_ Website_

Details of Quoted Equipment:Tender

Item No Name of Equipment Model MakeCountry/Origin

Signature: Seal:

Page 18 of 103

15. BID FORM AND PRICE SCHEDULE

Dated Tender No.

To:

[name and address of Procuring agency]

Gentlemen and/or Ladies;

Having examined the Bidding Documents including addenda nos: [insert number’s],the receipt of which is hereby duly acknowledged, we, the under signed, offer the supply anddeliver [description of goods and service] in conformity with the said Bidding Documents for thesum of [total Bid Amount in words and figures], or such other sums as may be ascertained inaccordance with the schedule of Price attached herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the goods in accordance withdelivery schedule specified in the schedule of requirements.

If our bid is accepted, we will obtain a guarantee of a bank in the sum of equivalentto percent of the Contract Price for the due performance of the Contract, in the formprescribed by the Procuring Agency.

We agree to abide by for a period of [ number] days from the date fixed for bidopening as per bid terms and condition, and it shall remain binging upon us and may be acceptedat any time before the expiration that period.

Until a formal contract is prepared and executed, this bid, together with yourwritten acceptance thereof and your notification of award shall constitute a binding Contractbetween us.

Commissions of gratuities, if any, paid or to be paid by us to agents relating to thisBid, and to contract execution if we are awarded to contract, are listed below;

Name and address of agent Amount and Currency Purpose of commission or gratuity

We understand that you are not bound to accept the lowest or any bid

you may receive. Dated this day of, 2015.

Signature:

In the capacity of:

Duly authorized to sign bid for and on behalf of

Page 19 of 103

16. BID SECURITY FORM

Whereas, [name of bidder] (hereinafter called the Bidder) has submitted its

bid dated [date of submission of bid] for the supply of [name /or description of goods]

(hereinafter called the bid).

KNOW ALL PEOPLE by these presents that we [name of bank] of [name of country],

having our registered office at [address of bank] (hereinafter called the bank) are bound up

to [name of procuring agency] (hereinafter called “The procuring Agency”) in the sum of for which

payment well and truly to be made to said procuring agency, the bank binds itself, its successors

and assigns by these presents. Sealed with the common seal of the said bank this

day of , 20

The conditions of this obligation are:

1. If the bidder withdraws its bid during the period of bid validity specified by the bidder on thebid for:

OR

2. If the bidder, having been notified of the acceptance of its bid by the procuring agency

during the period of bid validity:

3. Fails or refuses to excuse the contract form, if required; or

4. Fails or refuses to furnish the performance security, in accordance with the instruction tobidders.

We undertake to pay to the procuring agency up to the above amount upon receipt

of its first written demand, without the procuring agency having to substantiate its demand,

provided that in its demand the procuring agency will note that the amount claimed by it, owing to

the occurrence of one or both of the two conditions, specifying the occurred condition or

conditions.

This guarantee will remain in force up to and including twenty eight (28)days afterthe period of bid validity, and any demand in respect thereof should reach the bank later than theabove date.

[Signature of Bank]

Page 20 of 103

17. CONTRACT AGREEMENT

THIS AGREEMENT made at day of 20 between [name ofprocuring agency] of [country of procuring agency] (herein after referred to as the “ProcuringAgency”) of the on Part; and [name of supplier ] of [ city and country of supplier] (herein aftercalled the “Supplier”) of the other Part.

WHERE AS the Procuring Agency invite bids for certain goods and ancillary services,viz [brief description of goods and service] and has accepted the bid by the Supplier for the supplyof those goods and service in the sum of [contract price in words and figures] (hereinafter called“the contract price)

Now this Contract Witness as Follows:

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

2. The following documents shall be deemed to form and be read and construed as part ofthis agreement, viz:- a. The Bid form and Price Schedule submitted by the Bidder;b. The Schedule of requirements;c. The technical Specification;d. The General Conditions of Contract;e. The Special Conditions of Contract;f. The Procuring Agency’s Notification of award;

3. In consideration of the payments to be made by the Procuring Agency to the Supplier ashereinafter mentioned, the supplier hereby covenants with the Procuring Agency toprovide the Goods and Services and to remedy defects therein in conformity in all respectswith the provisions of this Contract.

4. The Procuring Agency hereby covenants to pay the Supplier in consideration of theprovision of the Goods and Services and the remedying of defects therein, the ContractPrice or such other sum as may become payable under the provisions of this contract at thetime and the manner prescribed by this Contract.IN WITNESS whereof the parties here to have caused this agreement to be executed inaccordance with their respective laws the day and year first above written.

Signed, sealed, delivered by _ the

(For the procuring agency)

Signed, sealed, delivered by _ the

(For the supplier).

Page 21 of 103

18. PERFORMANCE SECURITY FORM

To,

[Name 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 “theContract”).

And whereas it has been stipulated by you in the said Contract that the Supplier

shall furnish you with a Bank Guarantee by a reputable bank for the sum specified therein as

security for compliance with the Suppliers 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 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 limits of [Amount of Guarantee] as

aforesaid, without your needing to prove or to show grounds or reasons for your demand or the

sum specified therein.

This guarantee is valid until the day of 20

Signature and seal of the Guarantors / Bank:

[Name of Bank or Financial Institution]

[Address]

[Date]

Page 22 of 103

19. MANUFACTURER’ S AUTHORIZATION FORM

To,[Name of Procuring Agency][Tender No]

WHEREAS [name of the Manufacturer] who are established and reputable

Manufacturers of [name and/or description of the goods] having factories at address of factory]

Do hereby authorize [name and address of Supplier/ Agent] to submit a bid, and

subsequently negotiate and sign the Contract with you against IBF No.[Reference of the invitation to

Bid] for the goods manufactured by us.

We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions ofContract for the goods offered for supply by the above firm against this Invitation for Bids.

[Signature for and on behalf of manufacturer]

Note:

This letter of authority should be on the letter head of the Manufacturer and Should be

signed by a person competent and having the power of attorney to bind the

Manufacturer. It should be included by the bidder in its bid.

Page 23 of 103

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

CENTRAL STERILE SUPPLIES DEPARTMENT (CSSD)

1.            Cleaning & Washing UnitCleaning & Washing Unit with built-in Ultrasonic Cleaners capacityapprox. 23 Liters, Dimensions of Unit should be approx. 2000 x 700 x900 mm (W x D x H), Stainless Steel Table.

Complete with

a.      02 Nos. Sinks each 500/500/250mm made of stainless steel withprovision of counter top; equipped with drain valve and stand pipe andwith siphon trap.

b.      Substructure cabinets with shelve. Cabinet is in-chrome steel / SSdesign.

c.      02 Nos. of integrated Spray Guns for dematerialized water / air with08 cleaning nozzles, hose, table lead through.

d.      Ultrasonic Cleaner integrated type, cleaning chamber constructed ofcorrosive resistant 304 SS. Heating thermostatically controlled. Digitaldisplay of time and temperature. Tank Capacity 21-25 Ltr. Systemcomplete with basket, lid and other standard accessories. Operation220V, 50 Hz.

TENDER FOR THE PURCHASE OF MEDICAL EQUIPMENT / INSTRUMENTS AND LAUNDTY EQUIPMENT AT JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS) FOR THE YEAR 2015 – 16

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1

Page 24

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 2.            Washing / Disinfection / Drying Unit (QTY 01)Microprocessor controlled automatic powered vertical down sliding glassdoors Pass through type. Washing chamber, washing arms, preheatingtanks and water filters made of high quality stainless steel AISI 316L.Washing arm rotating sensors, Light inside of chamber, Frame made ofstainless steel AISI 304.Touch screen display on loading and display on unloading side withintegrated printer. External steam heated for Automatic rinsing, washing,disinfecting and drying including integrated electric element as back upheating. Capable of washing internal and external surface of items suchas instruments, glassware, tubing, syringes, hollow wares etc. StainlessSteel construction. Floor model chamber size 10-15 DIN basketCapacity. 2 dosing pumps of chemical products complete with flowmeters and sensor.10 standard pre-set cycle programs, 5 serviceprograms and Fast/short cycle disinfection program (around 35 min).

With two pre heating tanks provided with heating elements for the pre-heat of washing and rinsing water (1st tank) and thermo-disinfectionwater (2nd tank)The unit should be complete with baskets, trays, and stands for washing /disinfection of the items mentioned above. The unit should havecomplete exhaust air condenser for outgoing air with condensate drain.Operation 380-400V.

Key Features:Large capacity up to 10 DIN 1/1 net basket.                     LCD touch control system with color panel to visualize cyclestatus.                     20 standard pre-programmed cycles available and 20 additionalcycles available for customization                     RS 232 port is provided with printer connection for monitoringand validating washing phases.                     Integrated 40 columns thermal printer for cycle validation andtraceability                     Motorized sliding down glass door made of HST temperateglass.

Page 25

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1                      Ergonomic design of the door level height allows convenientloading and unloading operations with the support of a transport trolley.

                     An efficient filtered forced air drying system with adjustable timeand temperature setting, helps to ensure the complete inside and outsidedrying of all the surgical instruments and tubes.                     Washing and DI disinfection temperature are fully adjustable upto 93°C. Temperature is monitored by two independent sensors.

                     Heavy washing pump ensure high water flow rate combined witheffective spray pressure.                     Washing/drying injection system on the same circuit.                     Inner cabinet, washing arms and tank filters entirely made ofhigh quality AISI 316 L stainless steel. Frame and body of machine madeof AISI 304L stainless steel.                     Triple water filtering system ensures to capture residuepreventing re-circulation of contaminated material.                     Two standard automatic liquid dispensers provided with levelcontrol.                     Large storage on bottom basement to allocate up to four 5 liters.chemical container

Accessories for 01 Unit

a.    Transport Trolleys 02b.    Anesthesia Wash Cart for Anesthesia Instruments 01c.    5 Level instruments Wash Cart 01d.    4 Level instruments Wash Cart 01e.    MIS Wash cart 01f.     Net Basket DIN 1/1 15g.    Rack for 25 shoes 01

The unit must be according to the standards of CE/FDA in compliancewith particular MDD.

Page 26

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 3.            Heavy Duty Steam Sterilizer (Natural Gas Operated sterilizerwith steam Generator shall be perferred)

(QTY 01)

High pressure Steam Sterilizer (double door pass through type) eachwith external steam supply as primary source with integrated steamgenerator as backup. Fully automatic, programmable, microprocessortype. Touch screen colored display and integrated printer. Automaticmotorized/pneumatic two doors pass through system. Time cycled,working pressure 32 psi. Safety interlock. Temperature & Pressurerecorder. Chamber pressure indicator. Cycle indicator to determine thephase of sterilization cycle. Program / Cycle selection.

Complete with standard accessories and removable shelves, capable oftaking both packets and containers of all standard sizes. Chambercapacity 08 STU, rectangular shape. Chamber, jacket and doors made ofAISI 316 L/Ti. The system complete with built-in water saving system,automatic heat exchanger and Air detector.

Key Features:                     Steam sterilizers should be able to process all kinds of hospitalgoods: solid and porous goods, heat sensitive plastics and textiles aswell as liquids in open or loosely closed bottles. meeting all Europeanstandards                     Steam sterilizer should be with optimized program cycles andthe use of components with low consumption to guarantee a highoperating efficiency. Allowing to reduce the consumption of power andwater by up to 80 % compared to similar machines.                     Integrated self-diagnostics and service program help to reduceconsiderably the maintenance and service.                     Steam Sterilizer should conform to the designed to meet thefunctionality and user-friendliness. The sterilization chamber should bemade of high quality stainless steel (AISI 316 Ti and AISI 316 L).

                     Steam Sterilizer should be integrated with electric steamgenerator to work independent from the steam supply on site.                     The Sterilizer should have an integrated 8” or better touchscreen for easy operations and program menus.

Page 27

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1                      Along with standard programs for the sterilization of solid andporous goods at 134°C or 121°C, Sterilizers should be equipped withspecial programs for the treatment of prions and for disinfection at 105°C.

Technical Specifications:Capacity: 08 STU or betterChamber Volume: 610 Liters or betterCold Water Consumption: 90 liters or better at 15oCElectricity Consumption: 09 kW /cycle or better per cycleCompressed Air consumption: 0.3 Nm3/h or better at 3 – 5 BarDe-mineral Water Consumption: 11 Liters/cycle or betterWith conductivity at max 15 µS/cmPower Requirements: AC 400 V, 3 Phase, PE

4.            Accessories for 04 Unitsa.    Loading/Unloading trolleys 02b.    Loading carts compatible with system. 01c.    DIN Wire Baskets for packs sterilizing , wired basket should be made of stainless steel AISI 304 24d. UPS of suitable capacity for both units with minimum 15 minutes forController cum display for monitoring and controlling of parametersduring power shedding provided/installed by the manufacturer.

The unit must be according to the standards of CE/FDA in compliancewith particular MDD5.            Reverse Osmosis System (QTY 01)The reverse osmosis unit including filters, hardness stabilizing unit,activated carbon with pre-filter 5µm, Pre filter 1µm, DS reverses osmosissystem. Capacity of 100L/h. Storage tank 1,000L Level control for tank,vent filter, pressure pump, ion exchanger, conductivity meter control,distribution manifold, hose set and installation material. Locally madewith imported parts

Page 28

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 6.            Low Temperature Sterilizer (EO) (QTY 01)Ethylene-Oxide (EO) gas sterilizer, Temperature and pressure recorderand printer. Complete with baskets and cartridges / Cylinders for at least250 cycles. Chamber capacity 135 liters or more, minimum the unitshould be complete with aeration system and should include all safetyinterlock, complete with built-in safety feature according to internationalaccepted standards.The unit must be according to the standards of CE/FDA in compliancewith particular MDD.

Standard Accessories:Gas leakage detector with Alarm (imported)Gas Cartridges/Cylinders for 250 Cycles.

7.            Oil Free Air Compressor (QTY 01)Compressor Oil free, Noiseless, single stage, two cylinders with electricmotor, pressure 8-10 bar, Capacity 175 Liter OR as per samemanufacturer recommendations.

8.            Operational AccessoriesThe CSSD should be complete with following Operational Accessories:

a.            Transport And Distribution Trolley (QTY 06)Distribution trolley, 03 shelves made of stainless steel, size 700 x 500 x800 mm (W x D x H)b.            Paper Dispensing Trolley (QTY 02)Moveable paper dispenser trolley made of stainless steel for storing ofsterilization paper sheets at packing tables. 04 frames for paper sheet of1200mm and one bottom shelf. Mobile with two lockable wheels.

c.            Paper Sealing Machine (QTY 02)Microprocessor controlled automatic heat sealer for sterilization bags andpouches. Stainless steel body with printing mechanism. Adjustabletemperature up to 200 deg. C, Speed approx. 10m/min.

Page 29

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 d.            Cutting Device (QTY 02)For storage and preparation of Paper/Plastic bags in rolls. The cuttingknife is made of tempered stainless steel and is self-grinding, Size 700 –1000mm.e.            Tape Dispenser (QTY 04)Tape dispenser for autoclave tape. Main parts of the dispenser are madeof metal. Design for two roll of tape.f.             Basket Trolley (QTY 02)Basket Trolley made of stainless steel for storage / transport of baskets.Size approx. 600 x 1500 x 450mmg.            Free Standing Baskets Rack (QTY 03)Free standing basket storage rack 04 single sections. Size approx. 1500x 400 x 1800mm.h.            Packing Table (QTY 02)Table top of Stainless steel with two drawers, Stand of stainless steelincluding two top mounted shelves and illuminated Magnifier.Dimensions approx. 1600 x 800 x 800 mm.i.              Linen Table (QTY 01)Inspection and folding for linen, the table top will be made of StainlessSteel top with inspection window. The frame is made of Stainless Steel.Dimensions (1600 x 800 x 900mm)j.              Modular Wire Basket (QTY 10)Modular wire Basket made of stainless steel for disinfections,loading/unloading equipment, Sterilizers as well as storage racks anddistribution trolley. Pile able when loaded / stackable. Compatible withInstruments/utensils of the system. Size approx. (580 x 390 x 190 mm)acceptable up to the tolerance of +- 10% in Size.

k.            Closed Transport Trolley (QTY 4)Closed transport trolley made of stainless steel, lockable, Front wheelswith directional locks and back wheels with brakes. Size approx. (900 x650 x 1250 mm) 6 STU.

MEDICAL LAUNDRY (Natural Gas Operated sterilizer with steamGenerator shall be perferred)

Page 30

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 1.            Washer Extractor Hygiene (QTY: 02)The Washer Extractor shall be steam heating free standing type, fullyautomatic with front loading / back unloading. Fully programmable,microprocessor control. Stainless steel in all vital parts for high degree ofrust protection, Stainless steel front panels and powder painted sidepanels, Multi liquid supply connections / powder compartment.

Technical specifications:Capacity/Load: 35-45 kg.Drum dia: 750-770 mm.Extraction: 910 -920 rpm.G-Factor: 350 or more.Pneumatic / electronic drain valveFrequency controlled motorOil lubrication of bearing gaskets.Electrical Connection: 400-415 V, 50 Hz.

2.            Drying Tumbler (QTY 02)Drying Tumbler with Steam heating, fully Automatic Microprocessorcontrol having stainless steel drum and 2 full loads per hour. Error codesfor easy trouble shooting. Service program for adjustment of parameters,temperature and cool down time. The tumbler to be factory painted withenameled paint and shall have the following specifications:

Technical specifications:Capacity of drying tumbler: 30 – 32 Kg.Drum Volume: 550 - 640 Lit.Drum dia: 910 - 945 mm.Cycle Time: 30-40 min. including loading & unloadingElectric Connection: 380 - 400 V, 50 Hz

Page 31

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 3.            Flat Work Dryer Ironer (QTY: 01)Flat Work Dryer Ironer shall be steam heated with automatic linendetection, cylindrical type having single roller / cylinder. Automatic speedadjustment. Finger guard protection, Nickel-plated cylinder, Front loadingand Front return and shall have following minimum specifications:

Technical Specifications:Speed: 1 – 8m / min (variable speed)Drive: Electrical MotorFeeding: Through BeltsCylinder Dia: 450 – 500mm ApproximatelyWorking Width: 2500 – 3000mm ApproximatelyThe Dryer Ironer to be a compact free standing self-contained unit and tobe supplied in factory assembled state.

4.            Utility Press (QTY: 01)Utility Press for uniforms pneumatically controlled.

5.            Weighing Scale (QTY : 01) (QTY: 01)Electrical Weighing Scale with weighing Capacity 500Kgs/50 gmsPlatform about 1m2 with side ramps to move trolley on itWall mounted bright lit display for distance readability Digital display withpre-set tares for instant deduction of known container weights

6.            Sewing Machine (QTY: 01)Single needle, two thread unit, electricMaximum speed of 5,000 stitches per minute with exact stitch formationat this speed, stitch length to be consistent push button feed regulator,quick differential feed adjustment, self-lubricating system with oil cooling,oil level and speed controller.

7.            Steam Hand Ironer (QTY: 01)Heavy duty Ironer, steam operated with stand cum table.

Page 32

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 8.            Air Compressor (QTY: 01)Suitable capacity with air tank as per requirement of the laundry unit on full load.

9.            Marking Machine (QTY: 01)

10.          Operational AccessoriesThe Laundry should be complete with following Operational Accessories:

1.            Packing / Sorting Table (QTY: 01)Packing / Sorting Table. Stainless steel table top. Dim. Approx. 15000 x650 x 850mm2.            Storage Racks (QTY: 02)Storage Racks shelving unit comprising 4 shelves. Stainless steelconstruction. Approx. size Height 1800mm, Width of shelf 1400mm,Depth of shelf 500mm.3.            Dirty / Clean Trolley (QTY: 04)Aluminum construction. Separate area for Clean and dirty Linen, largesize. Clean area with shelves and door. Four Wheel 150mm size. Dim.Approx. 1300 x 600 x 1500mm4.            Distribution Trolley (QTY: 02)Aluminum / SS construction. ¾ shelves. Four Wheel 150mm size. Dim.Approx. 1000 x 400 x 1200mm.

STEAM GENERATOR (Boiler) (QTY: 01)Turnkey Basis

Steam Generator /Boiler for Medical Laundry and Central SterileSupply Department

Panel of manufacturers: USA, EEC, Japan OR Local (If it is designedand manufactured according to ASME/BS/ISO/JIS/CE/PED standards incollaboration with international manufacturer of USA, EEC or Japanorigin).

Page 33

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 High Pressure Steam Generator / BoilerFire tube natural gas high pressure boiler, of specification mentionedbelow. The boiler shall be complete with burner, burner controls, gastrain fed water pumps, feed water tank, safeties, explosion doorsautomatic controls, piping to the CSSD and Laundry plants and otheraccessories required to complete the installation and to bring the unit intooperational state with following main components;

Gas Fired Boilera. 2TPH @ 10 Bars gas fired boilerb. Burner, single fuelc. Boiler valves & Control setd. Additional feed water pumpe. Chimney, Local (above the hospital building height)f. Boiler Ladder and platform (Local)g. Electrical Control panelh. Insulation, cladding & PaintingFeed Water Tank (Local made)a. Capacity 1,000 Lb. De aerator head, SSc. Chemical Dosing Pumpd. Valves and controls sete. Insulation, cladding & PaintingPiping and Electrificationa. Pipes & Valvesb. Instruments and gauges setc. Electrical cables and electrical construction work completed. Insulation, cladding & Painting on the installed items.

Detailed SpecificationsDesign Code: Class-1 of ASME/BS/ISO/JIS/CED/PEDBoiler Type: Natural Gas Fired, 3/4 Pass, Full Wet Back Technology

Configuration: Horizontal, Skid mountedDesign Pressure: 11.5 bars

Page 34

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Working Pressure: 10 barsFeed Water Temp: 85 – 90o.CSteam Generation: 1,500 Kg/hr. @ 10 barFuel: Natural gasBoiler Efficiency: 85 – 90%Burner: Single burner, Front end flange mounted, complete packageIncluding Control and power panel.Insulation: Rock woolCladding: AluminumND Examination: Radiography, UT, DPT; as per design code standard

Material: Materials used shall be recommended for specificcomponents by ASME/BS/ISO/JIS/CE/PEDPower Supply Electric: 380/3/50

Pressure VesselPressure vessel consisting of primarily of shell fire tubes, tube plates andfurnace, made from material as specified by theASME/BS/ISO/JIS/CE/PED code, duly approved by the internationallyrenowned agency and stamped for compliance.a) Complete manufacturing process is to be inspected by the inspectingagency at various stages of construction; in case of locally fabricated.

b) All welds and procedures adopted are to be strictly in accordance withthe ASME/BS/ISO/JIS/CE/PED codes.c) All tubes are to be rolled and, 2nd pass entry tubes are to be furtherwelded to the rear and front tube sheets, as provided in the code. Allwelded joints to be checked by X-Ray and results are recorded as per theprovision of the code.Various opening for connecting of services or installation of safetydevices are to be provided and reinforced as per theASME/BS/ISO/JIS/CE/PED code.

Feed Water Tank (Local Made)Construction: Carbon Steel as per SME/BS/ISO/JIS/CE/PEDInsulation: Rock wool

Page 35

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Cladding: Pre painted sheetCapacity: 1,000 LConfiguration: HorizontalControl: Temperature and level controls with level glass

Stress Relieving(If covered under design code ASME/BS/ISO/JIS/CE/PED)After the construction of the pressure vessel the entire unit is to behydraulic tested and then relieved of stresses in a properly designed &appropriate facility.Stress relieving is to be witness by the local representative of theinspecting agency; in case of locally fabricated. A certificate to this effectis to be provided.After removal of the Unit from the stress relieving chamber it is to beagain hydraulic tested. This test is to be witnessed by the appropriateinspecting agency; in case of locally fabricated. A certificate to this effectis to be also provided.

Burnera) The Burner should be packaged type, fronted end mounted, factorytested and easily removable type.b) Complete packaged burner shall be of U.S.A. Japan or Europe to beforced draft combustion air system, utilizing a heavy duty backwardcurved impeller in a fully machined cats housing. Air housing should beof open able type for inspection and service of firing head componentswithout detaching the burner from the boiler front end.

c) Complete burner assembly is to be bolted to the front end of the boilerthrough the use of flange.d) Burner should be suitable to burn natural gas.e) High turn down capability is to assure smooth starts and response towide load demands. The control switches, should permit selection offixed rate or fully modulating operation.f) Gas and combustion air are to be intimately mixed in the combustionzone. Flash back is to be avoided as possible.

Page 36

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 g) The burner is to be listed by Underwriters Laboratory & carry a U.L.certification however other regulatory agency mentioned above may alsobe acceptable. Burner is to be completely assembled, wired and tested atthe factory. Main gas trains components like PRV, gas cock etc. are to beshipped by the burner manufacturers.

Valves & Controls1. 220/50/1 Control circuit.2. Burner mounted control panel3. Steam Stop Valve4. Blowdown Valve5. Isolation valve6. Feed Check valve7. Non return valve8. Pressure gauge for Boiler Pressure9. Boiler water level control valve10. Water gauge glass assembly11. Pressure switch12. Safety valves for Boiler13. Temperature Gauges Dial type14. Motor starters for 380/50/315. Panel signal lights for, power “ON” ignition, flame fail, manual/auto,Gas operation.16. Flame safeguard controller with ultraviolet flame detector. Controllerto be of the “Self-Check” design.17. Combustion air interlock (switch)18. Provision for interlock of low water cut off and operating pressurecontrol.19. External alarm bell to sound on main circuit breaker. Feed waterpump air cut breaker.20. Main line circuit breaker, Blower motor circuit breaker. Feed waterpump air cut breaker.

Page 37

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Trim Safeties Auxiliaries and Operating ControlsPackaged fire tube boiler shall include following trim, safety, operatingcontrols and auxiliaries. These are to be wired into burner panel which isto provide appropriate interlocks.Following are over & above the controls / auxiliaries / trim to be suppliedwith burner.Operating ON/OFF type pressure controller (Field adjustable).Solid state type low water cut off with feed water control side and gaugeglass set with tri-cocks mounted on one side of boiler. Auxiliary gaugeglass set with valves mounted on the other side.Stack thermometer.Coded safety relief valve not less than two.Combustion relief door.Alarm bell to sound on low water cut off, main flame failure, pilot flamefailure, Hi-pressure etc.Water Treatment UnitWater treatment unit have to supply the treated water to the boiler,Medical laundry and CSSD units. Water treatments unit assembled ofUSA, Europe or Japanese components; locally, will be provided. Thecapacity, flow and reservoir should be as per requirement of thesesystems.The reverse osmosis unit including filters, hardness stabilizing unit,activated carbon with pre-filter 5um, Pre filter 1um, DS reverses osmosissystem. Capacity of 100L/h+ Boiler requirement. Storage tank 1,000L (forlaundry and CSSD). Level control for tank, vent filter, pressure pump, ionexchanger, conductivity meter control, distribution manifold, hose set andinstallation material.

Important Notes:1.            The unit must be designed and fabricated as perASME/BS/ISO/JIS.2.            All equipment must be according to international safety standardas per ASME/BS/ISO/JIS3.            The bids with drawing marked with piping routes, panels and otherequipment by the manufacturer will determine the completeness of thebid.

Page 38

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 4.            The installation will be checked and certify by the manufacturerwith the effect that the system is as per their design standard andprotocols.

TRAINING:The training of Doctors, Nurses Operators and Technicians will bearranged by the firm for operationalization and maintenance of theequipment at recognized institution.

2 ER Monitors USA/Europe &Japan

30 CompleteSystem

The monitor should have the facility to show a trend of ST values which can help caregiver to see in what direction the ST change is evolving.The monitor should have bar graph screen trends to help clinician to visualize deviation inthe patient’s measurement over and above graphical and tabular trends, The bar graphsshould also indicate the clinical progression of patient condition & response to treatment.

The monitor should have configurable screen configurations for various monitoring settingslike emergency, general monitoring, 12 lead screen etc.Reports including event report, 12 lead ECG reports, cardiac output reports, calculationreports should be printable on A-4 size laser printerShould have rechargeable battery backup for four (04) hours or more

FDA Approval & CE Marking compulsory.County of Origin of Manufacturer : USA/ Western Europe /JAPAN/Canada.Country of Manufacturing of the Offered Model : USA/ Western Europe/JAPAN/Canada

3 ICU/CCU MONITORS: USA/Europe &Japan

06 Each

With Centeral StationsThe monitors should have bright, high resolution minimum 12 inch resistiveTouch colorTFT display. With 6 waveforms

Page 39

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 The monitor should have capability of connecting to central nursing station and should usea single network for all kinds of networking with the central station or the other hospitalsystems.

The monitor should be capable to adjust display brightness automatically to the ambientlight conditionsMonitor should be incorporated with Cardiac/Critical Care specific software.Should be capable to Monitor Adult, Pediatric Neonatal. PatientsParameters to be monitored include ECG / Respiration, Non-Invasive Blood Pressure,Pulse Oximetry,Temperature , 2 x IBP and EtCO2 with Standard accessories

Optionally the monitor should be flexible to incorporate additional parameters moduleswithout a need for any software/Hardware up gradation to fulfill future requirements of thehospital .such as :, Cardiac Out Put, PICCO., additional IBP’s etc..

Module with standard parameters should be transportable to maintain patient datacontinuity while moving the patient without a need to remove patient cables., additionallythe Module should have the capability to store patient data , trends etc..

The size of the numerics and waveforms should be adjustable to become larger forviewing from very long distance.The monitor should not have any cooling fan for better hygienic environment and lessservice and maintenanceThe monitor should have the capability to be operated through selectable user interface

48 hours or more Graphical and Numerical trendsShould have 12 lead ECG facility including 12 lead ST segment analysis utilizing lesslead based derived ECG for patient convenienceShould have advanced multi-lead arrhythmia analysis capability with full arrhythmiadetection for at least 22 classes of arrhythmia, QT Monitori

Page 40

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 The monitor should provide the graphical presentation of the ST changes for up to 12leads of ECG ,the measured ST segments should be arranged in a way that it is easy tointerpret the location of ST change i,eanterior,inferior,lateral..The ST change in allavailable leads should be co-joined to display a picture of ST change.

The monitor should have the facility to show a trend of ST values which can help caregiver to see in what direction the ST change is evolving.The monitor should have bar graph screen trends to help clinician to visualize deviation inthe patient’s measurement over and above graphical and tabular trends, The bar graphsshould also indicate the clinical progression of patient condition & response to treatment.

The monitor should have configurable screen configurations for various monitoring settingslike emergency, general monitoring, 12 lead screen etc.Reports including event report, 12 lead ECG reports, cardiac output reports, calculationreports should be printable on A-4 size laser printerShould have rechargeable battery backup for four (04)hours or more

FDA Approval &CE Marking compulsory.County of Origin of Manufacturer : USA/ Europe /JAPAN.Country of Manufacturing of the Offered Model :USA/ Western Europe /JAPAN/Canada

Page 41

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 CENTRAL STATIONCentral Station should be capable of monitoring a minimum of 12 bedsexpandable to 16 beds.Color display of at least 19” flat typeShall provide up to 72 hours of patient monitoring data (Full disclosure ofwaves, Parameters and alarms)Shall provide 72 hours trendAlarm reviewShall have HL7 data export capability to interface with hospital HIMSSystemCentral Station should be provided with Laser PrinterFDA Approval CE Marking compulsory.

4 OR MONITORS: USA/Europe &Japan

8 CompleteSystem

The monitors should have bright, high resolution minimum 12 inch resistiveTouch colorTFT display. With 6 waveformsThe monitor should be capable to adjust display brightness automatically to the ambientlight conditionsMonitor should be incorporated with Anesthesia specific software.Should be capable to Monitor Adult, Pediatric Neonatal. PatientsParameters to be monitored include ECG / Respiration, Non-Invasive Blood Pressure,Pulse Oximetry, 2 x Temperature , 2 x IBP , CO2 O2,N2O,Anesthetic Agents Monitoringwith Anesthetic Agents Identifications , MAC Value.. With all standard accessories.

Capability to automatically identify two out of Five Anesthetic Agents at a time.Should be incorporated with Anesthesia Specific software.The monitor should be flexible to incorporate additional parameters modules without aneed for any software/Hardware up gradation to fulfill future requirements of the hospital.such as :Capnography, Cardiac Out Put, PICCO.

Page 42

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Module with standard parameters should be transportable to maintain patient datacontinuity while moving the patient from OT to recovery without a need to remove patientcables., additionally the Module should have the capability to store patient data , trendsetc..

The size of the numerics and waveforms should be adjustable to become larger forviewing from very long distance.The monitor should not have any cooling fan for better hygienic environment and lessservice and maintenanceThe monitor should have the capability to be operated through selectable user interface

48 hours or more Graphical and Numerical trendsShould have 12 lead ECG facility including 12 lead ST segment analysis utilizing lesslead based derived ECG for patient convenienceShould have advanced multi-lead arrhythmia analysis capability with full arrhythmiadetection for at least 22 classes of arrhythmia, QT MonitoringDrug CalculatorThe monitor should provide the graphical presentation of the ST changes for up to 12leads of ECG ,the measured ST segments should be arranged in a way that it is easy tointerpret the location of ST change i,eanterior,inferior,lateral..The ST change in allavailable leads should be co-joined to display a picture of ST change.

The monitor should have the facility to show a trend of ST values which can help caregiver to see in what direction the ST change is evolving.The monitor should have bar graph screen trends to help clinician to visualize deviation inthe patient’s measurement over and above graphical and tabular trends, The bar graphsshould also indicate the clinical progression of patient condition & response to treatment.

The monitor should have configurable screen configurations for various monitoring settingslike emergency, general monitoring, 12 lead screen etc.Reports including event report, 12 lead ECG reports, cardiac output reports, calculationreports should be printable on A-4 size laser printerShould have rechargeable battery backup for four (04)hours or more

Page 43

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 FDA Approval &CE Marking compulsory.County of Origin of Manufacturer : USA/ Western Europe /JAPAN/Canada.Country of Manufacturing of the Offered Model :USA/ Western Europe /JAPAN/Canada

CENTRAL STATIONCentral Station should be capable of monitoring a minimum of 12 bedsexpandable to 16 beds.Color display of at least 19” flat typeShall provide up to 72 hours of patient monitoring data (Full disclosure ofwaves, Parameters and alarms)Shall provide 72 hours trendAlarm reviewShall have HL7 data export capability to interface with hospital HIMSSystemCentral Station should be provided with Laser PrinterFDA Approval CE Marking compulsory.

5 CCU/ICU Motorized Beds Features USA/Europe &Japan or equilvant

12 Quantity

All parts are made by tooling to ensure uniform qualityEasy detachable &removable and can clean easilyHead &Foot boards (Material: PE blow in single piece)Four high-quality 150mm diameter PU wheel with central locking system

Integral safety side rail of split version-4 individualPU blow side rails with gas spring assisted adjustmentHi-Low, Backrest, leg rest and Trendelenburg, ReverseTrendelenburg by electric motorize by patient control and nurse controlAuto Contour to achieve the most ergonomic and comfortable positionProvision of telescopic IV Pole attachment at 4 corners

Continental European chair position

Page 44

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Provision for monkey /lifting pole attachment Complete with PU foammattress with chemo safe cover (fire retardant, waterproof, anit-bacterial,anti-static) Safe working load 180Kg UDLElectric SystemDC-actuator system. (TUV&ULapproved&24DCoutputVoltage220-240;50Hz-60Hz Built-in-Back-up Battery StandardAccessoriesTelescopic stainless steel IV Drip Pole with 2 hook X-Ray radiotranslucent base from head to torso Drainage hookInstant CPR release

6 EMERGENCY BEDS Features·      Dimension: L2100 x W940 mm + 5%

Quantity 10

·      Back raising: 0~80deg·      Knee raising: 0~40deg

Quantity 10

8 OT RECOVERY BEDS withMattress

      Height: 450mm·      Operation: Manual crank

Quantity 8

9 MORTUARYREFRIGERATOR FOR 04BODIES

Sturdy, self-supporting construction should be dismantled into at least 8small components. Inside and outside: should be made of completely ofstainless steel, AISI 304, Insulated with foamed-in-place polyurethane,CFC-free. Bottom tray made of stainless steel. All fittings should be ofhard-chromium plated brass. Interior provided with removable rollertracks of stainless steel. Operating controls for ON/OFF, refrigeration,internal fluorescent lighting and thermostat. Provided with automatictemperature control and defrosting. The cooling system should be CFC-free, hermetically encapsulated, with air-cooled, low-noise and vibration-free drive unit, tested and adjusted at the factory

USA/Europe &Japan

01 CompleteSystem

Temperature range -20°C or betterAmbient temperature +43°C or betterRefrigeration:Machine hermetically encapsulated, air cooled, fully automatic working,with drain for defrost water, continuously operating defrost device (noneed to plug out the morgue for defrosting) refrigeration machine built infree from vibration on the top, rear or at the side of morgue, noiselessand maintenance freeCooling Freon: R 134 a or R 404a

USA/Europe &Japan

Page 45

7 PEDIATRIC BEDS withMattress

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Evaporator:High performance evaporator, case of aluminum, white laminated plastic,corrosion proof, scratch proof and impact resistant. Laminatedcomponents made of copper tubes Ø approx. 12 mm or better, breechspace approx. 35 mm or better, disc plates made of aluminum Inclusiveall necessary control armatures, refrigerant piping, refrigerant piping withARMAFLEX insulationPower supply: 230/1/60EQUIPMENT OF THE MORGUE:Body tray 01Roller track 01Body Loading/Unloading Cart 01Examination Light 01Examination Instruments 02 SetPost Mortem Instruments 01 SetPower Stabilizers 01

10 Mortuary Body Cart(Covered

With pneumatic or air elastic wheelsReliable LocksTray support with lockable rollers on ball bearingsheight should be adjustable

USA/Europe &Japan

02 Quantity

11 OT TABLE ELECTRO-HYDRAULIC

O.T Table (Electro Hydraulic) USA/Europe &Japan

03 Quantity

Electro-Hydraulic for patient weight bearing capacity 350 Kgsapproximately or better, jerk free movements remotely controllable, withRadiographic tabletop

FDA/CE/JISCertified

Table Positions:Head section: Upward 18° - downward 90° or betterExtendable: 5 cm, Removable or betterLateral: Right 30°- left 30° or betterReverse-Trendelenburg 30° or betterBackrest section downward 45° or betterUpward 75° (w/mattress) or betterUpward 90° (w/o mattress) or betterUpward 50° (w/Radiographic tabletop and mattress) or betterLeg section downward 90° -Upward 15° or betterSpreading 90° Removable Independent movement

Page 46

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Renal surgery 105° or betterTabletop Rotates 355° or betterHorizontal table sliding: 250 mm or betterTechnical Details:Height Adjustment: 740 mm - 1070 mm or betterHeight adjustment (w/mattress): 770 mm - 1100 mm or betterTabletop: 515 mm x 1920 mm or betterTable base: 370 mm x 830 mm or betterHead section: 515 mm x 260 mm or betterBack section: 515 mm x 475 mm or betterSeat section: 515 mm x 465 mm or betterRight leg section: 250 mm x 615 mm or betterLeft leg section: 250 mm x 615 mm or betterVoltage: 230 V, 50 HzStandard Accessories: Anaesthetist's frame 01I.V. stand 01Shoulder supports 02Body supports 02Arm board 02Foot supports 02Body straps 02Polyurethane mattress 01Optional Accessories: Horseshoe headrestSkull clampCrossbar adaptorProctology attachmentArm supportLeg rest (lithotomy position)Knee crutchesWaste trayFoot support full widthStand for surgical table accessoriesOrthopedic traction systemStand for orthopedic traction system

Page 47

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

112 OT LIGHT Ceiling Mounting Operation Theater Light, Double Dome State of the artLED for operating room.

USA Quantity 3

Main Light Europe         160000 lux (1m) or better Japan         Color temperature adjustable: up to 4500K FDA/CE/JIS

Certified         Color Rendering Index: 95         Filed Size: 17 – 28 cm or better         Working Depth: 75 – 135 cm or better         Dimming Range: 50-100%         Temperature rise at surgeon’s head: <0.5°C         Life Cycle of the Light: 25000 hour’s or better         Power Consumption: 70 Watts Approx

         Protection against dust & liquids dust.Satellite Light         130000lx (1m) or better         Color temperature adjustable: up to 4500K         Color Rendering Index: 93         Filed Size: 17 – 28 cm or better         Working Depth: 75 – 135 cm or better         Dimming Range: 50-100%         Temperature rise at surgeon’s head: <0.5°C         Life Cycle of the Light: 25000 hour’s or better         Power Consumption: 58 Watts Approx

         Protection against dust & liquids dust.Accessories

         Removable serializable at 1340c handles 3pcs.         Serializable menu knob, 3 pcs.

13 ANESTHESIA MACHINEWITH TWO VAPORIZER

Comprehensive latest Anesthesia Machine especially for neonates,children and adult applications to administer anesthetic agents in precisecontrol and flow manner. The machine is equipped to housing 3 gasesO2/N2O/Air. It is capable to communicate directly with the hospitalinformation system for sharing and storing of ventilation patient data. Unitcomprise of the following components:

USA, Europe &Japan

Quantity 4

Page 48

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Non-interchangeable pipeline inlets FDA/CE/JISCertified

Pipeline onscreen Pressure display.Cylinder pressure gauges as well as on screen cylinder Pressure display

Central gas electronically driven unitPin index cylinder yokes for Oxygen & N2O (One each), as backup.

These backup cylinders to be provided with Machine.Fresh Gas outlet and O2 flush control1x External O2 outlet can be operated if machine is off or in standbymodeLockable castorsImpact resistant & easy to clean frameStainless steel/fiber work surfaceElectronic Gas mixingOnscreen Digital Flow display & virtual Flow tubesPre calibrated Vaporizers of isoflorane&Sevoflorane, temperature andflow compensated.EcometerUnit with 3DrawerPower outlet with 4 socket outlets to connect the auxiliary equipment.

Co2 absorber of capacity 1500-2000ml should be exchangeable duringoperation, complete with valve for bag/ventilator, manometer, 0.5, 1.0,1.5, 2 &3 L breathing bags, breathing tube, mounts and Y-piece.Additional breathing hose and connector.Scavenging system passive typeSuction system, Integrated (Operated on Air)

Page 49

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

114 BABY TRACKING SYSTEM Baby Tracker and Monitoring System: USA, Europe &Japan

Quantity 1

Prevent the baby being taken wrong: handheld reader carried by nurses,read individually worn by mother and baby in maternal and childidentification information, confirm both identity match, preventing babiesto be taken wrong person. Ensuring Baby Security in every ICU entrancearrangement of fixed reader, every time nurse and baby through needread the nurse identification cards and maternal recognition of infants,after confirming the correct intensive care unit the door can be opened.At the same time, nurse and baby information and leave time to bestored in data base.

FDA/CE/JISCertified

Complete Setup and infrastructure for monitoring and surveillance inHospital MNCH and Ward with tracking and alarmingTags: 12 SetsCovered Area: 220 X 170 sqft

15 PHYSIOTHERAPYEQUIPMENT

TWO CHANNEL LOW AND MEDIUM FREQUENCY THERAPY UNIT USA, Europe &Japan

Quantity 1

Features: FDA/CE/JISCertified

      Complete with four-pole Interferential, two-pole Interferential,Russian, EMS, TENS, High Volt, and Micro-current (or DC)      Large LCD Screen (320X240 dots)      Programmable-up to six programs per mode may be stored      Five to seven present programs per mode      Constant current/constant volt selectable      Connectable to a vacuum unit (the vacuum unit SU-520 is optional)

      An unbeatable combination of value performance, and versatility

      This 2-channel vacuum unit, offering the application of up to fourvacuum electrodes, greatly enhances the operability of the Low andMedium-frequency therapy unit.      Two channels      Blowout vacuum system      The vacuum electrodes are available in three sizes

Page 50

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1       A continuous and intermittent mode vacuum system      Specifications:      Power Supply: 220-240 VAC, 50Hz      Amplitude: 0-99.5mA (Peak)      Number of channels: 2 independently controllable      Timer: 0-60 minutes      Safety functions:(1) Self-test

(2) Output cutoff in the even the output increase abruptly.(3) Abnormal pulse output detection(4) Emergency stop button

Features:      Solid-state Generator      Automatic tuning function      Pulsed and continuous modes      Capacitive & inductive applicators      High Output Power

         Power Source A.C. 230V±15%, 50/60 Hz or         Frequency 27.12MHz ±0.6%         Power consumption Approx. 700w

Pulse mode 400W, peak rating         Output Power Continuous mode…200W max. at 50         Pulse frequency 70Hz /350Hz2ms/0.4 ,         Pulse width 10A, slow acting for 230V A.C

16A, slow acting for 115V A.C.         Electric Fuses 30-minute digital timer

Class 1, complies with VDEO 750         Timer

         Protective system According to 89/336/EC         Conformance

PULSED & CONTINUOUSSHORT WAVE DIATHERMY

UNIT,

USA, Europe &Japan

FDA/CE/JISCertified

Quantity 116

Page 51

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

117 ULTRASONIC THERAPYUNIT,

      Micro Processor Controlled.·      Operating intensity 0/0.2-2/3 w/cm2 with digital display pulsed 3/5wUltrasound frequency 1 to 3 MHz.

USA, Europe &JapanFDA/CE/JISCertified

Quantity 1

Features:      The benefits of dedicated research and development are nowavailable. The US-750 is unsurpassed in reliability, stability anddurability. Take advantage of worry-free performance.Specifications:

      Power Source: AC 220V.      Power Consumption: 72VA.      Intensity: max.2W continuous.      Ultrasound frequency: 25ºC at constant temp.      Therapy mode.      Program memory.      Timer: Upto 30 minutes, counts only effective therapy time

EXERCISE MACHINE

      Ergo machine.      Medical grade standard model.      Speed of 0-100 rpm      Time 0‑ 60 min.      Digital display of pulse indication, load, speed, time.      Adjustable for all kind of patients.

PULLYES PELVIC TRACTION

      Designed to fit on any hospital or domestic bed, ideal for cervicaltraction lying down, cervical traction over door, lumber traction, foot-skintraction and ankle traction

Page 52

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 CERVICAL & LUMBER TRACTION MACHINE WITH BED,Features:      Large and high-visibility LCD screen. Screen display in ten languages

      Eight traction modes; intermittent, static, progressive, regressive,cyclic, and combinations therefore.      Pulling speed selectable from five present values: 1:1, 1:2, 1:4, 1:6and 1:8, based on patient symptomsTechnical Data/Specifications.      Power supply: 110-240 VAC, 50/60 Hz      LCD display: 320x240 dots, 10 languages      High/Low force range: 1-90 kg (198 lbs)      Hold/Rest Time range: 0-99 seconds      Number of ramp steps: 2-9 steps      Pause time of each ramp step: 2-20 seconds      Free Program memory: 30Hydro Therapy Bath Tub (Stainless Steel),Features:      Weekly time equipped. The heater is automatically turned on and offat the present time and on the present day of the week      Built-in timepiece keeps working even during power failure      Set value is memorized and retained till the next adjustmentPARAFFIN BATH “PARA PACK”      Electric up-down type      Deluxe type paraffin bath with electrically lifting tank for both upperand lower limbs      Tank up and down moveable electrically      Digital weekly timer turns heater ON and Off at the present time andon the preset day of the week      Filter to remove dusts from the used paraffin ·      Max input 900 VA      Temp adjustment 45-80ºC ·      Temp display: LED Display      Tank lift mechanism: Electric ·      Tank lift range: 245 mm      Material: Inside stainless steel SUS 316, Frame PVC Steel

USA, Europe &Japan

FDA/CE/JISCertified

Quantity 1WAX THERAPY UNIT19

USA, Europe &Japan

FDA/CE/JISCertified

Quantity 1CERVICAL TRACTION18

Page 53

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1       Safety device: Temperature sensor trouble detectionUV / IRINFRA RED LAMP,      Infra-red lamp on mobile stand,      Adjustable in height upto 1.8 m      With protective grid in front of the lamp time (Max. time 30 min)p      Main wave length: 400-1,000 nm

TREADMILL Features:

      2.5hp continuous duty internally cooled Baldor motor provides aspeed range of 0.5 to 12 mph.      Degree of incline is adjustable from 0.0% to 12%.      Cateye wireless pulsi meter technology*.      20” x 60” running surface utilizes a Siegling 2 Ply Belt on oursuspension mounted and pre-lubricated double sided deck.      Onboard computer provides four different programs and six differentreadouts though an oversized backlit LCD display with data graphing.

      LED displays show, speed, distance, incline, and elapsed time.      Display can be set to read in English, German, French, Spanish orJapanese.      Patented Cateye Data Card system.      Three-year institutional warranty.      Automatic Heart Rate training program. The T-220 will increase ordecrease inclines as needed to hold your heart rate to within three bpmof the target.      Interval training programs: Choose from one of three different pre-setintervals training profiles, profiles auto adjust using speed.      Manual training program: Adjust incline or speed at any time duringyour workout using the console mounted control buttons.      Polar compatible

USA, Europe &Japan

FDA/CE/JISCertified

Quantity 120

Page 54

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 NERVE STIMULATOR, USA, Europe &JapanTechnical data/specification:

      Number of Preset Programs: 3 Selection of changeable non-changeable program parameters is possible.      Number of program memories: 5 (10 phases for each program)      Output channels: 2 channels, independently controlled      Pulse shape: symmetric, Bi- phase rectangular pulse      Output current: constant current, Peak value display      Upto 80mA at 500 Ohm load – tens, muscle Stimulation. Maximum750u A 500 Ohm load Micro Current      Pulse rate: 1 to 200Hz per sec. Tens 25 to 100 Hz per sec.Muscle stimulation 0.3 to 400 Hz per Sec.Micro current output mode:      Tens: constant, Burst, Modulation      Muscle stimulation:Hold time: 0.5 ~ 30 sec

Rest time: 1~ 60 secRamp up/Down Time 20% of hold time

    Micro Current: Constant OnlyAID WALKING      Provides reciprocal motion, each side being moved forwardalternately. Foldable after use      Material: Aluminum alloy      Fore wheel: 2 inch casterAID WALKING FRAME ADJUSTABLE      Standard type, compact and easy to use      Easy to turn within a small radius      Rear wheels can be inserted under the bed to keep walker closer tothe bed and the user can stand up more easily      Materials: steel pipe coating finishAID WALKING TRIPOD ADJUSTABLE      Tripod to consist of a swan necked walking stick with a tripod base.

      The shaft to be lightweight aluminum.

FDA/CE/JISCertified

Quantity 1TENS UNITS21

Page 55

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1       Pre-drilled holes at 25 mm increments to allow the height to beadjusted from approx. 75 to 100 cm.      The tripod base should also be of lightweight aluminum with anti-slipfeet.CRUTCHES UNDERARM      Fitted with PVC Axilla pad and a polished wood handgrip.      Aluminum construction.      Adjustable from handle to axilla pad approx. 30-40 cm.      Handle to ground: approx. 75-100 cm.STICK WALKING ADJUSTABLE      Adjustable walking stick fitted with ergonomic handle.      Adjustable from approx. 70-90 cm.      Aluminum construction.      Aluminum construction.Features: Quantity 1

AC/DC dual power supply

Eighteen (18) present programs or betterProgrammable up to six (6) programs may be storeA full range safety functionsAn excellent value/performance ratioSpecifications:Power supply: AC adapter or six (6) LR6Supply voltage: alkaline batteriesNumber of channels: 9VAmplitude: 2, independently controllableTENS-EMS 0~99mA+/-10% (Peak)Micro current: 0~750 uA+/-20%(Peak)1099 minutes TimerTENS 4Preset programs Constant 1-200Hz/50-250 µsFree programs Burst 1-5 bursts /50-250 µsSurge 1-50 surges (min.) 50-250 µsSweep 1-200Hz/50-250 µs

USA, Europe &Japan

ELECTROTHERAPY LOWFREQUENCY

22

Page 56

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 EMS 7Preset programs Co-cont or alternateFree programs Carrier frequency 20-100HzPhase duration 100-500 µsOn/Off time 0.5~30 sec.1-60 secMICROCURRENT 7Present programs Constant 0.3~400HzFree programs(May be part of Microcurrent)AC adapter or six (6) LR6 alkaline batteries 9V, 2, independentlycontrollableTENS-EMS 0~99mA+/-10% (Peak)Micro current: 0~750 uA+/-20%(Peak)1099 minutes Timer1099 minutes TimerTWO CHANNEL LOW AND MEDIUM FREQUENCY THERAPY UNIT,

Features:Complete with four-pole Interferential, two-pole Interferential, Russian,EMS, TENS, High Volt, and Micro-current (or DC)Large LCD Screen (320X240 dots)Programmable-up to six programs per mode may be storedFive to seven present programs per modeConstant current/constant volt selectableConnectable to a vacuum unitAn unbeatable combination of value performance, and versatilityThis 2-channel vacuum unit, offering the application of up to four vacuumelectrodes, greatly enhances the operability of the Low and Medium-frequency therapy unit.Two channelsBlowout vacuum systemThe vacuum electrodes are available in three sizesA continuous and intermittent mode vacuum systemSpecifications:Power Supply: 100-120VAC or 220-240 VAC, 50 / 60Hz

Quantity 1INTERFERENTIALTHERAPY W/SUCTION

23 USA, Europe &Japan

FDA/CE/JISCertified

Page 57

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Amplitude: 0-99.5mA (Peak)Number of channels: 2 independently controllableTimer: 0-60 minutesSafety functions:(1) Self-test(2) Output cutoff in the even the output increase abruptly.(3) Abnormal pulse output detection(4) Emergency stop button

COUCH TREATMENT FIXED HEIGHTA sturdy, metal –framed couch.Fixed height two sections treatment couch.The head section can be raised.Breathing hole and plug provision.Mobile with retractable castors.Upholstered in quality washable material. 70cm width.For use in physiotherapy department.Dimensions: 180cm L x 70cm W x 80cm H

COUCH MANIPULATION & TREATMENT      Suitable for manipulation and treatment.      Tilting position.      The tilting mechanism can be operated through an electric motor withpatient facility.      Foot section completely foldable.      The top to be covered with foam and upholstered in washable.      220V, 50 Hz operation.      FDA/ CE marked.      FDA/ CE marked.

Page 58

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 CERVICAL & LUMBER TRACTION MACHINE WITH BED,

Features:

Large and high-visibility LCD screen. Screen display in ten languages

Eight traction modes; intermittent, static, progressive, regressive, cyclic,and combinations therefore.Pulling speed selectable from five present values: 1:1, 1:2, 1:4, 1:6 and1:8, based on patient symptoms

Technical Data/Specifications.Power supply: 110-240 VAC, 50/60 HzLCD display: 320x240 dots, 10 languagesHigh/Low force range: 1-90 kg (198 lbs)Hold/Rest Time range: 0-99 secondsNumber of ramp steps: 2-9 stepsPause time of each ramp step: 2-20 secondsFree Program memory:30BALLS MEDICINE SET OF 4Taiwan      Gymn balls in various colours and diameters.      Made of leather, anti slip.      Approximate size and weight:      20cm 1kg.      35cm 2kg      50cm 3kg      75cm 5kg.      75cm 5kg.

USA, Europe &Japan

Quantity 1TABLE FIXED HEIGHTTRACTION + UNIT

24

Page 59

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

125 BICYCLE EXERCISESTATIONARY

Speacifications USA, Europe &Japan

Quantity 1

      Stationary exercise bicycle with timer and alarm. FDA/CE/JISCertified

      Cycle to have smooth pedaling resistance adjustable from thehandlebars.

      A speedometer 0 - 30 km/hr, a kilometer counter, timer with alarmsignal 0 - 60 minutes.

      LCD display to show pulse, effort, time, pedaling speed, energyconsumption and distance simultaneously.

      Seat and handlebars adjustable.

MAT EXERCISE

      Mat of high density foam, to be highly shock absorbent, covered inwashable flame retardant vinyl.

      Two handles for hanging storage.

MIRROR POSTURE

      Frame of tubular steel and mounted on anti-static castors.

      Easy to maneuver with an adjustable mirror panel.

      The optically perfect mirror is toughened glass 15mm (½") thick.

      Dimensions: Mirror : Approx. 120cm H x 36cm W, Overall : Approx.160cm H x 50 cm W

Page 60

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 ROWING MACHINE      Fixed rowing machine.      Step less and adjustable from 20 to 200 N depending on the pullingspeed.      Foot support adjustable securing straps and non-slip rubber capsfitted to the feet.      The seat unit mounted on smooth running rollers.STEPS REGULATED      A solidly constructed unit made from hardwood.      Each step carpeted to provide a natural feel and appearance.      Three 20cm high risers on one side and four 15cm high risers on theother.      Uniform step width of 65cm to simulate a domestic environment.      Twin handrails adjustable in height from 15cm minimum to 80cmmaximum.BARS PARALLEL FOLDAWAY      Double bars.      Length approximately 700 cm.      Height adjustable from 65 to 100 cm.BENCH QUADRICEPS      Quadriceps Bench enables exercise in a sitting position as well asexercise in a reclining position. The adjustability of the seat and back,facilitate a comfortable and stable position.      Dimensions: Height 125 x60x70 cm      Velcro fixation strap for upper leg      Additional swinging armPULLEY SET WESTMINSTER      Wall mounted with pulley bracket positions adjustable at all levels.

      Standard set of accessories for use with the pulley system.      Traction height to be selectable between 40 and 180 cm.      Supplied with chrome plated tubular frame/ SS stool with a washableflame retardant vinyl upholstered seat.WHEEL SHOULDER

Page 61

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1       For shoulder and hand exercise, made of painted steel frame andchromium plated/ SS sliding parts.      The wheel is fully adjustable for height and resistance and be able toaccommodate all age groups and various stages of rehabilitation.

BATH WAX      Paraffin wax bath operates on the Bain Marie principle. The paraffin isheated indirectly by the heat transferred from a (liquid) water.

      Tank capacity: 30 liters      Heat Transfer liquid: 10 liters (water)      Main voltage: 220V, 50 Hz      Safety class: 1 type B according to IEC 601-1PARAFFIN WAX      Paraffin Wax, Pure form; 25 kg.      CE marked.HOT PACK HEATING UNIT      Mobile with stainless steel inner tank and cover and outer surface tobe epoxy coated.      Tank capacity of 60 litters with the water temperature being kept at anaccurate level by means of a thermostat.      Water filling hole for easy filling and an electric pump for quickemptying into any sink or drain.      Thermal safety mechanism,      220V, 50 Hz operated.      CE marked.PACKS COLD SET OF 3      Cold packs for cold therapy, easily cooled in a normal refrigerator ordeep freezer.      Supplied as a set in sizes: 12 x 30 cms. 25 x 30 cms and 60 cm neckpack.PACKS HOT UNIVERSAL SET OF 4      Set of various hot packs for use on all parts of the patient.      Set of standard pack 25 x 30 cms, large pack 35 x 60 cms, neck pack60 cms long, small pack 12 x 30 cms, with the appropriate terry coversfor each pack.

Page 62

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 BARS WALL MOUNTED      Rehabilitation wall bars.      Made of polished wood.      Height of 250 cm and width of 80 cm approximately.      About 15 rungs      1/2 recessed rung at the upper portion.

Maximum Electrical Power Consumption not more than 2.0KVAUniversal Machine for to use with any type of Standard Disposablesand Disinfectant easily available in open market and not bonding withspecial brand.

Maintenance Assistance for Diagnostic and CalibrationSingle Needle and Double Needle system with single pump asstandardAdvance Alarm Display with large touch screen systemAutomatic Checking of Disinfectant Presence in Hydraulic for patientsafetyKT/VMaintenance AssistanceDigital and graphical monitoring of all parametersReal Time Programmable Bicarbonate/Acetate proportionReal time monitoring of Dialysate temperature and dialysate flowAutomatic priming with displayAutomatic disinfectant mechanism and chemical with Hot waterdisinfection systemProfile for UF, Conductivity, Blood Flow and Heparin FlowBlood pump flow indicator 0 to 600 ml/minUF Volumetric Control SystemDialysate temperature regulation range 33Cͦ to 40CͦAir bubble detector- Ultrasonic typeBlood leak detector- Photoelectric typeAutomatic Battery back up system for at least 30 minutesBlood Pump Adjustable for BTL size 6.0mm to 8.0mmAutomatic Battery back up system for at least 30 minutesBlood Pump Adjustable for BTL size 6.0mm to 8.0mm

Quantity 1USA, Europe &Japan

FDA/CE/JISCertified

Dialysis Unit completefor Six Chairs/Systems

(turnkey basis)

26

Page 63

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

127 Reverse OsmosisSystem (Ring / LoopBase) with AutomaticPretreatment System,

Operating Specification Quantity 1

Permeate Capacity : 250 Ltr/HConcentrate Flow : 200 Ltr/HSalt Rejection : 98%Permeate Pressure : 2 ~ 3 BarFrame : Stainless SteelTubing : Stainless SteelMembrane Housing : Stainless SteelSystem SpecificationMultistage Pump Three Phase 02Pump Throttling ValveR.O. Membrane 01Membrane Pressure Vessel 015-Micron Sediment Pre-FilterConcentrate Pressure GaugeLoop to Pressure GaugeLoop from Pressure GaugeLow pressure cut-off switchLoop pressure cut-off switchPump High Pressure cut off switchPermeate Flow MeterConcentrate Flow MeterConcentrate Recycle Flow MeterLoop Return Flow MeterElectric ConsoleSystem controlling P.C.B.Four Color patrol lampLoop / Product Water (T.D.S, Conductivity, Temperature) MeterFeed Water (T.D.S, Conductivity, Temperature) MeterEmergency Stop

USA, Europe &Japan

FDA/CE/JISCertified

Page 64

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 a. Automatic Multimedia Sand Filter 01b. Automatic Activated carbon Filter 01c. Automatic Water Softener 02d. Booster Pump with Pressure Kit 01e. Sediment Filter 02 5” x 2.5”

28 Dialyzer Re-Processor Specification USA, Europe &Japan

Quantity 1

Feed Flow Requirement: 2 to 4 liters/minute at 25 psig. FDA/CE/JISCertified

Dialyzer Reprocessing Capability for all type of DialyzersProcess: Automatic Cleaning, Volume Measuring, Leak Testing andChemical FillingWater consumption: Approximately 25 liters/cycle.Dialyzer reprocessing Program LF (Low Flux), MF (Medium Flux), HF(High Flux)Other programs: DF (Disinfection), FR (Force Rinse), ST (Self Test)SC (System Cleaning)

Display Type: VFD (Vacuum Fluorescent Display)Automatic Internal Calibration of TCV without any external attachmentsSelf Test ProgramSeparate Input Lines for System Cleaning Chemical and Cold Sterilantfor Dialyzer Reprocessing

Display Type: VFD (Vacuum Fluorescent Display)Manufacturing standard: ISO 9001:2008, ISO 13485:2003On site concentrate manufacturing systemConcentrate systems mixing tank is designed to accommodate 110gallon batch size or better. The system is designed to be compatible witheither a central delivery system or for use with individual jugs

Ergonomic DesignWith user safety in mind, the mixer features:*Minimum height*Powder addition access conveniently located

Page 65

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 * On average, case weight is less than 40 poundsIn-Line monitors (Crit line)Superior Fluid ManagementSee real-time plasma refiling and achieve ideal dry weights.Comprehensive Access MonitoringProvides fast and easy access blood flow readings with no blood linereversal.Anemia ManagementNon-invasively measures absolute hematocit (CLIA exempt) andcalculates hemoglobin from hematrocit.Continuous Oxygen SaturationProvides continuous, accurate measures of oxygen saturation.Standard Specifications:Instrument RangeHematrocit (Hct):10Hct-60Hct Oxygensaturation:55%-100% (Hct>10)

Hematrocit Accuracy10Hct-60Hct:±1HctSDOxygen Saturation Accuracy55%-100%:±2Sat%Hct>18Access Blood FlowEstimate flow rates50 ml/min - 2500 ml/min ± 15 % Recirculation CapabilityEstimate recirculation values>4%Battery Capacity2 hours continuous on full chargeHD Blood Flow Rate Capability 50 ml/min - 1300 ml/minInternal Data StorageSufficient to store up to 26 hours of data indefinitelyInput12VDC/1Ampere/12watts1.2Amax.Power Supply UnitUniversal regulated supply100 VAC - 240 VAC12VAC/1.25Ampereoutput

Page 66

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Communications Ports8-positions keyed modular jack(keyedRJ-45)serial port DB femaleparallel port Electric Shock Protection Class IIInternally poweredType BF Water Protection Splash proof Anesthetic Suitability Not suitable

Mode of Operation ContinuousBatteryType:Rechargeablesealedleadbattery(12V,2A-h)BatteryisreplaceablePolarity:±(labeled on battery) Mode of insertion: Via 2 pin Molexconnector (replaceable)

Weighing scaleDigital Weighing scale with automatic BMI calculation Battery operatedupto16000 weighing per battery set with transport castes with large easyto read LCD display with HOLD, BMI functions. Capacity upto250Kggraduation100g

29 Electronic DialysisRecliner with weighingscale

With standard accessories USA, Europe &JapanFDA/CE/JISCertified

Quantity 02

30 ICU Ventilators Microprocessor controlled ICU Ventilator for Infant to Adult, Invasive andNon Invasive Applications. State of the art Ventilator with 15" TouchScreen Color Display for easy and user friendly operation. The systemfixed on robust trolley with two lockable wheels for fixed position on floor.Ready to upgrade in future

USA, Europe &JapanFDA/CE/JISCertified

Quantity 06

Page 67

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 General SpecificationsPatient Range: Infant to AdultBreathing Classifications:Pressure controlled/Volume Control/Time CycledModes of Ventilation:Volume Control (VC)Assist CMVPressure Control (PC)Pressure supportCPAP (NIV)SIMV + Pressure supportSpontaneousMeasurement Range:Tidal Volume: 05 - 3000 mLRespiratory Frequency: 1 - 150 bpmPeak inspiratory pressure: 0 - 80 cm H2OInspiratory pressure: 0 - 60 cm H2OI.E. ratio: Max inverse 4:1PEEP: 0 - 45 cm H2OFiO2: 21 - 100%Slope/Rise: Manual AdjustmentMonitoring Parameters with Digital/Graphical Display:Total breath rateOxygen Concentration FiO2Expired Tidal VolumeExpired minute volumeI.E ratioPeak pressureMean pressureBase pressure (PEEP)Total PeepCdyn EffectiveC-Stat

Page 68

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Ri, ReVTI, VTe, VTeVarientNIFMvi, MVe, MVeSpont,Insp Flow, Exp FlowI:E Ratio, Inspiratory Time, Time ConstantRRtot, RR spon,RSB, WOBimp, FIO2,Other Control and Functions:Back up apnea ventilationMicroprocessor control unitBreath circuit Compliance CompensationExpiratory hold / Inspiratory holdPressure and flow trigger sensitivityMounting on trolley with lockable wheelsPause, Flow Wave Pattern, SighLeak CompensationAlarms:ApneaHigh and low expired minute volumeHigh and low air way pressureFiO2 concentrationGas supply sourceLow batteryPower Supply:220V, 50 Hz ACBuilt-in Battery: Internal chargeable battery backup min 1 hr completefunction of ventilation.Compatible CompressorLung Mechanics and Graphical Display:TFT/LCD monitor 15 inch Touch ScreenSimultaneously display two wave forms for pressure, Flow, Volume.

Loop Display/Volume/Pressure/FlowWith monitoring of airway resistance, Lung compliance

Page 69

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Humidifier: Humidifier F&P with alarm for low / high limitsPatient Breathing Circuit:Autoclavable reusable patient tubing circuitwith water traps in patient breathing circuits for neonatal, pediatric andadult application.Nebulizer external

31 HFO VENTILATOR Pre Mature, Infant &Paeds Ventilator system with High FrequencyVentilation.

USA, Europe &Japan

Quantity 02

Ventilation FDA/CE/JISCertified

Microprocessor controlled ventilation system with HF ventilation.LCD/TFT color monitors 12-15”.Patient Range:Pre Mature, Infant and Peads. Body weight range 0.3 Kg-20 Kg.Modes of Ventilation:

CMVPressure control/ PSCPAPSIMVVolume targetingAPRVBiPAPHigh Frequency VentilationNIV

Control:Set & measured parameters simultaneously.Measurement range/ specificationHigh frequency ventilation : 5-20HzInspiratory tidal volume : 3– 200 ml or moreRespiratory frequency : 5- 150 bpmInspiratory pressure : 5-60 cmH2OPEEP : 20 cmH2OI : E ratio :4:1FiO2/ O2 delivery : 21 – 100%Monitoring Parameters for set and measured value simultaneouslywith Digital Display

Page 70

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Total breath rate.Oxygen concentration FiO2

Expired Minute VolumeExpired Tidal VolumePeak expiratory flowI : E ratioPeak PressureMean pressureLung Mechanics with pressure and volume loops.Others control and functionsBack up ventilationMicroprocessor gas delivery systemBreath circuit Compliance CompensationExpiratory hold/ Inspiratory holdPanel lock for safetyPressure and flow trigger sensitivityTrigger sensitivity indicationShould able to operate on single air/ and gas source at 21% Oxygen.

Mounted on trolley with lockable wheelAutoclavable reusable patient tubing circuit for infant &peads (02 each)

Alarms.ApneaAC power failureHigh and low Expired minute volumeHigh and low peak air way pressureHigh and low breath rateFiO2 variationLow and high base line pressureGas supply source failureLow battery

Page 71

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Humidifier.Automatic compensation (Servo) controlled heated humidifier withtemperature monitoring at air way and humidification camber with alarmfor low/ high limits with water tarp in the patient circuit.Power supply220 V 50 Hz with internal chargeable battery backup time for minimum 1hr.PneumaticsThe unit will be driven on the central compressed air and oxygen andshould have provision of connecting external compressor.SCALAR Quantity 01

           Fiber optic Ultrasonic Scalar Built in type with autoclave able tipsand wrench

           Digital Dental X-Ray Machine (wall mounted)

           Compatible with Digital Intraoral Sensors and Conventional films           100% imported Scissor arm           Microprocessor controlled           Tube Current 3.5 – 7mA           Tube voltage 60-70 kV           Exposure time automatic adjustable           Timer with integrated circuit           Power on light signal, x-ray emission light signal           Focal point 0.4mm or better with filtration system           Power supply 220V/50Hz single phase

Specification

           Chamber Capacity: 20-25 Liter           Loading Capacity: 5kg instruments and 1.8kg textiles or more           Table top Standalone Class B-Autoclave           Built-in Electric Steam Generator made of stainless steel           Fully automatic microprocessor controlled autoclave           Digital LCD display

USA, Europe &Japan

FDA/CE/JISCertified

USA, Europe &Japan

FDA/CE/JISCertified

USA, Europe &Japan

FDA/CE/JISCertified

Quantity 02AUTOCLAVE SMALL(FLASH)

34

Page 72

32 Dental Equipment lessDental Chair

33 DENTAL X-RAY (OPG) Quantity 01

ADMIN-IT
Typewritten text
With Standard Accessories

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1            5 Sterilization programs           Fast cycle programs           Vacuum and Bowie&Dick test program           Serial interface for documentation           Automatic electrical door lock with safety door lock system           Built-in water quality sensor (conductivity sensor)           Easy to use by single button start           Electro-polished stainless steel chamber (316Ti)           Platinum-temperature sensor PT1000 class A           Internal storage of last 40 cycles data           Built-in monitoring system to check the cycle automatically every 0.5seconds           Tipple-pre and deep post vacuum           Temperature control 121°-134°C           Two 4.5 liter reservoirs for fresh and waste water           5 pieces of compatible trays with the autoclave           One piece of tray holder and           Fully compliance according to EN 13060

35 Establishment of DentalLaboratory

With complete accessories USA, Europe &JapanFDA/CE/JIS Certified

Quantity 01Turnkey Basis

36 ECG Machines ECG Twelve-channel digital ECG

Simultaneous 12 leads acquisitionAutomatic measurement and interpretation of ECG traceLarge LCD (320*240 dot) for preview of ECG trace and display operationmenu and parameter settingsAutomatic elimination baseline drift and automatic control of baselinepositionPowerful filter for AC and EMG interfaceHigh-resolution thermal recorderAC and DC power supply, fully charged built-in battery supports over 100ECG exams

Quantity 02USA, Europe &Japan

FDA/CE/JISCertified

Page 73

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 16 exams in memory for recall and duplicationOptional RS232 software for further ECG management and review

37 Defibrillator It should be a latest technology, advanced biphasic waveformdefibrillator.

USA, Europe &Japan

Quantity 02

It should incorporate Manual and AED and synchronous cardioversion Mode

FDA/CE/JISCertified

It should have at least 6.5 inch, high resolution color TFT Display forECG with three waveform capabilityDefibrillator should be capable to deliver patient specific shocksbased on real time measurement of Patient impedance to reducepost shock dysfunction

The defibrillator should have AED Mode for Adult, Pediatrics andinfants without special accessoriesIt should be light weight, compact, easy to carry and easy tooperate preferably with single therapy knobIt should have device status indicator for readiness of use.Upgradeable to External Pacing. SpO2 and NIBPIt should have in built strip chart recorder (50 mm)It should be capable of storing trends and patient dataShould have Arrhythmia alarms.It should have both adult and pediatric external paddles.It should have biphasic mode, with range of 1 to 200 joules, chargetime less than 5 seconds.In AED mode the defibrillator should be capable to deliver quickshock (3 seconds) to help minimize interruptions to CPR and speedshock delivery.

The defibrillator should be capable to run automated self-tests onhourly, daily and weekly basis with ready to use indicator.

Fully charged in-built battery backup with provision for 20 shocks of200 joules with 3 hours monitoring OR at least 175 shocks of 200joules without monitoring.

Page 74

ADMIN-IT
Typewritten text
(With all accessories)

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Should have battery capacity indicator on Display as well as LEDson the front of the device that signals power status to quickly seethe device readiness

It should be capable of transferring data to PC through USB flashmemoryOperating temperature Standard.Storage temperature Standard.Power Supply: 220 V AC ± 10%, 50 Hz.FDA Approval CE Marking compulsory.Country of Origin: America, Europe, Japan & Australia.

38 HYPO/HYPERTHERMIAUNIT

Complete with all acessories USA, Europe &JapanFDA/CE/JISCertified

Quantity 01

39 ENT UNIT with standardaccessories

Metal construction, two drawers for storage purposes, each drawer fittedwith 2 divided trays, 1 small aluminum tray for articulated arm, 1 largealuminum tray for recess in worktop, containers with letter-box openingsfor used instrument & waste, 2 power sockets 230V, right-handed use,mobile on castors, suction system without secretion receptacle, suctionhose and hand piece included, maintenance-free, bacteria filter, capacity35 liter/min., vacuum - 0.80 bar, integrated fiber optic light source 150 Whalogen for telescopes, complete with fiber optic cable with STORZconnection, compressed air system complete with spray hand piece withtubing and three spray bottles, Perspex bottle holder, manometer in frontpanel, maintenance-free, capacity 25 liter/min., max. pressure 2.5 mbar,heated telescope holder for rigid telescopes, 4 mm, made ofAutoclavable material, heated telescope holder for rigid telescopes, 11mm, made of Autoclavable material, hot air mirror heater with automaticoff switch, cordless headlight with spare halogen bulb with integratedbattery charger with hook, integrated cautery transformer withtemperature control with handle & cable, electrodes.

USA, Europe &Japan FDA/CE/JISCertified

Quantity 01

Microscope fitted at ENT Unit

Page 75

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1          Swivable and tiltable suspension for effortless positioning in Alldirections via hand grips with control for microscope function andrelease/locking of magnetic brakes, Motorized zoom ratio 1:6         Objective Lens F-224mm to 525mm or better         Eyepiece Fields of View at 12.5X 13mm to140mm diameter or better

         Adjusting range of visibility -8D to +5D         Filters UV blocking upto 400nm, IR reduction from 800nmto1150nm or better         Motorized internal focusing/internal focal length adjustment from224mm to 510mm via front lens.         Light Source 180W high intensity xenon illumination system withadjustable brightness and integrated backup xenon lamp.         Rage of papillary distance 55mm-75mm         X-Y Translator Motorized XY coupling with auto re-centering

Vertical Fine Control         Model Electric type using a motor         Focusing Distance 40mm         Focusing Speed 1.3mm per second         Microscope inclination -30 ˚ to +120˚

Foot switch         Model Foot switch 12 function foot control panel spot illuminator,laser compatiblePatient ChairFeatures:

           Power up/down           Power tilt back           Adjustable headrest           Attached adjustable light fixture           Built -in arm rests           Height adjusts from 20-30 inches           25 inch diameter metal base wired for 220 V AC, 50 Hz           Examiner Chair, Local Made, Gas Spring Action

Page 76

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Quantity 01

41 ENT SET 1 Fiber Optic Central Control Room Quantity 01

(With all accessories) 2 Naso pharango Lyrango Scope Quantity 01

42 PHACO MACHINE            consisting of main console with user friendly controls, largeLCD touch

USA, Europe &Japan

Quantity 01

           screen, multi-modular phaco settings, up to six user programs,burst mode,

FDA/CE/JISCertified

           non-invasive vacuum sensing helps maintain sterile fluidics,lightweight,           titanium four/Six crystal piezoelectric u/s hand piece, unique"continuous (Two hand pieces)           calibration" vent to bottle reflux, programmable foot pedal,gravity fed           irrigation, peristaltic low pulsation aspiration pump, 0 to50cc/min.           aspiration flow rate, 0 to 500mm/Hg vacuum range, reflux,40Khz power,

USA, Europe &JapanFDA/CE/JIS Certified

USA, Europe &Japan

FDA/CE/JISCertified

Audiology Equipment:(with standary accessories)

Page 77

40 a) Preparation of audiology room, including its sound proofing and complete fixations.

3 Instrument Trolley Quantity 014 Fiber optic ENT Headlight Quantity 015 Direct Laryngoscope Set (rigid) Quantity 016 Directo Laryngoscope set Fiber Optic with light source Quantity 017 OTO Scope Quantity 018. OESOPHAGO SCOPY set (Complete rigid with source) Quantity 019. Broncho scope (rigid with light source) Quantity 0110 Headlight Quantity 1

b) Audiometer 2 channel, Diagnosticc) Immittanced) Auditory Brainstem Response (ABR-BERA)1) 2-Channel2) Diagnostic3) All latest special tests (e.g. play audiometry, SISI , Tinnitus etc.)4) OTOACOUSTIC Emission (OAE) Diagnostics

ADMIN-IT
Pencil

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1            I/A with linear flow rate and vacuum control, pneumaticguillotine           vitrectomy cutter with 50 to 700 cuts/min. cut rate, bipolargenerator           with linear power control, six programmable users presets,

along with:           I / A tubing. 6           Anterior vitrectomy cutter. 1           Phaco hand piece. 2           Phaco needle 30o, bevel, round. 2           Ultrasonic hand piece needle wrench. 1           Irrigation sleeve. 10           Kit. 1           Bipolar forceps with cable. 1

43 OPERATING MICROSCOPE Model : Galileo type USA, Europe &Japan

Quantity 01

Magnification charges: Drum Type, with 5 changes FDA/CE/JISCertified

Objective Lens : F-200mmEyepiece: Fields of view at 12.5X-17mm diameterAdjusting range of visibility: - 6 D to +5DFilters: Cobalt Filter, blue filter, 1/2 NDTotal Magnification : F-200mm 4,6,10,16 and 25X F-175mm4,6,7,11.5,18.4 and 29XLight Source : Halogen lamp 15v, 150wRange of papillary distance : 5-75mmX-Y Translator : Rage +- 22.5Vertical Fine ControlModel : Electric type, using a motorFocussing distance : 40mmFocussing speed : 1.3mm per secondMicroscope inclination : 0 to 30°Foot switchModel : Floor placement type, stepping type

Page 78

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

144 Specification Quantity 01

Wavelength 1064mmMode of operation: 1.2 or 3 pulse each burst. Separation b/w pulse is 25micor-secsPulse width : 4 Nano seconds (Typical)Energy : Continuousl adjustable from 0.22 to 10mjSpot Size : 8 micronsRepetition Rate : Better than 1 pulse per sec (>1 HZ)Yag Laser offset Shift : Continuously adjustabe off upto ± 500 um, bothanterior and posterior around aiming focal planeFocal Length : 107mmCone Angle : 16°Slit Lamp :Lecia Model Xcel 200Aiming Beam Laser : Dual beam 635mm diode variable intensity to 200micro-wattsMagnification : 6x, 10x, 16x, 25x, 40x (5 step) Cooling : Air convection

Power requirments : 230 V A/C, 50/60 Hz Dimensions: 520mm(H)x340mm(W)x450(D)

45 OPHTHALMIC GREENLASER WITHCOMPATIBLE SLIT LAMPAND TABLE

Size 37cmx33cmx13cm weight 7.0Kg(15.4lb) USA, Europe &Japan

Quantity 01

Electrical 9-240 VAC,5-60 HZ Single Phase FDA/CE/JISCertified

Laser CharactersticsTechnology Diod-pumped frequency double YVKWavelength 532 mm Green True CWPower output 1.5watt max from laser Delivery unitPulse Duration Adjustable from 0.05 to 2.0 secRepeat Interval Adjustable from 0.05 to 2.0 secAiming beamDiod Laser Red. Adjustable < 1.0mWWavelength 635nmCooling Silent fan air cooling

USA, Europe &Japan

FDA/CE/JISCertified

OPHTHALMIC YAG LASERSYSTEM WITH

COMPATIBLE SLIT LAMPAND TABLE

Page 79

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

146 ULTRASOUND COLORDOPPLER MACHINE(With standardaccessories)

All Digital Broadband Beamformer for multiple scanning modes and wideverity of applications, High definition greyscale imaging, LCD Flat-panelflickerless, Cineloop review, Easy to learn and use control, single buttonpatient optimization, Lightweight, easy to move ergonomic designErgonomically adjustable control panel and monitor, 2D Focusing withDynamic Focal Tuning, Digitally Processed Channels, 150dB SystemDynamic Range, Integrated CD Drive.

USA, Europe &JapanFDA/CE/JISCertified

Quantity 01

Imaging Modes:2D Imaging, Tissue Harmonic Imaging, M-Mode, Pulsed Wave Doppler,Freehand 3D, Dual 2D Image mode with Cine loop, Duplex mode forSimultaneous 2D and Doppler, High Resolution Write Zoom, TrapezoidalImagingClinical Application SoftwareIncluding:Obstetrical Analysis:Fetal Biometry Biophysical Profile, Amniotic Fluid Index Early GestationFetal Long Bones Fetal Cranium Nuchal Translucency (Nuchal Fold)Multiple Gestations upto 4 Feruses Fetal Heart M-Mode Maternal UterineArtery Placenta Artery Fetal Echo User's Selectable Tables andEquations User's Defined Tables and Equations Obstetric Tendering

Fetal Doppler:Fetal Carotids MCA Umbilical Artery Fetal Aorta DuctusVenosus

Page 80

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Gynaecology:Gynaecology/Fertility Uterus Cervix and Endometrial Thickness Left andRight Ovaries Left and Right Ovarian Follicles Ovarian Artery

Vascular:Cerebrovascular Peripheral VascularCardiac:M-Mode Analysis Doppler Ventricle Analysis Diastolic Function CardiacOutput Valvular Analysis Pulmonary vein Analysis Ejection FractionSimpson's Biplane and Single Plane Volume by Area/Length MethodPeak and Mean Gradients Pressure Half Time Continuity EquationProximal Isovelocity Surface Area Qp:Qs Ratio LV Mass IVRT

Urology:Prostate Volume TZ Prostate Volume Bladder Volume and ResidualVolume Kidney Volume, Volume FlowOther:Paediatric Hip JointLinear Transducer:Broadband Linear Array Transducer with 9 – 5 MHz operating frequencyrange, Provides high resolution images for Superficial Applicationsincluding Vascular, Small Parts, and Musculoskeletal Imaging, Supports2D, Tissue Harmonic Imaging, Color and Pulsed Wave Doppler, BiopsyKit AvailableCurved Transducer:Broadband Curved Array Transducer with 5 – 2 MHz operating frequencyrange, Provides high resolution images for Abdominal, and OB/GynApplications, Supports 2D, Tissue Harmonic Imaging, M-Mode, Colorand Pulsed Wave Doppler, Biopsy Kit Available.Black and White Printer:Internally mounted and remote controlled, medical grade high resolutionBlack and White thermal printer for image documentation

Page 81

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Features:

An all digital 9216 channel system with broadband beamforming 2Dimages from 1-15 MHz, 17” LCD Display on fully articulated arm,Anatomical M-Mode, Tissue Harmonic Imaging with patented PulseInversion Technology, Adaptive Color Doppler, Color Power Angio,Directional Color Power Angio PW/CW Doppler Modes, PW/ColorDoppler Imaging, Triplex, Dual and Duplex capabilities also includes real-time compound imaging with upto nine beam steered lines of sight plusimage processing for noise and artifact reduction to improve tissuecomplicity. one button optimization in 2D and Doppler modes, AutomaticDoppler Analysis and Intelligent Doppler Capability. On board patientreporting with embedded images. Multi session CD-RW Drive, Free hand3D with multi-planner reformatting (MPR) capability. Support for upto 3onboard peripherals. Compatibility with advanced quantification softwareand the following plug-ins/tools. IMT, contrast, strain rate, ROI, IMT andGI, 3D viewer. operates on a PC

Clinical Application SoftwareIncluding:

Cardiac Software:      Volume by area/Length Method, M-Mode Analysis, Doppler, Peak andMean Gradients, Pressure, Half Time, Continuity Equation, SystolicFunction, Cardiac Output, QP/QS Ratio, Pulmonary Vain Analysis,Valvular Analysis, Proximal Isovelocity Surface Area (PISA), E/A Ratio,Ventricular Analysis, Ejection/Fraction (Via Teichholz or cubed methods),Simpson’s biplane and single plane, LV Mass, IVRT

Vascular:      Carotid, TCD and bilateral lower and upper extremity presets. Alsoincludes physio (ECG), vascular calculations and analysis, configurablereports.

USA, Europe &Japan

FDA/CE/JISCertified

Quantity 01HIGH DEFINITIONECHOCARDIOGRAPHY

SYSTEM

47

Page 82

ADMIN-IT
Typewritten text
(With all standard accessories)

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Cardiac 2D Quantification:      Display of 2D echo images, Overall, vertical and horizontal gaincontrols, Semi-automated border detection for cardiac chambers andvessel cavities, displaying semi­ automated borders over timeparametrically, Transparency control to visualize echo greyscale under asemi-transparent image, tool for displaying mitral valve annular motionover time parametrically, Manual user edit able timing over-rides for theonset and duration of the parametric display, Single plane volumemeasurements based on 5/6 Area-Length method and Simpson's Singleplane Method of Disks (MOD), Biplane volume measurements basedSimpson's Biplane Method of Disks (MOD)

Strain:      For evaluation of regional myocardial function, assessment ofsynchronicity and guidance during bi-ventricular pacing procedures,Tissue Doppler Imaging (TDI) velocity quantification, Measures themyocardial velocity and derives the strain rate and strain along user-defined M-lines, Capable of drawing up to three M-lines at a time, Pointof Interest (POI) tool obtains values from any point on the M-modedisplay, User defined M-line motion to follow the myocardial motion, Ableto present TDI results in two display formats:

- Anatomical M-mode display- Graph display      User-selectable waveforms for optimal sub-region visualization, Newcurve processing modes, TDI velocity timing measurement, Automaticsubdivision of M-line into a customizable number of sub-regions,Averages up to 20 cardiac beat cycles in both M-mode and graphdisplays, Ability to overlay pulse/phono on TDI waveforms

Contrast Package:      System optimization for detecting harmonic agent signature, Variablelow mechanical index and flash mode, Pulse inversion harmonic imagingfor general abdominal applications

Stress Echo:

Page 83

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1       Fully integrated Stress Echo Module, 3 Fixed Protocols, Upto 8Stages capture-and-study protocol, Users defined protocols, Wall motionscoring, Stop/resumeECG Physio      One 3-Lead ECG input      Selectable between leads I, II, III      Gain, sweep rate and display controls      Automatic Heart Rate calculation and display      Fault condition display      Cineloop locator displayed on ECG Rate      Paediatric and disposable leads availableQuantification Software:      Designed for ultrasound clinicians who require sophisticated analysisof image data acquired from ultrasound systems. A number of Plug-insare available, offering a variety of powerful quantitative capabilities.review and quantification of image files; Graphic imaging creation inBMP, TIF, and AVI; the ability to remove patient information prior toexport new files; export of quantification data into Excel-compatiblespreadsheet formats; and built-in on-line help in multiple languages.Ultrasound data can be sent to console computer via network connectionor MOD/CD/DVD media

Transducer Linear 12 to 3 MHz:      High resolution linear array transducer 35mm effective aperturelength, 10° Trapezoidal imaging, Steerable pulsed Doppler, colorDoppler, Color Power Angio, , Panoramic Imaging and HarmonicImaging, for superficial imaging including superficial vascular imaging.

Transducer Sector 4 to 2 MHz:      Steerable CW/PW Doppler, HPRF Doppler, TDI and HarmonicImaging, Adult Cardiac applications, supports reusable plastic bracketwith disposable biopsy guides

Transducer Sector 8 to 3 MHz:Steerable CW/PW Doppler, HPRF Doppler, TDI and Harmonic Imaging,Adult

Page 84

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1       Cardiac applications, supports reusable plastic bracket withdisposable biopsy guides.Trans Esophageal Transducer

DICOM 3.0:      Provides DICOM 3.0 network print and store, commit, modalityWorklist structured reporting for echo and structured reporting forvascular

Small Black & White Printer:      Internally mounted and controlled, medical grade, high resolutionBlack and White printer for image documentation

Software Specifications:

      Simultaneous ECG input from 12 leads      Zoomed ECG      Averages      Running Trends      METS      12-lead diagnostic display      Advanced signal processing for distortion-free ECG recordings      ST segment analysis with adjustable measurement points and J point

      Robust post-exam analysis includes beat-by-beat exam review      Comprehensive archive allows full disclosure storage of up to 100exams with      high speed playback      Customizable final reports are exported in standard PDF formatProtocols      Supports standard protocols: Bruce, Modified Bruce, Naughton,Balke, Ellestad, Pharmacological and Bicycle      Supports physician customized protocols12-LEAD DIAGNOSTIC DISPLAY

USA, Europe &Japan

FDA/CE/JISCertified

Page 85

48 ETT Machine Quantity 01

ADMIN-IT
Typewritten text
(Latest with all standard accessories)

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1       2-lead diagnostic display lets you view and measure ST level changeson the screen in real time, expediting precise assessment.

ST SEGMENT ANALYSIS      For more comprehensive assessment, includes a large display ofmaximal ST change with adjustable measurement points and J point.The system also provides post-analysis of complete exam

REPORT MANAGER      full-disclosure, post exam re-analysis and replay, as well as PDFreport archiving, enabling you to manage test data as efficiently as it wasgathered.E-Mail Facility.

Reports Type      Summary      Trends      Average QRS      Rhythm Events      TTL output to cardiac ultrasound (echo) imaging systemsData output      Reports generated in standard PDF formatTreadmill      Track Master TMX425 treadmill      User capacity of 400lbs.      Frame of heavy-gauge steel      Epoxy powder coat in jet-black rail with white finish      Safety side rails are standard      Elevation Range 0-25% standard      Speed Range PH (220V)      0.5-10 MPH (110V)      Auto Speed Reset (ASR      Running Surface 22" x 63" cushioned, lubricated, low profile (5" fromfloor) Double-sided running deck

Page 86

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Complete with:      System CD & Patient Cable      Extra Patient Cable      Interface Cable      ETT System Cart      TrackMasterTMX425 treadmillLaser Jet Printer      Aerosol therapy for respiratory tracts.      Hospital grade.      Filter of 0.3 micron for dust particles.      Autoclave able flexible arm/ hose.      Unit fitted on Mobile stand.      Nebulising rate of 4ml/min or more with particle size of approx 0.5-5microns.      Approximately 65-70% of particles of less than 5micron size.      Nebulising time setting from 5 - 120 min.      Autoclave able delivery pipes.      Nebulizing rate of 4 ml/ min with particle size of approx 0.5-5 microns.

      Air flow of 10 - 30 L/min.      Aerosol heating facility for 370C.      Quiet operation with noise level of less than 40dB.      Different air flow rate settings.      Alarm for Low water level.      Alarm for medication complete.      Medication cup capacity: 100 ml.      Power of 220 Volts / 50 Hz.      One extra autoclave able delivery pipes/ masks etc.Complete with bacteria filter.

USA, Europe &JapanFDA/CE/JISCertified

Quantity 02

It should have at least 6.5 inch, high resolution color TFT Display forECG with three waveform capability

Quantity 10USA, Europe &Japan

FDA/CE/JISCertified

Page 87

49 NEBULIZER

50 DEFIBRILATOR It should be a latest technology, advanced biphasic waveformdefibrillator. It should incorporate Manual and AED andsynchronous cardio version Mode

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Defibrillator should be capable to deliver patient specific shocksbased on real time measurement of Patient impedance to reducepost shock dysfunction

The defibrillator should have AED Mode for Adult, Pediatrics andinfants without special accessoriesIt should be light weight, compact, easy to carry and easy tooperate preferably with single therapy knobIt should have device status indicator for readiness of use.Upgradeable to External Pacing. SpO2 and NIBPIt should have in built strip chart recorder (50 mm)It should be capable of storing trends and patient dataShould have Arrhythmia alarms.It should have both adult and pediatric external paddles.It should have biphasic mode, with range of 1 to 200 joules, chargetime less than 5 seconds.In AED mode the defibrillator should be capable to deliver quickshock (3 seconds) to help minimize interruptions to CPR and speedshock delivery.

The defibrillator should be capable to run automated self-tests onhourly, daily and weekly basis with ready to use indicator.

Fully charged in-built battery backup with provision for 20 shocks of200 joules with 3 hours monitoring OR at least 175 shocks of 200joules without monitoring.

Should have battery capacity indicator on Display as well as LEDson the front of the device that signals power status to quickly seethe device readiness

It should be capable of transferring data to PC through USB flashmemoryOperating temperature Standard.Storage temperature Standard.Power Supply: 220 V AC ± 10%, 50 Hz.

Page 88

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 FDA Approval CE Marking compulsory.Country of Origin: America, Europe, Japan & Australia.ECG:      Lead: Three /Five Lead ECG Monitoring      Lead Selection: Lead I, II, III, aVR, aVL, aVF, or V      Heart Rate Display: Digital readout on display from 15 to 300 bpm,with an accuracy of ±10%.      Heart Rate Alarms: Configurable pairs of low and high heart ratealarm.      ECG Size: 2.5, 5, 10, 20, 40 mm/mV.Charge Time:      Less than 3 seconds to 200 Joules      Less than 15 seconds to 200 Joules, when powered by AC with nobattery installed.Patient Impedance Range:      Minimum 10-25 Ohm, depending upon energy level, upto: 180 Ohmor betterAED Mode      Fixed energy (150 Joules) or better.Text and Voice Prompts:      Extensive text/audible messages guide user through protocol.Patient Analysis:      Per protocol, evaluates patient ECG and signal quality to determine ifa shock is appropriate and evaluates connection impedance for properdefibrillation pad contact.      Strip, Summary, Mark.Shockable Rhythms:      Ventricular Fibrillation with amplitude>100 uV and wide complexventricular tachycardia with rates greater than 150 bpm.Manual Output Energy (Delivered):      2, 3, 5, 7, 10, 20, 30, 50, 70, 100, 150, 200 Joules. Energy limited to50 Joules for internal defibrillationIndicators:

Page 89

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1       Color display for ECG waveform and text prompts, Audio alerts, QRSBeeper, Charging tones (for sync and asynchronous modes), AC PowerLED, Battery Charging LED, Sync LED, Pacer LED.Synchronizer:      SYNC message appears on the monitor and is annotated on theprinter (if printing while in Sync mode). An audible beep sounds witheach detected R-wave, while a tick mark on the monitor and printed stripindicate the discharge points. Synchronizer delay is less than 60 msecfrom peak R-Wave to peak current of the defibrillation discharge.

NON-INVASIVE PACINGBatteryType:      2 Ah, 12V, rechargeable, Sealed Lead Acid.Charge Time:      Approximately 14.5 hours to 100%. Approximately 3 hours to 90%,indicated by LED on front panel.Capacity:      100 minutes ECG monitoring or 50 full-energy discharges or 75minutes ECG monitoring while pacing (with a new, fully charged batteryat room temperature, 25º C).Thermal Array PrinterContinuous Real Time Strip:      User starts and stops the strip. The strip prints the selected ECG leaddata:Standard accessories      3 Lead ECG Cable 01      Defib. Hard Paddles for adult/Peads 01 set      Power Cable 01      Battery 01      Recorder Paper - Roll 02      Monitoring Electrode 05

Page 90

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1       Volumetric Infusion Pump (peristaltic) for standard PVC or PVC freesets

      Flow Rate: 1 – 999.9 ml/Hr in 0.1 ml/Hr increment      Infusion Volume Selection (VTBI): 1 – 999.9 ml in 0.1 ml steps      Infusion Time Limit: 1 min to 99h 59min in 1 min steps      Occlusion pressure programmable in 10 steps from 100 – 1000 mBar

      Continuous analogue display of line pressure      Bright LED Display:      Flow Rate; Infused Volume; Volume to be Infused; Volume Balance;Infusion Time; Remaining Time; Pressure Bar Graph; Battery Capacity;Occlusion Level;      To be operated with standard infusion sets (all leading brands) 5hours battery backup time      ALARMS: Occlusion Upstream/Downstream; Air Bubble; DropsMissing; Too Many Drops; Container Empty; End of Infusion; Stand by;Low Battery/Battery Empty; Service; Technical Failure;

Compatible with all leading brands of syringes from 10 – 50/60ml

      Infusion Rate: 0.1 TO 999.9 ml/Hr in 0.1 ml/h steps      Infusion Volume: 0.1 - 999.9 ml      Infusion Time: 1 min 99 hr 59 sec      KVO (Keep Vain Open) Rate: 0.1 to 2 ml/hr      Battery: Sealed lead battery Operating Time 2 Hours @ 5ml      Two big 4-digit LED display      Occlusion pressure: Programmable in 11 steps from 300mBar to1200mBar      Sealed lead battery (rechargeable).      Clamping Device for IV Stand and rail.      Accuracy ±2% (Syringe dependent)      Docking facility for multiple pumps.

USA, Europe &Japan

FDA/CE/JISCertified

USA, Europe &Japan

FDA/CE/JISCertified

Page 91

51 INFUSION PUMP Quantity 04

52 SYRINGE PUMP Quantity 04

53 Feeding Pump Imported with good quality CE/JIS Certified Quantity 2

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1

      Size Approx: 78 -14”L x 28” W x 33” mm      Steel frame with epoxy polyester finish.      4 wheels of 200mm dia. and 2 with brakes.      4 ring bumpers.      Anti static hygienic Mattress of 6cm thickness with fire retardant vinylcovering.      I.V. adapter and Pole.      Side rails, drop down type.      Adjustable Backrest section. Oxygen Cylender slot

Local ExportQuality

Quantity 10

      Hand operated locking/break, seat base made of plastic coated steel,perforated with foam, up hole black artificial leather/rexine, back restadjustable in three steps manually, foldable foot rest, push handle on thetop of back rest covered with plastic grips corners guarded with kick offdiscs.

57 ELECTRIC CAUTRY Microprocessor controlled, universally applicable, electro-surgical unitwith outstanding performance data. The equipment conforms to the latestdevelopments in safety technology. Suitable for Monopolar, Bipolar,Spray and contact coagulation in TUR.

USA, Europe &JapanFDA/CE/JISCertified

Quantity 02

Specifications         Monopolar Power 300 W         Coagulation 200W         Bipolar Power 80 W         Supply voltage 240V; 50-60Hz Selectable via dummy pluglocated inside the unit by Technical Service Power input with no HFpower output: approx. 16VA at max.         Power output: 300 Watt approx. 800 VA         Class of protection I         Classified acc. to MDD II b

Local ExportQuality

Quantity 10

Page 92

54 SAFETY BOXES To store infectious waste/material (Subject to approval of sample) China55 STRETCHERS Trolley       Fixed height.

56 WHEEL CHAIR       Stainless steel, mobile on two big spiked wheels & 2 double ballbearing swivel castors 75 dia mm.

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1          Leakage currents LF and HF in acc. With EN IEC 601, Part 2-2

         Type of equipment CF; defibrillator-proof         Nominal frequency 450 kHz         Pulse frequency 30 kHz

Accessories         Power Cord 3 M 1         Operating Instructions English 1         Footswitch double paddle 1         Electric handle cable with push button 1         Neutral plate rubber 15 x 26 cm 1         Electrode set SYM 2 Set         Ball Electrode 1         Gyne |Electrodes 1 Set         Wire Loop Electrode 1 Set         Needle Electrode 1         Bipolar cable symmetric 3M 1

Bipolar forceps Straight blend 1Features:

      An Antepartum fetal monitor, designed for the private obstetricianoffice and the hospital’s Antepartum testing area. Fetal Heart Rate (FHR)is monitored using an ultrasound, transducer.      Accurate, Continuous traces for quick interpretation.      Compact, lightweight for table top, wall mount or mobile cart.      Low ultrasound energy exposure to the fetus Flexibility to add newfeatures later, helping to reduce overall cost of ownership.Display:      Touch screen operation. Fetal information is displayed in numerical orgraphical form on a 6.5” TFT color screen.Safety:      IEC 60601-1/EN 60601-1Accessories:      Ultrasound Transducer - 01      Bottle of Ultrasound Gel. - 01

Quantity 01FEATAL DOPPLER58 USA, Europe &Japan

FDA/CE/JISCertified

Page 93

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1       Power Cord - 01      Grounding Cord - 01Pack of Papers - 01Features:

Cardiotocography Machine Should be microprocessor based compactand portable with integrated 6” inch (or Better) TFT color touchscreen display to view Fetal Heart Rate tracings & TOCO tracing , MaternalPulse, Alarms ,NST Timer, Fetal Movement Profile etc.

Display should be tilt able for easy viewing Should have twin fetal Heart Rate monitoring facility with thecapability to upgrade to Monitor Triplets whenever required.Ultrasound Transducers should be water proof, Soft and haveoptimum placement of crystals to provide homogenous coverage areaof equal strength for greater accuracy and reducing the time and needto reposition the transducer.Ultrasound Transducer should have high Sensitivity of 1 MHz orbetterF.H.R measurements should have a range of 50 to 240 BPMExternal TOCO transducer should be water Proof and provide uterinecontraction measurement range from 0- 400 units.Should have built-in high resolution Thermal Array recorder withstandard Z fold Paper, real time standard speed should be 3cm/min,2cm/min, 1cm/minUnit should be supplied with hand held Event Marker for traceannotationTransducers should be recognized by the monitor and automaticallyarranged for the appropriate position on the monitor screen layout

The transducer should have built-in LED in facilitating to identify whichtransducer is monitoring which measurement.System should be incorporated with Cross channel verification feature

Should have Battery backup of one hour or more or alternativelysupported with locally supplied UPSShould be supplied with Local trolley

USA, Europe &Japan

FDA/CE/JISCertified

Quantity 01CTG MACHINE59

Page 94

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Power requirement 100V-240VAC +/- 10%, 50/60 HzFDA and CE complianceCountry of Origin of Manufacturer and Product : USA/EU/Japan

      Constructed from shatter resistant material fully protected plasticmanometer tube for friction free mercury flow.

      Reading scale ranges from 0 to 300 mmHg.      Integral mercury reservoir, spring coil tube, bulb, valve.      Molded latex free inflation bladder of high quality.      Latex free inflation bulb fitted with filter to reduce dust build up.      Air release valve with filter for precise deflation control.      High visibility graduations.      Cuff storage compartment.      Pediatric and adult cloth/nylon cuff with velcro fastening.

           Mobile stable stand with 5 castor mild steel/ Aluminum alloybase.

61 BLOOD PRESSUREAPPRATUS Wall Mounted

      Constructed from shatter resistant material fully protected plasticmanometer tube for friction free mercury flow.·      Reading scale ranges from 0 to 300 mmHg. ·     Reading scale ranges from 0 to 300 mmHg.      Molded latex free inflation bladder of high quality.      Latex free inflation bulb fitted with filter to reduce dust build up.      Long Air release valve with filter for precise deflation control.      High visibility graduations.      Cuff storage compartment.Pediatric and adult cloth/nylon cuff with velcro fastening.

62 STETHOSCOPES       Light weight S.S chest piece construction.·  Double headed. ·     Standard size diaphragm. ·     Adjustable chrome binaural.

Local / ChinaGood Quality

Quantity 50

      Flexible one piece molded 'Y' PVC tubing.      Ergonomic plastic ear tips.

BLOOD PRESSUREAPPRATUS WITH MOBILE

STAND

60 USA, Europe &Japan

FDA/CE/JISCertified or

Equalvant

Quantity 10

USA, Europe &Japan

FDA/CE/JISCertified

or Equalvant

Quantity 20

Page 95

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 Mobile X-Rays machines 300MA for Emergency Room & RadiologyDepartment

USA, Europe &JapanFDA/CE/JISCertified

Quantity 02

Mobile X-ray converter unit for bed-side radiography. Maximum ratings125 kV 300 mA from normal wall outlet single phase.Comprising:

     Converter generator 30 kW (300 mA/100 kV/20 ms) (IEC: 22 kW)

     kV range 40 - 125 kV     min. exposure time: 1 ms     X-ray tube with rotating anode in HV-tank focal spot 0.6     36 APR programs     mobile base with two large wheels with automatic brake system

     rotatable column with counterbalanced telescopic tube support     manually operated light beam collimator     hand switch for exposure release     Mains connection: 230/115 V 50 Hz 16 A

64 CRYOFUGE(REFRIGERATEDCENTRIFUGE)

      Maintenance-fee, quiet, brushless, AC induction motor USA, Europe &JapanFDA/CE/JISCertified

Quantity 01

      4 program storage and recall      Display and control RCF      Gentle start-up and braking: ten acceleration deceleration profiles

      RCF/ RPM calculation      Rotor recognition      Temperature limit input to ensure proper temperature controlSwing rotor: This is the only centrifuge adopting windshield rotor toreduce the air resistance that enables to spin at a maximum speed of4500rpm Display abnormality: imbalance, over-speed, and over-temperature, door-open.

Page 96

63 MOBILE X-RAYMACHINE

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 SPECIFICATION      Max. RPM: 15000 rpm      Max. RCF: 244000 x g      Max. Capacity: 4 x 500 ml (4500rpm)      Speed preset and display: I rpm      Temperature Range: ‑ 20'C to +40'C      Temperature Limit set range: O'C to +/-30'C Timer: 1s-99min 59s orcontinuous and "Hold" for free run Deceleration time : 10 setting

      Programmability: 4 memory      Rotor Recognition: Yes      Digital display: RPM, RCF, time, Program brake time, rotor Number,temperature, Temp. limit      Power: 220V 50 Hz, single phase.            

65 PLATLET AGITATOR WITHINCUBATOR

USA, Europe &JapanFDA/CE/JISCertified

Quantity 01

Multi Component BloodApheresis System) Mobile / Portable.

Aphaeresis options to collect Platelets, Red Blood Cells, Plasma & Stem Cells

a.       Leukodepleted platelets in a fully automated procedureb.      Ease of use & flexibilityc.       Data acquisition capabilityd.      Up Grade able Softwaree.      Portable Aphaeresis Systemf.        Only 26 kg weightg.       Single Access

ProtocolsBlood Component Collection

1.       Leukodepleted Platelets & Plasma

With all accessories

USA, Europe &Japan

FDA/CE/JISCertified

Quantity 01BlOOD CELL SEPARATOR66

Page 97

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1 2.       Platelet Poor Plasma3.       Fresh Frozen Plasma4.       Leukodepleted Platelets & Red Blood Cells5.       Red Blood Cells & Plasma

Therapeutic Collection1.       Peripheral Blood Stem Cells2.       Therapeutic Plasma Exchange3.       Bone Marrow Concentrate

Autologous Pre-Operative Collection1.       Plasma Erythrocyte Saver(2 Buffy coat depleted RBC units + 2 FFP units)2.       Autologous Erythro-apheresis

(3 Buffy coat depleted RBC units)

67 ELECTRONIC BLOODCOLLECTION MONITOR

With standard Accessories USA, Europe &JapanFDA/CE/JISCertified

Quantity 01

68 ULTRA LOWTEMPERETURE UP RIGHTFREEZER

Tempereture range -10 degree C to -40 degree C (standard accessories) USA, Europe &JapanFDA/CE/JISCertified

Quantity 01

69 MICRO CENTRIFUDGE Cpacity 24x1.5/2mlWith standard Accessories

USA, Europe &JapanFDA/CE/JISCertified

Quantity 01

LAPROTOMY, APPENDICECTOMY, GALL BLADER SURGERY,ENDOSCOPIC SURGERYLaparoscope Set With Endovision SystemSURGICAL INSTRUMENT (ENDOSCOPIC SURGERY),

         Telescope 0° Diameter 10 mm, distortion-free,         Trocar sleeve, with magnetic-ball-valve, metal sleeve straightdistal tip, 10 mm capacity, 100 mm working length         Trocar, pyramidal tip, trocar sleeves diam. 10 mm working length100 mm

LAPROSCOPE70 USA, Europe &Japan

FDA/CE/JISCertified

Quantity 01

Page 98

ADMIN-IT
Typewritten text
(With all standard accessories)

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1          Trocar sleeve with magnetic-ball-valve, with insuff- lation tap,metal sleeve standard, straigth distal tip, capacity 5,5 mm, workinglength 100 mm         Trocar with pyramidal tip, capacity 5,5 mm, working length 100mm         Veres cannula 120 mm working length,         atraumatic grasp. forcepsfor fine structures, double jaw action,monopolar, Diameter 5 mm, WL 430 mm cpl. consisting of: Handle,sheath tube, Insert         Grasp.&dissect.forceps fine pyramidal shaped teeth, tapered,single jaw action, monopolar, Diameter 5 mm, WL 310 mm cpl.Consisting of: Handle, shesth tube, Insert         Universal grasp. Forceps pyramidal-shaped teeth and horizontalserrations, 25 mm double jaw action, complete. consisting of: Handle,Sheath tube, Inner part universal grasping forceps, 310 mm WL

         Claw grasping forceps double jaw action, Diameter 5 mm, WL310 mm, cpl. consisting of: Handle, sheath tube Insert         Scissors modular,5 mm,curved left, both blades opening, WL 310mm comprising: Jaw insert, sheat tube isolated, handle withoutlocking mechanism, swiveling         Hook punch by Frangenheim cutting, single jaw action,monopolar Diameter 5 mm, WL 310 mm cpl. consisting of: Handle,sheath tube, Insert         Biopsy forceps pointed spoon forceps, fenestrated, single jawaction, monopolar, Diameter 5 mm, WL 310 mm cpl. consisting of:Handle, sheath tube, Insert

           Coagulation-suction tube with Luer connector capacity 3 mm,315 mm WL, d = 5 mm           Suction-irrigation handle           Sealing cap for irrigation and suction handle           Sealingattachement with opening and membrane valve forauxiliary instruments up to 5 mm

         Combination suction and irrigation tube with stop valves, 300 mmWL, d = 5 mm

Page 99

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1          Hook electrode diameter 5 mm, WL 340mm         HF Monopolar Connecting Cable, 3 m long, Unit connectingERBE/ACC/ICC         Clip applicator 340 mm NL, d = 10 mm         Guide sleeve with 89,08

Minimally Invasive Surgery Insufflators         Insufflator for Laparoscoppy         30 Liter Insufflator with Video Pall Language English         Including Disposable Tubing Set (Pack of 10)         High Pressure Tube 1.5m Bottle PIN         PIN Adapter for High Pressure Tube         VerssKanule 100mm High Flow

Medical High Defination Camera         CHU& CCU; HD-DVI & HDRGB (SXGA) with DV         Endo Focusing Objectives (EFO's) Lense F=22mm (Standard)easy focusing with focus ring to be operated from left or right

         Camera Cable Black         RGB Cable         BNC Cable 3m         S-VHS Cable 2m

Xenon Light Source           High Performance Endoscopic Xenon Light Source with LCDDisplay and Halogen backup Lamp           Xenon Light Source 180watts with Light Cable Socket STORZalso including           1x Light Cable 180cm, 1x Light Cable Adaptor           1x Light Cable adaptor optics Included           180 watt Xenon Lamp           150 watt Halogen Backup Lamp           Lamp-Life LCD Display and electronic lamp chang indicator

           Multi standard exchangeable light cable socket           LCD monitor, 14 inch TFT

Page 100

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1            LCD incl. stand, to be used as video LCD, resolution: 640x480pixelfield of view: 170°(H), 170°(V), unit mounting by VESA(100x100 mm), signals:2x Composite (BNC in/out), 1x Y/C (S-VHSin/out), 1x Component (RGB)           1x Light Cable 180cm

LAPROPUMP           Max. Flow Rate Irrigation/Suction 1.8 l/min,           Max. Pressure 400 mmHg           Tube Set reusable (1 pcs.)           Tube Set disposable with Safe Lock (10 pcs.)           Tube Set reusable suction (1pcs.)           Tube reusable vacuum (1 pcs.)           Wire Hoop For Bemis Container

Bemis Container (16 pcs.)71 PERMANENT MAGNET

MRI SYSTEMLatest Generation, Latest technology with standard accessories andinstallation on turnkey basis

USA, Europe &JapanFDA/CE/JISCertified

Quantity 01

72 128-SLICE CT SCANNERFOR WHOLE BODY ANDCARDIAC IMAGINGCOMPLETE

Latest Generation, Latest technology with standard accessories andinstallation on turnkey basis

USA, Europe &JapanFDA/CE/JISCertified

Quantity 01

73 DIGITAL MAMMOGRAM Mammography system for screening. The system consists of: theexamination stand with X-ray tube, two bucky units 18 x 24 cm and 24 x30 cm mounted on a rotatable holder, compression devices and amicroprocessor controlled high frequency generator with control consoleand integrated radiation shield.

USA, Europe &JapanFDA/CE/JISCertified

Quantity 01

         Mo-anode X-ray tube with Mo and Rh filter         SID 65 cm         Bucky unit 18 x 24 cm         Bucky unit 24 x 30 cm         Motorized, isocentric rotation +135° to -180°         Motorized height adjustment from 65 cm to 135 cm         Digital display with user-information         Footswitch controlled compression with optimized compressionforce

Page 101

ADMIN-IT
Typewritten text
(With all standard accessories)

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

1          Automatic Exposure Control; selectable: automatic exposureparameters setting depending on breast thickness and compressionforce         Suitable for stereotactic biopsy (Analog or Digital)         Power input: 100 - 440 V AC, single or two phase

Analog Stereotactic and BiopsyStereotactic biopsy unit, compatible with Mammography system,consisting of biopsy unit and the evaluation unit.Complete with:

         2 Needle hol. 0.9 mm         Object Table 24X30         Compression plate 24X30         2 Needle hol. 0.9 mm         Bopsycompr. hole plate         Bopsy att. W. shadow cross         Magnific. table 1.5 compl.

         2 needle hole 0.9 mm open

Page 102

Sr. No. Nomenclature Description/Specifications Country of Origin Quantity

USA, Europe &Japan

FDA/CE/JISCertified

CompleteSystem on Turn

Key Basis(QTY 01)

Medical Laundry and CSSDEquipment

174 Oxygen Pipelining Medical Gases – Copper Piping: Lying of imported copper pipe half – hard, solid drawn, de-oxidized, de-greased complete with required imported copper fittings.

USA, Europe &JapanFDA/CE/JISCertified

Quantity 01

Should comply with HTM 2022, HTM 02 -01i.        ½” dia(Per Running Feet)ii.      ¾” dia (Per Running Feet)

Medical Gases Outlet Points:Surface Type, Wall MountedShould comply with HTM 2022, HTM 02 -01, BS Standard

i.        Oxygen Outletsii.      Compressed Air Outlets – 4 Bar

Zone Shut Off ValveComplete with required Box and valveArea Alarm PanelWith Failure Warning Device (Audio / Visual)For Air 4 bar & OxygenMedical Oxygen FlowmeterComplete with Humidifier Bottle and Probe0-15 Liter Volume-BS Standard ProbeInjector Suction UnitComplete with  polycarbonatesuction collection Jar 2000ml,Autoclavable at 121ºC without degradation.

Page 103

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 1Ph: (0722) 654862 Email: [email protected]

Tender No.3

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

BIDDING DOCUMENT

FOR

PROCUREMENT OF MACHINERY

& AIR-CONDITIONING SYSTEM

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 2Ph: (0722) 654862 Email: [email protected]

INDEX

1. (a) Invitation for bids and (b) Knockout clauses2. Name of Equipment Name and Manufacturer (Annex A,B & C)3. Terms and conditions4. Purchaser’s right to vary Quantities at time of award5. Notification of award / Advance contract6. Award of Contract and Contract Agreement7. Performance Security8. Payment Term:9. Fee for Award of Contract10. Undertaking11. Certificate12. Criteria for Evaluation of Bids13. Assessment Parameters

A. (Marks)13.1 Availability of Technical Staff of the Company/firm in Reference to the Product13.2 Manufacturers Local Agent capacity for technical service with reference to the product13.3 Financial Soundness13.4 Overall reputation in reference to the Product (Cliental)13.5 General Overall sales turnover of the Organization13.6 International sales and country of origin of quoted item13.7 Product certification13.8 Exclusive Agency Certificate13.9 Other

B. (Table)13.1.1 Availability of technical staff of the company/firm in reference to the product:13.2.1 Manufacturers local agent capacity for the technical service with reference to the product13.3.1 Financial Soundness13.4.1 Overall reputation in reference to the Product (Cliental)13.5.1 Overall Sales turnover of the organization13.6.1 International sales and country of origin of quoted item13.7.1 Quality Certification of the quoted products13.8.1 Details about exclusive rights of the product represented in Pakistan13.9.1 Submission of documents: Original Brochure14. Bidders Questionnaire for bid evaluation15. Bid form and Price Schedule16 Bid Security Form17. Contract Form18. Performance security form19. Manufacturers Authorization Form

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 3Ph: (0722) 654862 Email: [email protected]

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 3 Due on 22.12.2015

INVITATION FOR BIDS

The Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabadinvites the bids:

Procurement of Machinery & Air Conditioning System.

Bidding is open for all eligible bidders. Bidders can obtain bidding / tenderdocuments prescribed from:

Office of the Director Jacobabad Institute of Medical Sciences(JIMS), Jacobabad.

Complete set of tender / bidding Documents may be obtained/ Purchasedby the interested bidder on written request to the above office and uponpayment of non refundable fee of Rs.3,000 in shape of Pay order in thename of Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad.

Tenders/ Bids are to be dropped in the tender box placed / affixed in theoffice of the Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad on or before 22nd December, 2015 at 11.30 AM

Director JIMS, Jacobabad

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 4Ph: (0722) 654862 Email: [email protected]

1(b) CHECK LIST

The provision of this checklist is essential prerequisite along with submission of tenders.

S/NO DETAILSYES /

NOPAGE#

ANNEX.KNOCK OUT CLAUSES

1. Original receipt for purchase of tenderOriginal receipt for purchases of tender for each alternate

2. The financial envelops should be separated of each item, clearly markedcompany name and quoted serial item number and name

3.Copy of earnest money without amount in technical bid

4. Acceptance of terms and condition, tender documents duly signed andstamped

5.Sole agency certificates [as per annex: A]

6. Copy of previous installation reports in reputable Govt./Private teachinghospitals

7.Copy of GST Certificate

8.Copy of NTN Certificate

9.Copy of Last three years paid income tax challan

10.Copy of registration with chamber of commerce or PEC

11.Bank certificate showing financial capability

12.Bidders questioner proforma for bid evaluation

13.Price should not be mentioned on technical bid

14. Certificate / documentary proof of the effect that the Principal is the originalmanufacturer of the required goods (major components, mainframe, etc)

15. Certificate regarding quality of production for conformity with internationalStandards (Copy of certificate FDA, CE, JIS [as per annex.C]

16. Provide the Data on Soft copy on prescribed format in shape of CD

Signature & seal (bidder):

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 5Ph: (0722) 654862 Email: [email protected]

Annexure “A”

Tenderitem No.

Name of Equipment Name of Manufacturer

Signature & seal (bidder):

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 6Ph: (0722) 654862 Email: [email protected]

Annexure “B”

Tenderitem No.

Name of Equipment Name of Manufacturer

Signature & seal (bidder):

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 7Ph: (0722) 654862 Email: [email protected]

Annexure “C”

Tenderitem No.

Name of Equipment Name of Manufacturer

Signature & seal (bidder):

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 8Ph: (0722) 654862 Email: [email protected]

3. TERMS AND CONDITIONS:

3.1 Bid should remain valid for 90 days from the date of financial opening.3.2 Bidders shall quote their price on C.I.F for Jacobabad Basis. FOR offer should be inclusive of all

duties/Taxes/Octroi/Transportation etc. and all other expenses on free delivery to consignees end at Jacobabad Institute ofMedical Sciences (JIMS), Jacobabad.

3.3 Price should be quoted for both C.I.F and FOR basis in Figure and words failing which the offer will be ignored.

3.4 Free installation along with all accessories including labor charges/Demonstration at consignees end must be borne by thebidder

.3.5 03 years free service from the date of installation and undertaking regarding availability of spare parts for at least 08-10

years may also be confirmed by the bidder.

3.6 Sole agent certificate for the quoted items from the Manufacturer must be attached by the bidder. Certificate should valid forthree years from the date of issue which should be verifiable by concern authority.

3.7 Bidders are required to submit proof of past import of quoted items from Manufacturer by submitting copy of bill of entry(Custom Clearance documents). Bill of landing / Airway bill and etc.. along with their bid.

3.8 The supplier will be bound to train nominated technical personnel to operate / repair and maintain the supplied equipment.

3.9 Bidders should confirm the presence of Manufacturers trained service/installation Engineers/Technicians and provide thedetail of their working experience, Manufacturer training Certificate, list of tools and test equipment, approximate areaof workshop in the premises of their office and address along with the bid.

3.10 List of hospitals, name of department, contact numbers of the end users, in which the quoted equipment are working must beattached. Copy of previous installation report in a reputed Govt./Private |Teaching Hospitals/ repair certificate if any, of thesimilar quoted items from the end user should be attached along with the bid.

3.11 In case of purchase of C.I.F, the bidder will bear the charges of clearing agent. Godown Rent, Airline D/O charges and allother charges including Transportation to consignees end excluding custom duty and tax. Certificate will be issued by thisoffice to clarify that the import has been made for the hospital in question so as to avail the facility of exemption of duties/taxesas per Government Rules.

3.12 In this tender envelops procedure as per SPPRA 2010 rules will be followed i.e. Technical and Financial proposalseparately, i.e. single stage two envelops system. The envelope must contain tender enquiry no. on the top andTECHNICAL/FINANCIAL PROPOSAL clearly in order to avoid any confusion. The tenders shall be submitted with alldocuments, drawing literature & catalogue (in equipment) in Technical proposal, with sealing wax. The name of manufactureror supplier should be affixed on the face of envelop at the left side, moreover, financial envelops should contain financial bideach item separately.

3.13 tenders must be filled in with blue or black ink in the column provided and on separate letter head duly signed.

3.14 The tenders must be free from erasing, cutting and overwriting. in case of erasing, cutting and overwriting, authorized personshould initial it.

3.15 The rates of each item should be written in figures as well as in words. In case of discrepancy the price in words will be taken asauthenticate and final.

3.16 Conditional tenders will be ignored and will not be considered / entertained / accepted.

3.17 tender shall be accompanied by Earnest Money @ 3% of the value of stores quoted by them in form of call deposit / payorder/demand draft in the name of Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad, Jacobabad.

3.18 Copy of earnest money (without amount) must be attached along with the technical bid and the original along with financialbid in case of disclosure of price or amount of Earnest Money in the technical bid, the bid will be rejected.

3.19 Original purchase receipt must be enclosed with their technical offer.

3.20 The tender rate (FOR) price should be inclusive of all taxes. Income and sales tax etc payable to Federal andProvincial Government or local bodies and no claims on these accounts shall be entertained.

3.21 The bidder shall furnish General Sales Tax (GST) Registration Certificate of the firm failing which the offer will beignored. In case the item is exempted from GST either documentary evidence or certificate from competent authority shall be

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 9Ph: (0722) 654862 Email: [email protected]

attached with the offer.3.22 The bidder shall furnish copy of valid Professional Tax Certificate, Income Tax Certificate; Last three years paid income

tax Challan, proof of registration with Chamber of Commerce.

3.23 Bidder should submit a fresh ban certificate showing strong financial capability of firm.3.24 the original printed catalogue / technical brochure showing detail technical specification, clear photo/picture of the quoted

item, Manufacturers address, Phone number , e-mail address and website must accompany with offer.

3.25 The equipment to be imported comply/certificate at CE / FDA standards certificate should be attached along with the offer.

3.26 Store is required immediately. The tenderer, may however give their short guaranteed delivery period by which the supply willbe completed positively.

3.27 If the Contractor fails to attain completion of the supply or installation within the time for completion, he shall pay to thepurchaser liquidated damages at the rate of 2% per month (0.5% per week) of the Contract Price, or the relevant part thereof.The aggregate amount of such liquidated damages shall in no event exceed 10% of the bid amount. Once the “Maximum Limit”is reached, the purchaser may consider termination of the Contract.

3.28 Tenderers are required to furnish a detail technical quotation on their letter head and specify the standard and optional items /accessories as required in the tender specification. Bidder should clearly mention make, model and country of origin of thequoted items.

3.29 Choice to select /ignore any alternate offers shall rest with the purchaser.

3.30 tenders shall purchase separate tender documents and furnish purchases receipt for each alternate offer in case they want tosubmit alternate offers without separate purchase receipt (original) are supposed to be rejected.

3.31 No manufacturer shall authorize their distributor/ agent/ any firm or person to quote the same item which manufacturerquoted it-self in any tender. Failing that offer of both the manufacturer as well as other bidder shall be ignored.

3.32 The bidder shall comprise a single package containing two separate envelops. Each envelops shall contain separately thefinancial proposal and the technical proposal.

3.33 The envelops shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legibleletters to avoid confusion.

3.34 Initially only envelops marked as “TECHNICAL PROPOSAL” shall be retained in the custody of the procuring agencywithout being opened.

4. PURCHASER’S RIGHT TO VARY QUANTITIES AT TIME OF AWARD .The purchaser reserve the right to increase/decrease or delete the quantities of goods etc at the time of award ofcontract and also reserve the right to enhance the quantity goods and services originally specified in the schedule ofrequirements without any change in unit price of other terms and conditions of goods at any time during contract period.

5. NOTIFICATION OF AWARD/ADVANCE CONTRACT:5.1 Prior to the expiration of the period of the bid validity, the purchaser will notify the successful bidder in writing,

delivery by hand or by register by cable to be confirmed that their bid has been accepted.

5.2 The notification of award will constitute the formation of the contract.

6. AWARD OF CONTRACT AND CONTRACT AGREEMENT.Subject to the fulfillment of all codal formalities, the purchaser will award the contract to the successful bidderwhose bid has been determined to be qualified to perform the contract satisfactory.

7. PERFORMANCE SECURITY.The successful tenderers will have to deposit with the purchase security depots as under in shape of call deposit/ bank guarantee at the rate of 2.5% of the value of the contract.

8. PAYMENT TERM:8.1 in case of purchase on CIF, this office will establish Letter of credit for 80% of contract value in favor of

Manufacturer, remaining 20% payment will be release in the equivalent Pak. Rupees of CIF amount after

successful completion of delivery of equipment at consignee end. Insurance charges for opening L/C and the difference incurrency fluctuation will be borne by bidder.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 10Ph: (0722) 654862 Email: [email protected]

8.2 Terms of payment for F.O.R purchase 100% after supply of equipment at consignee end.

9 FEE FOR AWARD OF CONTRACT:9.1 Stamp duty @0.3% shall be borne by the suppliers.

10. UNDERTAKING10.1 That I/We agree whether our tender accepted for total partial or enhanced quantity for all or any single item.

I/We also agreed to supply and accept the said item at the rates for the suppy of contracted quantity within the stipulatedperiod shown in the contract.

10.2 I/We understand and confirm the refund of cost different if the same good is/was supplied at lower rates to any otherGovernment / Semi Government Institution in the Province in same fiscal year.

10.3 I/we undertake that: that I any of the information submitted in accordance to this tender enquiry found incorrect our contractmay be cancelled at any stage on our cost and risk.

11. CERTIFICATEWe guarantee to supply the sores exactly in accordance with the requirement specified in the invitation to thistender

Signature of Tenderer: Name &

Designation Address

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 11Ph: (0722) 654862 Email: [email protected]

12. CRITERIA FOR EVALUATION OF BIDS

Quality and the following evaluation factors criteria will be employed on technical proposals. The number ofpoints allocated to each factor shall be specified in the evaluation report. Only bids securing minimum of 70%marks would be considered for further process.

EVALUATION CRITERIAS/NO 13. ASSESSMENT PARAMETER Marks

13.1 Availability of technical staff of the company / firm in reference to the product. 15

Following two companies shall be considered ascertain the availability / expertise of technical staff:A. Number of technical staffi) At least two technical staff members 05ii) 01 additional number for every additional technical member shall be

granted with maximum up to 05B. Technical staffs academic qualification 05

13.2 Manufacturer’s local agent capacity for technical services with reference to the product. 15

1. Repair workshop facility with the diagnostic tools and test equipmentas submitted along with the quotation 03

2. Physical size and facility of workshop attached photo. 033. Test and diagnostic tools list. 034. Service manual and other technical documentation list. 035. Availability of spare parts and accessories at workshop list 03

13.3 FINANCIAL SOUNDNESS 15

1. Income tax paid challan for last three years 05Balance sheet, audited for the last financial year 05OR Bank statement for the last financial year 05

If balance sheet and bank statement both are deposited then only marks of balance sheet (8 Marks) would be counted. Tapering downphenomenon regarding rating of marks shall be applied on competitive firms13.4 Overall reputation in reference to the product (cliental) 10

Overall reputation of the product shall be envisaged by following criteria:A. References / certificates provided regarding performance of the product from head of the concern institute / hospital.B. References/ Certificates of the product shall be verified by the department independentlyC. Attestation of being Category “A”D. Purchaser have right to exercise Market Survey / Internet Exploring Survey give indicator marks.

13.5 International Sales and country of origin of quoted item 15

A. Sale of product in two or more continents 10B. Sales of production in single continent 05

13.6 Product Certification 10

Certificate FDA /CE (MDD)/JISA. Any two certificates 10B. Any one certificate 05

13.7 Exclusive Agency Certificate , Attested by Embassy, & Chamber of Commerce from native Country ofManufacturer

15

A. 10 years or more for each products or 6B. 5 years or more for each products 5C. Less than 3 years 4

13.8 Other 05

Submission of original brochures and required certificates as per tender terms andConditions. 05

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 12Ph: (0722) 654862 Email: [email protected]

Assessment parameter: 13.1.1

Availability of technical staff of the company/firm in reference to the product:

1. Total Number of Technical Staff:_

2. No. of B.Sc. degree in Engineering holder

3. No. of B.Tech / Diploma holder

4. No. of MSc / Master Degree holder

5. Details of Engineers

S/NO Name of Engineer QualificationExperienceNo of Years

Manufacturer’s trainingwith name of equipment

and duration

Signature: Seal:

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 13Ph: (0722) 654862 Email: [email protected]

ASSESSMENT PARAMETER: 13.2.1

Manufacturer’s local agent capacity for technical services in reference to the product.

Physical size and facility of workshop(Please attach photograph or picture of your workshop)

Details of test and diagnostic tools:_(Please attach a separate sheet describing the test and diagnostic tools)

Details of service manual and other technical documentation:_(Please attach a separate sheet describing the detail of manuals and other supporting documents)

Detail of separate parts and accessories available at workshop:_(Please attach a separate sheet mentioning the list of spare parts and accessories)

Assessment Parameter:13.3.1

Financial Soundness

Copy of Income Tax Paid Challan for last three years:_

Copy audited balance sheet by a recognized audit firm:_

OR

Copy of Bank statement for the last financial year:_

Assessment Parameter:13.4.1

Overall reputation in reference to the product (Cliental)

No of References

(Reference will be verified)

No of Certificates, regarding performance of the product from head of concerned institute/hospital_

Signature: Seal:

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 14Ph: (0722) 654862 Email: [email protected]

Assessment Parameter:13.5.1

Overall sale turnover of the Organization

For quoted Equipment:_

For other scientific equipment:_

Assessment Parameter:8.6

International sales and country of origin of quoted item

TenderItem No Name of Quoted Equipment

Manufacturer’s declarationmentioning name of continent

where the equipments are soledCountryof Origin

Signature: Seal:

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 15Ph: (0722) 654862 Email: [email protected]

Assessment Parameter; 13.7.1

Quality certificate of the quoted products

TenderItem No Name of Equipment Make Model

Certificate(FD/CE(MDD)/JIS)

Assessment Parameter; 13.8.1

Details about Exclusive rights of the product represented in Pakistan:

TenderItem No Name of Equipment Manufacturer / Origin

Number of yearsfor exclusive

rights

Signature: Seal:

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 16Ph: (0722) 654862 Email: [email protected]

Assessment Parameter:13.9.1

Submission of documents:Original Brochure

TenderItem No Name of Equipment Manufacturer / Origin

Copy of NTN Certificate:_

Copy of Sales Tax Certificate:

Copy of Professional Tax Certificate:_

Copy of Chamber of Commerce or PEC Registration Certificate:_

Note:

Bidders can provide details information on extra sheets by separating them with the uses of annexure.

Name:_

Designation:_

Signature:_

Name of Firm:_

Stamp of Firm

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 17Ph: (0722) 654862 Email: [email protected]

14. Bidders Questionnaire for Bid Evaluation

Name of Firm:

Address:

Ph:_ Fax:

Email:_ Website_

Details of Quoted Equipment:

TenderItem No Name of Equipment Model Make

Country/Origin

Signature: Seal:

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 18Ph: (0722) 654862 Email: [email protected]

15. BID FORM AND PRICE SCHEDULEDated: _ Tender No.

To:

[name and address of Procuring agency]Gentlemen and/or Ladies;

Having examined the Bidding Documents including addenda nos: [insert number’s], thereceipt of which is hereby duly acknowledged, we, the under signed, offer the supply and deliver [descriptionof goods and service] in conformity with the said Bidding Documents for the sum of [total Bid Amount inwords and figures], or such other sums as may be ascertained in accordance with the schedule of Priceattached herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the goods in accordance with deliveryschedule specified in the schedule of requirements.

If our bid is accepted, we will obtain a guarantee of a bank in the sum of equivalent topercent of the Contract Price for the due performance of the Contract, in the form prescribed by theProcuring Agency.

We agree to abide by for a period of [ number] days from the date fixed for bid openingas per bid terms and condition, and it shall remain binging upon us and may be accepted at any timebefore the expiration that period.

Until a formal contract is prepared and executed, this bid, together with your writtenacceptance thereof and your notification of award shall constitute a binding Contract between us.

Commissions of gratuities, if any, paid or to be paid by us to agents relating to this Bid, andto contract execution if we are awarded to contract, are listed below;

Name and address of agent Amount and Currency Purpose of commission or gratuity

We understand that you are not bound to accept the lowest or any bid you

may receive. Dated this day of, 2015

Signature:

In the capacity of:

Duly authorized to sign bid for and on behalf of

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 19Ph: (0722) 654862 Email: [email protected]

OR

16. BID SECURITY FORM

Whereas, [name of bidder] (hereinafter called the Bidder) has submitted its

bid dated [date of submission of bid] for the supply of [name /or description of goods]

(hereinafter called the bid).

KNOW ALL PEOPLE by these presents that we [name of bank] of [name of country],

having our registered office at [address of bank] (hereinafter called the bank) are bound up

to [name of procuring agency] (hereinafter called “The procuring Agency”) in the sum of for which

payment well and truly to be made to said procuring agency, the bank binds itself, its successors

and assigns by these presents. Sealed with the common seal of the said bank this

day of , 20

The conditions of this obligation are:

1. If the bidder withdraws its bid during the period of bid validity specified by the bidder on the bidfor:

2. If the bidder, having been notified of the acceptance of its bid by the procuring agency during

the period of bid validity:

3. Fails or refuses to excuse the contract form, if required; or

4. Fails or refuses to furnish the performance security, in accordance with the instruction to bidders.

We undertake to pay to the procuring agency up to the above amount upon receipt

of its first written demand, without the procuring agency having to substantiate its demand,

provided that in its demand the procuring agency will note that the amount claimed by it, owing to

the occurrence of one or both of the two conditions, specifying the occurred condition or

conditions.

This guarantee will remain in force up to and including twenty eight (28)days afterthe period of bid validity, and any demand in respect thereof should reach the bank later than theabove date.

[Signature of Bank]

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 20Ph: (0722) 654862 Email: [email protected]

17. CONTRACT AGREEMENT

THIS AGREEMENT made at day of 20 between [name ofprocuring agency] of [country of procuring agency] (herein after referred to as the “ProcuringAgency”) of the on Part; and [name of supplier ] of [ city and country of supplier] (herein aftercalled the “Supplier”) of the other Part.

WHERE AS the Procuring Agency invite bids for certain goods and ancillary services,viz [brief description of goods and service] and has accepted the bid by the Supplier for the supplyof those goods and service in the sum of [contract price in words and figures] (hereinafter called“the contract price)

Now this Contract Witness as Follows:

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

2. The following documents shall be deemed to form and be read and construed as part ofthis agreement, viz:- a. The Bid form and Price Schedule submitted by the Bidder;b. The Schedule of requirements;c. The technical Specification;d. The General Conditions of Contract;e. The Special Conditions of Contract;f. The Procuring Agency’s Notification of award;

3. In consideration of the payments to be made by the Procuring Agency to the Supplier ashereinafter mentioned, the supplier hereby covenants with the Procuring Agency toprovide the Goods and Services and to remedy defects therein in conformity in all respectswith the provisions of this Contract.

4. The Procuring Agency hereby covenants to pay the Supplier in consideration of theprovision of the Goods and Services and the remedying of defects therein, the ContractPrice or such other sum as may become payable under the provisions of this contract at thetime and the manner prescribed by this Contract.IN WITNESS whereof the parties here to have caused this agreement to be executed inaccordance with their respective laws the day and year first above written.

Signed, sealed, delivered by _ the

(For the procuring agency)

Signed, sealed, delivered by _ the

(For the supplier).

21

18. PERFORMANCE SECURITY FORMTo,

[Name 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 reputable bank fore the sum specified therein as security for

compliance with the Suppliers 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

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 limits of [Amount of Guarantee] as aforesaid, without your

needing to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the day of 20

Signature and seal of the Guarantors / Bank:

[Name of Bank or Financial Institution]

[Address]

[Date]

22

19. MANUFACTURER’ S AUTHORIZATION FORM

To,[Name of Procuring Agency] [Tender No]

WHEREAS [name of the Manufacturer] who are established and reputable

Manufacturers of [name and/or description of the goods] having factories at address of factory]

Do hereby authorize [name and address of Supplier/ Agent] to submit a bid, and subsequently

negotiate and sign the Contract with you against IBF No.[Reference of the invitation to Bid] for the

goods manufactured by us.

We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions ofContract for the goods offered for supply by the above firm against this Invitation for Bids.

[Signature for and on behalf of manufacturer]

Note:

This letter of authority should be on the letter head of the Manufacturer and Should be signed by aperson competent and having the power of attorney to bind the Manufacturer. It should ne includedby the bidder in its bid.

23

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS) FOR THE YEAR 2015 – 16Sr.No.

Nomenclature Description/Specifications Country ofOrigin

Quantity C.I.F Price F.O.R price

UnitPrice

Total UnitPrice

Total

17. Air ConditioningsystemWards/Departments

Air Conditioning system Chiller/Single unit/ceilingcassette/duct as applicable for OPD, CCU, ICU, NICU,MNCH, Emergency & Admin Block etc.

Korea,Malaysia &Japan

TurnkeyBasis

18. Air Conditioners 1, 1.5 & @ Ton Inverter Technology, Wall mounted Splits /sealing suspended casted type and packing units

Korea,Malaysia &Japan

20

19. Air Curtains Imported 1020. Electric/Manual Lawn

MoverImported Korea,

Malaysia &Japan

2

21. Floor PolishingMachine

Industrial Scale Imported Origin Korea,Malaysia &Japan

4

22. Cold Storage -4 to 20 deg C 540 Lits Korea,Malaysia &Japan

1

23. Patient Bed Lift Supply and Installation of Bed LIFT along with Material andAccessories (Trunkey basis)

Korea,Malaysia &Japan

1

24. Camera Canon EOS1200D 18-55mm

SpecificationActual: 18.7 MegapixelEffective: 18.0 Megapixel 4x Optical Zoom HD MovieRecording - Battery Life: 550 Shots Dimensions (WxHxD):5.1 x 3.9 x 3.1" / 13.0 x 9.9 x 7.9 cm Approximately Weight:15.3 oz / 434 g including 32 GB SD Card

FDA/JSIApproved

1

24

25. Sony handy cam AX334K Handycam® withExmor R® CMOSsensor

DIMENSIONS (W X H X D) Approx. 2.80 x 3.09 x 6.10 in(with supplied battery) SENSOR TYPE 1/2.3 type (7.76mm) back-illuminated "Exmor R®" CMOS Sensor,EFFECTIVE PIXELS (VIDEO) Approx. 8.29 MP (16:9),LENS TYPE ZEISS® Vario-Sonnar® T* FILTERDIAMETER 52 mm OPTICAL ZOOM 10x, DIGITALZOOM 120x, SCREEN TYPE 2.95 in (3.0 type) Xtra FineLCD™ display (921 600 dots) Wide (16:9) SHUTTERSPEED Auto Control Range (1/8–1/10000 sec.), Manual IrisControl (1/30–1/10000 sec.), Manual Shutter (1/8–1/10000sec.), Smooth Slow Rec (1/250–1/10000 sec.), Standard(1/60–1/10000 sec.)64 GB COMPATIBLE RECORDING MEDIA MemoryStick PRO Duo™ (Mark 2), Memory Stick PRO-HG Duo™,Memory Stick XC-HG Duo™, SD/SDHC/SDXC MemoryCard (Class 4 or Higher) with stand

FDA/JSIApproved

1

26. Supply & Installation ofAutomatic door system(Electric)

Auto sensor Allmonium Doors with Glass and completeAccessories

FDA/JSIApproved

6

27. Kitchen Items Microwave (Oven Large Size) FDA/JSIApproved

1

28. Bread Toaster (Large Size FDA/JSIApproved

1

29. Dough Machine FDA/JSIApproved

1

30. Electric Dispanser FDA/JSIApproved

10

31. Electric Roti Plant (Medium) FDA/JSIApproved

1

32. Deep freezer High Quality FDA/JSIApproved

2

33. Refrigerator High Quality (Size Medium) FDA/JSIApproved

7

34. Fog Machine thermal fogging pest control machine FDA/JSIApproved

1

25

35. Public Address System Supply & Installation of Public Address System (CompleteHospital)Microphone Mixing Amplifier240W Phantom power to allconnected micsRecord output, line output, easy tonal, bass,treble controlsPA Speaker Indoor Ceiling Type TPA-Speaker Indoor Desktop / Wall mount PA-Horn SpeakerOutdoor A-Microphone Desktop TOA-Japan-PM-660Wiring / Cablingwith complete material Pakistan cable / HM Cables,Channels Flexible Pipes, PVC Pipes etc)

FDA/JSIApproved

1

36. LED Banners LED Clock with date & timeGreen Color lightsSize 9” X 18”

FDA/JSIApproved

2

Customized Sindhi slides LED Clock with date & time Size40” X 7”

FDA/JSIApproved

6

LED Electronic Banner Customized Sindhi slides LEDClock with date & time Size 40” X 7”

FDA/JSIApproved

6

26

37. ROAD BLOCKER Functions and Features: Strong and durable structure, greatcapacity of weight bearing; Stable movement, lownoise;Workable in bad weather environment;Adopting lowhydraulic pressure driving measure, few failure happening,dependable and long serving life;Simple and easymaintenance;Compatible with other controlling facilities toachieve automatic control;Manual operation mode can beused in power off or accidental cases; the raised gate platecan be put back to its horizontal position by manualoperation.Main hydraulic components are imported well-known products, which ensure the dependable quality andlong serving life. Technical Parameters:Vehicle passing capacity: available for the passing of middleor small size heavy- duty vehiclesSystem power:1.5KW/380VOpening time: ≤4.5S Closing time:≤5SWorking temperature: -20 °C--- 50°CStorageenvironment: -10°C --- 75°C, keeping way from rain, wetand dustExterior Structure :Main composingHydraulic roadbarrier is composed of main machine, hydraulic drivingsystem, and electric control system.Main machine iscomposed of driving unit and balancing unit, etc., put on thepassageway ofvehicles; the moving gate plate is even withthe road surface.The hydraulic driving system is composedof 3-phase motor, hydraulic pump, hydraulic oil cylinder,assembled valve parts, oil box, and pipelines, etc. Thissystem shall be installed at the place easy to operate ofmaintenance.Electric control system provides the power tohydraulic driving system and controls the working status ofelectromagnetic commutating valve. This system can use thespecial electric control box made by our company, or useother box according to overall control system and controlmode the user has selected and set. The electric control boxshall be installed at the place easy to operate, keeping awayfrom rain and wet. It needs a good earthling.

FDA/JSIApproved

2

27

38. Steel Sink Stainless Steel Sink with added common sense (Auto sensorTechnology)

FDA/JSIApproved

39. Automatic Dishwasher a fully automatic dishwasher, washing up to 750 plates perhour Four wash programs - 60,80, or 120 seconds thatinclude a 10 second rinse. There is also a manual wash cyclethat is ideal for washing utensils.A large door openingenables the machine to wash large plates.Counter balancedspring-loaded hood, which makes the machine easy to openand close.A safety switch instantly stops the machine ifaccidentally opened.Rinse temperature thermostaticallycontrolled to 82oC.The two-pump system ensures constantpressure during the wash and rinse cycles, regardless ofmains water pressure.Water consumption is approximately3.5 liters per cycle.The SSS-750 can be easily installed in apass-through or corner operation.Electrical rating: Threephase machine total load 5.6 kW (10 amps perphase)Electrical rating: Single-phase machine total load 4.8kW, 20 amps.Height: 1425mmWidth: 590mmDepth:600mmEst. Weight 80kg

FDA/JSIApproved

1

40. Spacesaver MovableShelving SystemWarehouse/Pharmacy

Space to a maximum degree by using space saving system,high density movable storage concept 9x2 feet (subject toapproval of sample)

FDA/JSIApproved

2

41. Stainless Steel Trolley 3 Shelves Size 24x24x33, MS Material (for collection ofpatient utensils)

4

42. Hospital Food Trolley Fully customizable and practical food trolley Specification20 Trays with Temperature Control Size 48x20x48 MSmaterial

2

28

1

Tender No.4

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

BIDDING DOCUMENT

FOR

PROCUREMENT OF CC TVS

& INFORMATION TECHNOLOGY SERVICES

INCLUDING HMIS SOFTWARE

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 2

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 4 Due on 22.12.2015

INVITATION FOR BIDS

The Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabadinvites the bids:

PROCUREMENT OF CC TVS & INFORMATION TECHNOLOGY

SERVICES INCLUDING HMIS SOFTWARE

Bidding is open for all eligible bidders. Bidders can obtain bidding / tenderdocuments prescribed from:

Office of the Director Jacobabad Institute of Medical Sciences(JIMS), Jacobabad.

Complete set of tender / bidding Documents may be obtained/ Purchased bythe interested bidder on written request to the above office and uponpayment of non refundable fee of Rs.3,000 in shape of Pay order in thename of Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad.

Tenders/ Bids are to be dropped in the tender box placed / affixed in the officeof the Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad onor before 22nd December, 2015 at 11.30 AM

Director JIMS, Jacobabad

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 3

SUMMARY OF CONTENTS

S.NO DESCRIPTION PAGE

1. TITLE 1

2. SUMMARY OF CONTENTS 2

3. INSTRUCTIONS TO BIDDERS 3 TO 4

4.SALIENT FEATURES / TERMS & CONDITION OF TENDER,QUESTIONNAIRE / PERFORMA –EVALUATION CRITERIA 5 TO 14

5. FORM OF AGREEMENT 15 TO 16

6.SCOPE OF WORK / BILL OF QUANTITIES /SPECIFICATION (TECHNICAL) 17 TO 25

7. DRAWINGS (IF ATTACHED)

INSTRUCTIONS TO BIDDERS

1. Jacobabad Institute of Medical Sciences (JIMS), Jacobabad invites sealed bids onsingle stage two envelopes system as per Sindh Public Procurement Rules 2010 fromManufacturers/Importers/Sole Agents/Contractors for “CC TVs & InformationTechnology S e r v i c e s i n c l u d i n g H M I S S o f t w a r e ”

2. Bidders are required to check that Tender Documents issued to them are completein all respects as per Summary of contents related to Instructions to Bidders, SalientFeatures, Evaluation Criteria, Form of Tender, Form of Agreement, Specifications(Technical), Scope of Work, Drawings etc.

3. Bidders should examine carefully the Summary of Contents. They should visit andinspect the site at their own expense, responsibility and obtain all necessaryinformation prior to submitting the Tender. Any detail/specification missing in thedocument should be obtained from the office of the Director JIMS, Jacobabad beforebidding. Once the Tender is submitted, it will be assumed that no further clarificationwas required.

4. The rates to be inserted in the Bill of Quantities shall be deemed to include all costsof whatsoever description and expenses necessary for the Supply, Installation,Testing, Commissioning and Maintenance of the Equipment/System together with allrisks, taxes, liabilities and obligations, specific or implied, in the Tender Documents.Arithmetical errors, if any shall be corrected and Tender price amended accordingly.

5. No authorized alteration may be made in the Tender documents. If any suchalteration is made, tender may be liable for rejection.

6. Any clarification, revision, addition or deletion, in the Tender documents may bemade by the Director JIMS, Jacobabad, before the submission and opening of Tenderin the form of Addendum/Corrigendum. This will be made only by formalAddendum/ Corrigendum issued by the Director JIMS, Jacobabad and will becomepart of the Contract documents. Each Addendum shall be signed by the Tenderer andreturned with other Tender documents.

7. The entire Tender Documents, listed duly priced, signed & stamped on each pageand completed must reach at designated place in due time and dates as definedin the salient features of the Tender.

8. The Contractors whose Tender is accepted, by the Procurement Committee, willbe required to enter into a Contract agreement as defined in the Form of Agreement.

9. All manufactured and other items should be used in the work in accordance withthe instructions, specifications in the Tender Document and also in accordance withgenerally accepted norms of good workmanship.

10. The Tender documents referred to above constitute a part of this Tender andcomprise of the following documents:

a) Instructions to bidders.

b) Salient Features / Terms & Condition of the Tender, General Condition,

Questionnaire / Performa – Evaluation Criteria.

c) Form of Agreement.

d) Scope of work / Bill of Quantities / Specification (Technical).

e) Bidding Documents (Volume II)

f) The Addendum (if any).

g) The Drawings (if any).

11. The Contractors are required to submit the site Organization chart, methodology &work schedule along with Tender documents.

SALIENT FEATURES / TERMS & CONDITION OF THE TENDER

1. Name of Work & Address CC TVs & Information Technology Services includingHMIS Software of Jacobabad Institute of MedicalSciences (JIMS), Jacobabad

2 Validity Bid is valid for 90 days

3 Original Receipt Original receipt for submission of tender document

4 Date of pre-bid meeting In case requested by bidders or informed byDirector.

5 Method of opening of Tender It will be Single Stage Two Envelope system as perSPPRA Rules 2010 (Amended 2013).

6 Date & Time of Submission of Tenders 22nd December, 2015

7 Date & Time of Opening of Tenders /Technical Proposals 22nd December, 2015 at 11:30 AM

8 Date of Opening of Financial Proposals As informed by Director JIMS, Jacobabad to allparticipants

9 Venue of submission & opening ofTenders

Conference Room, Jacobabad Institute of MedicalSciences (JIMS), Jacobabad

10. Validity of Tenders As per SPPRA Rules 2010 (Amended 2013).

11. Amount of Tender / Bid Security 3% of the Contract value in shape of pay-order /Call Deposit from schedule Bank to be submittedalong withFinancial Proposal.12. Supply of Equipment Within Four weeks after issuance of the purchaseorder.

13. Installation Period It will start immediately after receiving therequirementat site.14 Maintenance Period It will start after the satisfactory installation ofthe equipment and issuance of Installation Certificatefrom the concerned official.This period will remain functional till Three yearswith replacement of parts.

15 Warranty Period with replacement ofParts and services

The warranty period of parts with Free ofcost replacement will be as under:-a. For PC warranty should be of three years (local)

by manufacturer.b. All other warranty should be of Three years

(local) by manufacturer.

16 (a)Contract Agreement The Contract shall enter & execute a formalAgreement as per the “Form” annexed with suchmodification as may be necessary, by the DirectorJIMS, Jacobabad.

(b) Stamp Paper requirement forAgreement.

- Rs. 0.30% of the Contract Value or as prescribedby Government Laws.

17 Terms of Payment to Contractors /Submission of Performance Guarantee

The payment will be made to contractor afterdelivery of equipments at site subject tosubmission of Performance Security in the followingmanner;

• Pay-order equivalent to 5% of the value ofPurchase orderOR

• Bank Guarantee equivalent to 10% of the valueof Purchase order

18 Release of Tender / Bid Security of 1% • To un-successful bidders, on request.• Earnest Money will be released to successful

bidder after submission of the 5% SecurityDeposit and released of purchased order as perclause 19.

19 Security Deposit • 5% Security Deposit in the shape of two payorders (2.5% each) will be submitted byContractor with Director JIMS, Jacobabad.

• Bank Guarantee of equal amount will alsobe acceptable.

20 Return of Performance Security The Performance Security will be releasedafter successful installation of equipment andissuance of satisfactory Performance Certificatefrom the Client.

21 Release of Security Deposit of 5% After completion of maintenance or DefectLiability period as under:-• After satisfactory completion of maintenance

period of Six Months – 2.5%• After satisfactory completion of warranty period

of two years – 2.5%

22 VARIATION IN CONTRACT PRICE. No variation in price shall be allowed on anyground including currency fluctuation / variation orwhatsoever.

23 Discrepancy. If there is any discrepancy between SalientFeatures of Tender / Bidding Documents andrespective contents mentioned elsewhere, SalientFeatures / Terms & Conditions of tender will govern.

24 Taxes. All taxes will be deducted as per prevalent lawsof country.

25 Approved makes. As mentioned in items individually.

26 SPECIAL NOTE REGARDINGEQUIPMENTS

Technical offers / commercial offers failing todemonstrate below details would be rejected:Quoted system must be of advanced & latest version.b. Tender must cover complete equipment.c. Quotation must provide all technical details upto

the satisfaction of the client.d. Items should be quality approved from the

concerned international body of the respectiveindustry.

27* Training Supplier will provide on-site successful training toall the personnel working on / operating thesaid equipment / machine during the warrantyperiod.

28 Maintenance. Maintenance cost for all equipments for two yearsfrom date of successful Installation shall beundertaken by the Contractor (Maintenanceincludes all Parts & Labour, etc. with sufficient staff,during maintenance period).

29 Default in Preventive Maintenance,Breakdown and Emergency Calls.

• In case of default by the Contractor withrespect to maintenance, break down andemergency calls, the same will be carried outwithin 24 hours by Department and the cost soincurred will be paid from the Retention Money.

• Moreover a 10% of the amount spent wouldbe charged from the concerned contractor.

29 COST TO BE QUOTED IN BOQ. • The Contractors shall quote DDP price of theequipments including all government taxes anddelivering of equipment at site.

• It should also include cost during maintenanceperiod including the parts and maintenance staff.

30 TENDER ACCEPTANCE • The tender of those firms will only beconsidered who will quote all the tender items andlowest of total of all items will be considered aslowest.

\SIGNATURE CONTRACTOR NAME DATE & SEAL

GENERAL CONDITIONS

Note: No tender will be accepted after closing of the Tender box, whatsoever reason may be.

1. In Technical Bid, the bidder must provide original data sheet, technical brochure, all otherrelevant documents, along with copy of Pay Order / Bank Draft without showing the amountfigure otherwise, the bid will be ignored/rejected. The technical evaluation will be done on thebasis of criteria given in tender document.

2. A Column is given against the specification of each item, the vendor has to fill up with YES / NO

or put value as desired in the column. These specifications must be highlighted in the brochure;

else the offer will be rejected.

3. In Financial Bid, the vendor should mention financial offer along with Pay Order / Bank draft

3% value of quoted items in favor of Director Jacobabad Institute of Medical Sciences (JIMS),

Jacobabad.

4. The bidder should supply the quoted items on DDP basis including all the government

taxes and is responsible to supply the goods at the site at no extra cost within time as specified

in Tender Document i.e. Four weeks. This period is extendable as per mutual

agreement/demand of situation.

5. Suppliers / Contractors will be responsible for supply at consignees’ end, free of cost

and also responsible for free installation work.

6. Price escalation will not be allowed.

7. The disclosure of firm’s price at the time of opening of Technical bid will result in the

rejection of the bid.

8. No tender will be entertained without earnest money.

9. Only Manufacturer and / or Authorized Agent (if importer) can quote items.

10. Scrutiny of Technical Bids will be performed by the Procurement Committee. Financial Bids

of only those firms will be opened who are qualified technically.

11. Certificate from the Sole Agent / Manufacturer has fully equipped Workshop Trained

Personnel / Engineers and Equipment should be provided with technical bid.

12. The warranty period will commence from the date of installation of the Equipment at Jacobabad

Institute of Medical Sciences (JIMS), Jacobabad

13. Firm must provide complete details of their financial standing (at least three years), listing of

similar items supplied in Pakistan, bio-data of engineers with training certificates / test, details of

local stock of spare parts for similar goods and details of office with number of personals.

14. The vendor has to quote only one rate for each item as per tender specifications. Hand written

tenders should be signed.

15. The bidder shall submit with the bid, an UNDERTAKING on Non-Judicial stamp paper of Rs.

50/- duly attested by Oath Commissioner, stating that the equipments will be supplied brand

new, free from defects as per the approved sample and will bind himself for availability of spares

for a period of 10 years from the date of supply. In case of winding up of his business, the

supplier shall be bound to make an alternate arrangement of spares and maintenance of

equipments. In case of default, depreciated cost of equipment will be recoverable from vendor.

16. If it has been found that the information submitted by the bidder regarding his qualification and

professional, technical, financial, legal or managerial competence as supplier / contractor is / was

false and materially inaccurate or incomplete at any stage, then the bidder will be

disqualified on his risk and cost.

17. Equipments will be handed over to the Director or Nominated staff.

18. If vendor doesn’t supply the equipments in accordance with the supply order or fails to supply

according to terms and conditions or in case of any other default, the Performance Security and

Security Deposit would be forfeited and further action as per SPP rules would be taken against

such vendor.

19. If the supplier fails to give supply or install within the stipulated period, Liquidated charges will

be imposed.

20. The decision once taken will be final and will not be challenged in any Court of Law.

21. A copy of Income Tax, Certificate from Sindh Revenue Board and GST RegistrationCertificate should be attached along with Technical Bid.

22. Conditional Tender(s) against the Government rules and non-compliance of instructionsmentioned in Tender Form & Hand written (overwriting or cutting) tender(s) will not beentertained.

23. The vendor must submit a Data Sheet on his firms’ letter head according to the TenderSpecifications Format mentioned in the tender and highlight the tender specifications in theirTechnical Data Sheet as well as in brochure / catalogue. Additional Features can be mentionedseparately.

24. In case the information supplied by bidder in Questionnaire / Performa is incomplete orincorrect, the tender will be liable for rejection.

25. The Director, Jacobabad Institute of Medical Sciences (JIMS), Jacobabad/ ProcurementCommittee reserves the right to reject or accept any / all tender(s) as per SPP Rules, 2010.

26. The offer will remain valid as per SPP Rules, 2010.

27. The Bidder should visit and inspect the site at their own expense and responsibility and obtainall necessary information prior to submitting the Tender. Once the Tender is submitted, it will beassumed that no further clarification was required.

28. Criteria for Evaluation of Bid.a. Specifications compliance.

b. After sale service facility.

c. Authority letter from Manufacturer.

d. Guaranty of Availability of parts of the supply articles for 10 years.

e. Compliance of Terms & Conditions and Additional Terms & Condition of the Bid Form.

I / We agreed above mentioned terms & conditions:

Name of Contractor(CNIC NOFull Address

Signature _(Copy must be attached).)

Rubber Stamp _

QUESTIONNAIRE / PERFORMA(To be filled in by the vendor)

1. Name of institutions where the same items supplied with performance report

• In Karachi _

• In Pakistan _

2. Factory address _

3. No. of Employees _

4. In case of manufacturer Yes No

a. Registration with EOBI (Govt. of Pakistan) ---- ----b. Registration with Social Security (Provincial Government) ---- ----c. National Income Tax (Income Tax Department) ---- ----d. Sales Tax Registration ---- ----e. Sindh Revenue Board Registration ---- ----

(Copies of all certificates must be attached duly attested)

5. Spare parts Availability Guarantee (No. of years):

6. Equipment life period (number of years)

7. On call service charges (After expiry of maintenance period):

• Minimum: _

• Per day: _

8. In case of in house maintenance by Jacobabad Institute of Medical Sciences (JIMS),Jacobabad are you willing to

provide following during post warranty period Yes No

• Back up engineer support whenever requested: ---- ----

• Prompt supply of spares ---- ----

9. Are you Sole Agent of manufacturer (for importer):(If Sole Agent, a copy of Income Tax / GST Registration should be attached)Otherwise the offer will be ignored / rejected.

10. Year of Establishment of manufacturing unit

11. Warranty period (please provide following details):

• Uptime Guarantee:

• Response time to maintenancerequest:

%

Hours

12. Briefly state facilities and benefits provided during warranty period:

_

_

Supplier’s Name:

Authorized Signature: Designation

Rubber Stamp

Contact No. Fax No. _ _ Cell No.

E. mail address: _

TECHNICAL EVALUATION CRITERIA

Qualifying Marks – 70

S.NO. DETAILS MAxIMUM MARKS

1. Establishment of Firm sinceMore than five years minimum

05

(As per attached Performa “A”)2. Previous Performance with Government of similar works

a. More than 3 years – 30 marksb. Up to 3 years – 20 marksDocumentary Evidence must be attached.

(As per attached Performa “B”)3. Authority Letter

Valid Authority Letter from Manufacturer / Importer

4. Man Power Requirement1. Must have proper well established workshop(Procurement

Committee may visit the same) – 05 marks2. Must have certified technical staff (Certificates must be

attached) with other staff (at least 30 persons) on ledger(List of persons be attached) – 05 marks

30

10

10(Less than 30 persons willdisqualify the firm from

participating in thetender).

5. Affidavit regarding BlacklistingThe bidder should submit an affidavit that firm has neverbeenblacklisted by any government, semi-government departmentor any other organization.

6. Affidavit regarding LitigationThe bidder should submit an affidavit that firm is not involvedin Litigation with any government, semi-governmentdepartment or any other organization.

7. Certificates of Registration1. Income Tax2. GST3. Professional Tax4. Sindh Revenue Board5. Any other

8. Bank CertificateBank Certificate that the bidder can perform business uptoRs.25.000 million or above

9. Financial Soundness of the FirmThe bidder should submit following:a. Bank Statement for last 3 years with Bank Letterb. Audited Balance Sheet & Income Tax Returns for last 3

years

05

05

05(01 mark for each)

10

20(10 marks for each)

TOTAL 100 MARKS

“A”

ESTABLISHMENT OF FIRM

1. Name of Firm:

2. Head Office Address:

3. Regional OfficeAddress:

4. Telephone: Mobile:Fax:E-mail:

5. NTN Number:(Attach copy)

6. GST Number:(Attach copy)

7. Registration No. withSindh Revenue Board:(Attach copy)

“B”

PREVIOUS PERFORMANCE WITH GOVERNMENT OF SIMILAR WORKS

(Use separate sheet for each work)

1. Name of Contract

2. Place of Execution / City

3. Name of Employer

4. Address of Employer

5. Letter of Award No.

6. Value of Contract Pak Rupees

7. Date of award(Proof)

8. Date of completion(Proof)

9. Contract Duration

10. Performance Certificate

FORM OF AGREEMENT

1. THIS AGREEMENT made this day ofBetween Messrs. The Director “Jacobabad Institute of

Medical Sciences (JIMS), Jacobabad” being hereinafter called the “OWNER” whichexpression shall, wherever the context so permits, mean and include its successors ininterest, executors, administrators, liquidators, nominees and assignees of theONEPART, and Messrs. hereinaftercalled the “CONTRACTOR”, which expression shall, wherever the context sopermits, mean and include its heirs, successors in interest, executors, administrators,liquidators, nominees and assignees of the OTHER PART.

WHEREAS:

a. The Owner had invited tenders from various contractors for “CC TVs andInformation Technology Services including HMIS Software” at JacobabadInstitute of Medical Sciences (JIMS, Jacobabad) vide tender No.04 in accordancewith the requirements, drawings, plans and instructions prepared by the owner, andcontained in the tender documents issued by the Owners.

b. In response to the invitation of the Owner, the Contractors have tendered theirquotations and rates and have offered to carry-out the supply, completion andmaintenance of the aforesaid project and facilities in accordance with therequirements, conditions of contract, documents, standard quality, plans,drawings and instructions of the Owner.

c. The Owner is willing and agreeable to accept the aforesaid quotation, rates andoffer of the Contractor on the various terms and conditions specified herein and inthe documents listed is Clause-1, below.

NOW THEREFORE, THIS AGREEMENT WITNESSED and in consideration of the mutualcovenant and condition set forth herein, the parties hereto, do hereby agree, undertake anddeclare as under:-

1. The Following documents, hereinafter called “Contract Documents” shall bedeemed to form, read and construed as an integral part of this Agreement:-

a. Tender documents including Addendum (if any).b. Contractor’s bid letter No. datedc. Relevant Correspondence.d. Letter of Award No. dated

2. Notwithstanding anything contained to the contrary or in conflict with theprovisions of this agreement in any of the documents mentioned in Clause – 1,above, the provisions of this agreement shall prevail and the documentsmentioned above shall be deemed to have been amended to the extent ofinconsistency found therein, by the provisions of this Agreement, In case ofinconsistency between any of the documents referred to herein, the later documentsshall prevail and the tender documents shall be construed to have been amended tothat extent.

3. In consideration of the Contractors supply, completing and maintaining the work,as described heretofore, in conformity in all respects with provisions of thiscontract to the entire satisfaction of the owner, and the Contractor acting, abidingand performing his duties and obligations strictly in accordance with the terms andconditions herein and documents of the contract mentioned hereinabove, the Ownershall pay to the Contractor amount as per contract documents listed above.

4. This contract shall not be transferable or assignable in whole or part of any ofthe parties hereto, provided that the Owner may assign his rights and obligations inwhole or in part to any other Company which shall be entirely owned Companybelonging to the same Group of the Companies as the Owner, In such an eventsuch other Company shall be entitled to act as Owner under this contract.

IN WITNESS WHEREOF the parties hereto, acting through their respective representative,have caused this agreement to be signed, sealed and delivered in their respective nameson the day and the year first mentioned hereinabove.

SIGNED, SEALED AND DELIVEREDIn the name and for and onBehalf of the Owner / DIRECTOR JIMS

SIGNED, SEALED AND DELIVERED In thename and for and onBehalf of the CONTRACTOR

NAME: _ NAME: _

DESIGNATION: DESIGNATION:

WITNESS: WITNESS:

1. NAME: 1. NAME:

ADDRESS: ADDRESS: _

2. NAME: 2. NAME:

ADDRESS: ADDRESS: _

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 18

Sr.No.

NomenclatureCountryof Origin

Qty

C.I.FPrice

F.O.RPrice

UnitPrice

Total

UnitPrice

Total

Installation of CC TVs system & establishment of Control Room1. 0Establishment of Security Monitoring Room & Supply/

Installation of 80 CC TV Cameras and DIGITALRECORDING SYSTEMSDIGITAL VIDEO RECORDER:Support 16-Channel 960H ResolutionSupport 4TB 4 HDDPIP (Picture In Picture)User Interface: Graphic User Interface (OSD)OS: Embedded LinuxOperation Mode: Preview, Record, Playback, Backup,NetworkPassword Security: Multi-Level User ManagementVideo Input: 16-Channel in, BNCSupport Audio: 4 in 1 Out & Alarm 8 in 1 OutVideo Output: HDMI (1920 x 1080), VGA & BNCsimultaneouslyVGA Output Support: 800x600, 1024x768, 1280x1024,1366x768, 1440x900, 920x1080Video Standard PAL/NTSCCVBS Main Output 1 out BNC; Resolution: PAL: 704x576,NTSC: 704x480Video Compression H.264Display Frame Rate PAL: 960x576@25fps (each channel),NTSC:960x480@30fps (each channel)Video Encoding Resolution: PAL WD1:960x576 / WHD1:960x288 / WCIF: 480x288NTSC: WD1:960x480 / WHD1: 960x240 / WCIF: 480x240 /704x480 / HD1: 704x240Video Frame Rate PAL: 1-25fps, NTSC: 1-30fpsVideo Bitrate: WCIF: 384-768kb, WD1:768-1536kb,WHD1:512-1280kb, WQCIF: 192-384kbAudio compression ADPCMRecording Resolution: PAL: CIF/WCIF: 25fps, HD1/D1:12fps, WHD1/WD1: 9pfsNTSC: CIF/WCIF: 30fps, HD1/D1: 14fps, WHD1/WD1:10pfs each channelPlayback Simultaneously: 1/4/8 CH optional (PAL:CIF/WCIF: 25fps, HD1/D1:12fps, WHD1/WD1: 9pfs,NTSC: CIF/WCIF: 30fps, HD1/D1: 14fps, WHD1/WD1:10pfs each channel frame)Record Mode: Audio & Video recording simultaneously

USAEuropeJapanFDA/CE/JISCertified

TurnkeyBasis

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 19

Network Protocol Support IE/PPPoE/DDNS/DHCPDomain Name Server Support 3322, dyndns, no-IP,change IP, dnsexit, server as defaultMobile Phone Monitor: Support AndroidPhone/iPhone/iPad/Windows Phone/BlackberryNetwork: 1 RJ45 10M/100MSerial Port: 1 RS-485 serial port

USB Connector: 2 USBFirmware Update Support USB update/Network updateOperation Temperature -10°C - +55°CPower Supply DC12V 2ARegion: USA or EquivalentCC TV CAMERA SPECIFICATION:Pickup Device: 1/3 Crystal ViewTV System: PAL/ NTSCTotal Pixel: PAL 987H x 567V, NTSC 967H x 494VHorizontal Resolution: 800-TV LINESMini Illumination: 0-Lux (LED ON)S/N Ratio: 48dbSYNC Mode: InternalScanning System: 2:1 InterlaceElectronic Shutter: PAL 1/50 1/100,000sec NTSC: 1/601/100,000secWhite Balance: AutoDay/Night Switch: AutoGain Control: AutoBacklight Compensation: AutoInfrared Spectrum: 850nmIR Range: 30-MeterIR LED: 36Pcs IR LEDsFocal Length: 3.6/6/8mm Fixed Lens (Optional)Operation Temperature: -10°C - +50°CStorage Temperature: -20°C - +60°CInput Voltage/Current: DC 2-VoltOutdoor IR Bullet CameraIP66 CertifiedRegion: USA or EquivalentACCESSORIES:Hard Disk Drive 04-TBLED 40” (02)LED 32” (03)Power Supplies DC 12-VoltWiring, Installation, Testing & Commissioning ChargesWith Co-axial Cable RG-11,Power Cable 3x29, Duct, PVC Pipe, AV Lead, BNC & AllAccessories

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 20

2. Traffic Cone (Road Block)Fiber MadeSize 28”

06

3. Vehicle Check mirror 054. Electronic/Digital Rostrum / Podium

Built-in Sound System with Touch Screen ComputerComplete (with standard accessories) imported

FDAApproved

01

5. Supply & Installation of Access Control System EMLLock Controller Device 3 in 1 Finger + RFID Card +Keypad LockCapacity Finger prints 2500

RFID Card 2500 templates Transcations 100,000 templates

Communication RS 232 / RS485 TCP/IP Power supply Access control EML Door Lock Push Button

FDAApproved

01

6. Supply & Installation of Biometric + RFIDCard Access Controll system (PIN + Card +Finger lock controller)Finger + RFID Card + Keypad LockCapacity

Finger prints 2500 RFID Card 2500 templates Transactions 100,000 templates

Communication RS 232 / RS485 TCP/IP Power supply

Access control Door lock

FDAApproved

01

7. Supply & Installation of Card Access DoorLock MachineFinger + RFID Card + Keypad LockCapacity

Finger prints 2500 minimum RFID Card 2500 templates minimum Transcations 100,000 templates minimum

Communication RS 232 / RS485 TCP/IP

Power supplyAccess Control Door Lock

FDAApproved

01

8. Supply & Installation of FACE ID TIMEATTENDANCE SYSTEM (Face + Finger T/A)

Faces 4000 and Fingerprints 2000 minimum Communication RS232 TCP/IP

FDAApproved

01

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 21

26 BIT Wiegand Outpur USB Host Optimal WIFI & GPRS Power supply

9. Queue Management Systems (Qmatic) Latest EQMS system along with counter display unit

(Standard LED/CDU) A total range of system covering basic queuing

system need to sophisticated, multi solutions. Fully integrated and modern BI system Managing the flow of visitors, patients, from

initial contact through final service delivery. Handle high traffic volumes. Reduce waiting time, Rich management reporting provides Insight into

daily activities and supplies the data necessary tointelligently drive operational improvements.

FDAApproved

04

10. Supply & Installation of ID Card HID(SMART Printer 2 Sides)HID Resolution 300 DPI or maximum (11.8 dots/mm)continuous toneColors up to 16.7 million / 256 shades per pixelWith additional color and black cartridge ribbon ancontroller card, power supply

FDAApproved

01

11. Supply and installation of Biometric Face + Finger +Face Reader attendance system Admin staff

Faces 4000 and Fingerprints 2000 minium Tamplates 8000 Communication RS232 TCP/IP 26 BIT Wiegand Output USB Host Optimal WIFI & GPRS

Power supply

01

12. Supply and installation of Biometric Door LockControllerFinger + RFID + Keypad LockCapacity

Finger prints 2500 minimum RFID Card 2500 templates Transcations 100,000 templates

Communication RS 232 / RS485 TCP/IP

Power supplyAccess Control Door Lock with push button

01

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 22

13. Supply & Installation of Biometric TimeAttendance Terminal

Faces 4000 and Fingerprints 2000 minimum Tamplates 8000 Communication RS232 TCP/IP 26 BIT Wiegand Outpur USB Host Optimal WIFI & GPRS

01

14. Supply & Installation of Biometric Access ControlDeviceFinger + RFID + Keypad LockCapacity

Finger prints 2500 RFID Card 2500 templates Transactions 100,000 templates

Communication RS 232 / RS485 TCP/IP

Power supplyAccess Control Door Lock with push button

01

15. Supply & Installation of Dual Radio UAP Long RangeWIFI Access PointApprox 600 feets Range with 300mbps external OMINIAntennas Optional for more range

01

16. SECURITY LIGHTS WITH SOLAR PANEL SYSTEMBranded

USAEuropeJapanFDA/CE/JISCertified

10

17. Supply and installation of Telephone System(Compatible with PBX Office Serve 7000) Exchange withSets 100 SetsPanasonic/Sanyo/Imported Origin USA/EU/Japan

USAEuropeJapanFDA/CE/JISCertified

18. PERSONAL COMPUTER (WITH WINDOWS LICENSED)

• Processor: Intel(R) Core(TM) i3-2400 [3.1GHz,

• 6MB cache]or Higher

• Mother Board: Intel

Malaysia,TaiwanorEquivalent

12

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 23

• RAM: (2 GB DDR-3, 1333 MHz or Higher)

• HDD: 500 GB SATA hard drive with 7200 RPM orHigher• Extra SATA Port Required On Board

• Integrated Graphics capability• Upto2 or higher Expansion Slots (mix of PCI Slot andPCI-Express Slots)• Support for Windows 8.1 Pro OS• 300 watts or higher Non-hot plug power supply• Optical Super Drive: DVD Writer (+/-R+/-RW)with

write speed 24x and rewrite speed 8x or Higher• Network Adapter : Built-In (10/100/1000

Mbits/sec)base-T Gigabit Ethernet cardUltrasharp LED Screen 19”:• Widescreen Flat Panel Display• 19" wide viewable image size• 1440x900 at 60Hz HD Resolution• 250 CD/m2 (typical)• Colour Support: 16.78M colors• Pixel Pitch: 0.248mm• Height adjustable stand• 100 to 240 VAC, 50 to 60 Hz, 1.5A (Maximum)• 17 watts (typical) or 42 watts (maximum)• Included with USB Cable, VGA Cable, DVI Cable,Drivers and

Documentation, Media, Quick Setup Guide, SafetyInformation

Accessories:• Standard Pro Keyboard (USB)• Standard Optical Mouse (USB)• Included with CPU Cables, Drivers and

Documentation, Quick Setup Guide, SafetyInformation

19. Laptop HP /Dell/Lenovo15.4” Anti-Glare screen , Core i7

4th Generation, 8 GB Ram, 1 TB HD, 9 Cell battery

Malaysia,TaiwanorEquivalent

02

20. External Hard Drive 1TB preferably Seagate USB 3.0 Malaysia,TaiwanorEquivalent

01

21. Supply and Installation of Cisco Switch 24 port Turnkeybasis

2

22. Supply and Installation of Cisco Switch 16 port Turnkeybasis

3

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 24

23. LASER PRINTER (BLACK & WHITE)• Up to 35 paper per minutes (PPM)• Print Resolution: Upto 1200x1200 dpi, HP Fast Res

1200; HP ProRes 1200; Resolution Enhancementtechnology (REt)

• Processor Speed: 800 MHz• Memory: 256 MB (expandable up to 320 MB via 1open 144-pin DIMM

slot)• Durability ratings Recommended monthly volume:750 to 3,000 pages;• Input Tray: 50-sheet multipurpose tray, 250-sheet

input tray; Optional 500- sheet tray• Output Tray: 150-sheet output bin with the

feature of having automatic reverse printing• Duty cycle: 50,000 pages• First page print out in 10 seconds or less• Network Integrated• Connectivity: Hi-speed USB 2.0; Ethernet 10/100/100GB network, Walk-up

USB; Wireless 802.11b/g/n• Printer must be of latest version and internationalrecognized brandComplete Job: Supply, Installation, Testing,Commissioning and

Maintenance (during maintenance period) Country ofOrigin: China, Malaysia, Taiwan or Equivalent

Malaysia,TaiwanorEquivalent

5

24. DOT MATRIX PRINTERTechnology• Printing Method: Impact Dot matrix• Number of Pins: 24 Pins• Number of columns: 80 columns• Needles: 24 Needles• Connectivity: Interfaces: USB 3.0 Type B, Serial andParallelPrint• Printing Speed: 300 Characters per second or higher• High Speed - Draft: 10 cpi, 10 cpi: 75 chars/s, Draft:10cpi: 225 char/s• Carbon Copies: 3 plus one originalPaper / Media Handling• Document Feed: Single sheet rear, Continuous

paper rear, Paper Output rear, Optional AutomaticDocument Feed (CSP): 50

• Paper Format: Sheet Paper ( Single-and multi-Layer), Continuous Paper (single-and multi-layer), Labels (Single-and Multi-layer), Roll

Malaysia,TaiwanorEquivalent

2

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 25

Paper, EnvelopesGeneral• Compatible Operating System: Windows 2000,

Windows 7, Windows 8, Windows 98, WindowsXP/Windows 7/8

• Memory: 64 KB• Ribbon Yield: 2000000 characters Black LQ• Printer must be of latest version and internationalrecognized brand Complete Job: Supply, Installation,Testing, Commissioning and Maintenance (duringmaintenance period)Country of Origin: China, Malaysia, Taiwan or Equivalent

25. Xerox WC5955 Photo stat machineStandard Copy, Email, Print, ScanfunctionsOptional functions Walkup faxPrint speed up to 55 ppmDuty cycle Up to 200,000 images/month1Connectivity 10/100/1000 BaseT Ethernet, High-Speed USB 2.0 direct print (optional: Wi-Fi (withXerox® USB Wireless Adapter))Controller features Configuration Cloning, OnlineSupport, Remote Control Panel, Unified AddressBookHard drive 250 GB (min)Processor Dual-core 1 GHzDevice memory 2 GB maxFinishing options Offsetting center catch tray: 400-sheet trayOffice Finisher: 2000+250-sheet trayOffice Finisher with Booklet Maker: 2000+250-sheet tray

FDA/JISApproved

01

26. UNINTERRUPTABLE POWER SUPPLY (UPS) 600WATTS DRYBATTERY

• Uninterruptable Power Supply (UPS) for PersonalComputers and Thin Client Operating Systems• Built-in Stabilizer• Self Diagnostics• Sine-wave PWM Output• Low-Battery Indication• Advanced High Performance Architecture• Charging / Battery warning• Continuous-rated Design

Malaysia,TaiwanorEquivalent

06

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 26

• Overload / Over-discharge Trip Indication• Cold-Start Capability• Audible Indication on Change-over• Extended Back-Up Time• Charging / Charged Indication• Heavy-Duty Boost Charger• Dry Maintenance free Battery (2x12V, 7AH)• Quad-mode Charging• Reverse Battery Protection• Phase Locking• No-Load Shut-Down Mode• Sleep Mode• Easy Battery Replacement• Improved Voltage Regulation• Current Limit• UP Silone Monitoring & Shutdown Software• Overload Protection• Mains Protection• Mains Filtering• Battery over Voltage Protection• Faulty-mains Protection• Over-discharge Battery Protection• The UPS must be of latest version and internationalrecognized brand Complete Job: Supply, Installation,Testing, Commissioning and Maintenance (duringmaintenance period)

27. LED SCREEN 55" FOR WARDS

Picture Quality:• Full High Definition (HD)• Resolution: 1920x1080 pixels• Clear motion rate: 120• Wide color Enhancer Plus• Eco SensorAudio:• Sound output: 10W x 2• Dolby® Digitla Plus or Dolby® Pulse• SRS Theater Sound HD• Speaker type: Down firing + Full rangeConnections:• HDMI Port: 2• USB Port: 1• Component in: 1

11

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 27

• Digital Audio output: 1 optical• ConnectShareTM MovieAccessories• Power Cable• LED Screen stand (wall mounted)• Remote• International certified standards• The screen must be of latest version andinternational recognized brandComplete Job: Supply, Installation, Testing,Commissioning and

Maintenance (during maintenance period) Country ofOrigin: China, Malaysia, Taiwan or Equivalent

28. LED SCREEN 36" FOR MNCH & DRS Rooms

Picture Quality:• Full High Definition (HD)• Resolution: 1920x1080 pixels• Clear motion rate: 120• Wide color Enhancer Plus• Eco SensorAudio:• Sound output: 10W x 2• Dolby® Digitla Plus or Dolby® Pulse• SRS Theater Sound HD• Speaker type: Down firing + Full rangeConnections:• HDMI Port: 2• USB Port: 1• Component in: 1• Digital Audio output: 1 optical• Connect ShareTM MovieAccessories• Power Cable• LED Screen stand (wall mounted)• Remote• International certified standards• The screen must be of latest version andinternational recognized brandComplete Job: Supply, Installation, Testing,Commissioning and

Maintenance (during maintenance period) Country ofOrigin: China, Malaysia, Taiwan or Equivalent

02

29. Management Information System (HMIS)

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 28

OBJECTIVES OF THE PROJECT.One of the key goals of the project is to provide betterhealth care facilities to patients, which, in turn, willgreatly help improve the image of Jacobabad Institute ofMedical Sciences (JIMS) in the eyes of the general public.The HMIS will streamline patient information flow and itsaccessibility for doctors and other health care providersas well as policy makers. It will provide a common sourceof information about a patient’s health history. It willenhance the ability of health care professionals tocoordinate care by providing a patient’s healthinformation and visit history at the place and time, whereand when it is needed.

Following objectives/services are to be delivered toenhance Citizens comfort & gain their confidence:

Improve medicines availability in Jacobabad Institute ofMedical Sciences (JIMS).

Integrate doctors, paramedical staff, medical equipment,beds and patient data in a closed-loop interactiveenvironment and effectively contribute in providingquality health care services by accumulating andaccessing information across the entire spectrum ofHospital infrastructure.

Digitally record all standard transactions in the hospital bymeans of HMIS software.

Reduce the number of errors that occur in processing byincorporating all possible validation techniques inHMIS

Facilitate optimal utilization of physical, financial, human,and healthcare resources of JIMS.

Digitally produce all reports according to the standardspecifications including electronic services

Provide better healthcare services to patients

Generate reliable health information to manage andevaluate health services

Reform the health administration to make it accountable

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 29

to the public

To enhance data security and data compilation protocolsthrough online transfer of data, which will diminisherrors and promise authenticity of data

Facilitate accurate record keeping and effectivemanagement of medical equipment at JIMS.

Realistically establish and vigilantly practice stock controlparameters for medical stores/pharmacies, likereorder point, maximum level, minimum level, pastand impending usage of medicines, lead time, etc., tomeet the two opposing needs of inventory control;maintenance of an inventory of sufficient size anddiversity for efficient operations and maintenance of afinancially favorable inventory

Provide total visibility of medicine stocks; on hand, onorder, in-transit etc,

Reduce paperwork

Develop a comprehensive database with expandednetworking capabilities that would providemanagement with relevant, timely, and reliableinformation to make prompt and rational decisions

Facilitate effective monitoring of allocations undervarious budget heads reporting promptly anynoteworthy deviations from the authorized budget

Help obtain the right item from the right source at theright price and quality

Provide the ability to carry out quick consumption/trendanalysis

Maintain tight operating and auditing controls

Provide a well defined audit trail with virtually unlimitedhistory of transactions/patient history

Institutional development and capacity building of JIMSpersonnel, administrators, doctors, specialists,

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 30

paramedical and support staff

Improve the image of JIMS in the eyes of society,particularly patients

Provide easy-to-use inquiries and reports to better servethe patients as well as to monitor performance ofdoctors and paramedical and support staff.

SCOPE OF WORKThe proposed Integrated Hospital ManagementInformation System in intended to bring dramaticimprovement in health care by improving access topatient information through a central electronicinformation system. It has four major components thatinvolve.

Supply, Installation, Configuration, Customization,Deployment and Implementation of Web-basedApplication Software Product (the HMIS application) atJIMS.

Supply, Installation, Configuration and Commissioning ofSystem Software (Database MySQL, Operating SystemLinux for Server and JBoss Application Server)

Supply and installation of Computing Hardware (Serversand desktop PCs with pre-installed Windows 8) andPower Equipment (UPS, Stabilizer, etc.), Establishmentof Networks, Laying of Electrical Cables andEstablishment of Data Center equipped with ACs,Racks at JIMS.

Capacity Building and Training of concernedofficers/doctors and staff of JIMS.

The HMIS software product should be a powerful, flexibleand easy to use application designed and developed toconvey real conceivable benefits to hospitals and clinics.It should streamline the flow of information across thehospital. It should facilitate effective decision making forpatient care, hospital administration/management andmust streamline financial, logistics and HR functions in anoptimized and efficient manner.

The HMIS software product should be a 3-tier enterpriselevel web based platform independent applicationdeveloped using the latest Java/J2EE framework, JSF,JDBC, JSP, Rich Faces with Ajax at front end, EJB 3.x as

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 31

Middleware, JBoss 5 or above as application server andMySQ, Entity Beans, latest JPA and Hibernate as Back End.The application should be HL-7 Compliant with DrugInteraction and ICD-10 implemented. It should also haveAABB (American Association of Blood Bank Standard)compliant Blood Bank Module.

The main modules/ functionalities of the HMIS softwareapplication must include: Unique MR # generated Patient Registration with

Biometric Facility Bar Code based Medical Card Printing Facility to

simplify Data Entry and Patient Recognition OPD Appointment & Queuing Specialties/Consultants Clinic (Eye, ENT, Dental, Skin,

Paeds Neurology, etc) In-Patient Management Ward Management Admission & Discharge Packaging & Billing Emergency Management Vaccination Pathology Lab coveringo Lab Receptiono Clinical Pathologyo Virologyo Chemical Pathologyo Hematologyo Immunologyo Microbiologyo Endocrinologyo Histopathology (Cytology, Postmortem, FNAC, Bone

Marrow) Radiology Surgery/Operation Theater Blood Bank Pharmacy Cardiology ICU Medical Store Management Consultant Practice Income General Stores Management Equipment Management HR Management Payroll & Attendance Management Duty Roaster Management

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 32

Diet Management Housekeeping Hygiene Management Transport(ambulance) Management Medical Board Mortuary

General Ledger or Equivalent Software for GovernmentHospital

Fixed AssetsAccounts PayableAccounts ReceivableEMR (Electronic Medical Record, HL-7 Complaint)Compatible with HL-7 SystemStatistical & MIS Reports.Doctors Dashboard.Hospital Administrator Dashboard.System Setup & Configuration.Role-based Access & Security Administration.Password Change & Control.

30. Any Other item

\SIGNATURE CONTRACTOR NAME DATE & SEAL

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 1Ph: (0722) 654862 Email: [email protected]

Tender No.5

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

BIDDING DOCUMENT

FOR

PROCUREMENT OF VEHICLES & AMBULANCES

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 2Ph: (0722) 651103 Email: [email protected]

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 5 Due on 22.12.2015

INVITATION FOR BIDS

The Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabadinvites the bids:

Purchase of Vehicles & Ambulances

Bidding is open for all eligible bidders. Bidders can obtain bidding /tender documents prescribed from:

Office of the Director Jacobabad Institute of Medical Sciences(JIMS), Jacobabad.

Complete set of tender / bidding Documents may be obtained/Purchased by the interested bidder on written request to the aboveoffice and upon payment of non refundable fee of Rs.3000 in shape ofPay order in the name of Director Jacobabad Institute of Medical Sciences(JIMS), Jacobabad.

Tenders/ Bids are to be dropped in the tender box placed / affixed in theoffice of the Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad on or before 22nd December, 2015 at 11.30 AM

Director JIMS, Jacobabad

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 3Ph: (0722) 651103 Email: [email protected]

CHECK LIST.The provision of this check list is essential prerequisite along with submission ofbids. Bidders are required to comply with all the clauses mentioned below & interms & Conditions of the tender. In case of any deviation / incompletedocuments, bidder / bidders will be disqualified and render their offer invalid forfurther / technical evaluation.

KNOCK OUT CLAUSES:

S/No. DETAILS Yes /No Page No. / Annex:

1 Original tender purchase receipt.

2 Copy of Earnest money without amount withTechnical Bid.

3 Quotation (tender inquiry / proforma).

4 Original terms and conditions duly signed andstamped. Each page should be signed by theauthorized person/competent authority.

5 Company profile including list of personnel.

6 Financial standing of firm.

9 Valid income tax certificate or income taxexemption certificate.

10 Valid sales tax certificate / Professional Taxcertificate (if applicable).

11 A certificate that the firm will abide all terms andconditions of the tender.

12 List of litigations / court cases between the firmand clients should be provided on an affidavitalong with undertaking that the firm has notbeen black listed by any Government/Autonomous organization.

Signature & Seal (Bidder): __________________________________

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 4Ph: (0722) 651103 Email: [email protected]

Annexure –“A”.

PERFORMA FOR TECHNICAL OFFER / BID

Vehicles/Ambulances & Other TransportItemNo.

Description Model Quantity QuotedNot

Quoted

1Toyota Hiace(Ambulance, Fully Loaded)

2016 1

2Suzuki Bolan(Ambulance)

2016 1

3 Suzuki Cultus VXR 2016 1

4Electric Vehicle (12 Seater),China

2016 1

5 Suzuki Pickup (Ravi) 2016 1

6 70 CC Motor Bike 2016 1

7 Blade for Tractor (Front) 1

Signature & Seal (Bidder): ____________________________________________

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 5Ph: (0722) 651103 Email: [email protected]

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Terms & Conditions.for the Purchase / Procurement of Vehicles & Ambulances

Tender who does not fulfill the following prescribed condition is liable to be rejected.

1. Cost of Tender : Rs: 3,000/- Rupees Three Thousand only (Non-refundable) in shape of Pay Order.

2. Tender Selling Date From : Date of Publication

3. Tender submission Date : On or before 10th December, 2015 at 11.30 AM

in the office of Director JIMS, Jacobabad.

1. In this tender method of procurement, as per SPPRA-2010, will be ONE STAGE – TWOENVELOPE PROCEDURE. (Bid should be submitted in a single package containing twoseparate envelops and each envelop shall contain separately the technical proposal and thefinancial proposal).

2. Envelops should be marked as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL”in bold and legible /readable letters.

3. Tender who does not fulfill the prescribed condition is liable to be rejected.

4. Proof of payment of cost of tender shall be required at the time of opening the tender. Originalreceipt must be attached with the tender.

5. In financial bid, the vendor should submit financial offer along with 3%call deposit/earnestmoney in the shape of Bank draft / Pay order in favour of Director JIMS, Jacobabad

6. No tender will be entertained without call deposit/Bid security. Conditional Tender shall not beaccepted.

7. The original Bank draft / Pay Order of earnest money should be attached with the FinancialOffer/Proposal.

8. The disclosure of firm’s equipment price at the time of opening of technical proposal / Offer willresult in to rejection of the bid / offer.

9. The Scrutiny of technical bids / offers will be performed by the technical committee andfinancial bids of technically qualified bidders only the lowest in rates will be entertained. Thefinancial offers of technically un-qualified bidders shall be returned un-opened.

10. The equipment offered must be latest version / generation. Old models shall not be quoted.

11. The authority (Director JIMS, Jacobabad) reserve the right to verify authentication of thecertificate from the sole agent/from the concerned authorities i.e. embassy / councilors officeattestation, that the vendor has fully equipped workshop, along with list of trainedpersonnel/engineers and equipment should be provided with the technical bid and it can bephysically verified by the technical committee.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 6Ph: (0722) 651103 Email: [email protected]

12. The successful Bidder will be required to submit pay order of 10% of the total value of orderwith Director JIMS, Jacobabad as performance security which will be released after 90 days ofcompletion of supply.

13. The vendor will give one year warranty with parts, if any, and further two years free servicewithout parts/spares.

14. The warrantee period will commence from the date of commissioning of the unit/equipment asper report of end user and technical person.

15. The Equipment to be supplied should be accompanied with three original copies of operation /service / maintenance and schematic diagram and spare part list manual in English language.

16. The Tenderer has to quote only one rate for each item as per tender specification. No separate foraccessories or alternate rates will be accepted.

17. Over writing, Cutting, Erasing in tender document will result in to cancellation of the bid if notduly signed and stamped by the authorized person.

18. The bid will be valid for 90 days from the date of opening of the tender. However, underexceptional circumstances and for reasons to be recorded in writing, if any extension isconsidered necessary, all those who have submitted their bids shall be asked to extend theirrespective bid validity period. Such extension shall be for not more than 1/3rd period of theoriginal bid validity.

19. The bidder shall summit with the bid an under taking on judicial paper, stating that the vehiclessupplied will be brand new and of latest version, free from defects in design, material,workmanship and will bind himself for availability of spares for a period of 10 years from thedate of supply. In case of default depreciated cost of the equipment will be recoverable fromhim. “If vendor/Supplier pack-up/close his business original manufacturer will be bound tomake alternate arrangement”.

20. Contractor/Bidder/Supplier will be responsible for pre-requisition installation, free of cost andalso responsible for pre-installation work if required after inspection.

21. Manufacturers name and country of origin should be written against each item. Withoutmanufacturers name and country of origin tender will not be accepted. Tenderer have to providewarranty of equipment /complete system (if applicable) including spare parts of the sameequipment.

22. Price escalation will not be allowed.

23. If supplier / firm doesn’t supply the vehicles in accordance with the supply order or fail tosupply according to the terms and conditions or in case of any other default, it will be blacklisted and earnest money/security deposit will be forfeited.

24. If the supplier fails to give supply and install within the stipulated period, penalty will beimposed @ 0.1% of the total value of equipment per day subject to maximum of 10%.

25. The decision once taken will be final will not be open to the criticism or challengeable.

26. The payment will be made after satisfactory report of the user department and Transportsupervisor countersigned by the authorized person.

27. Income Tax and other taxes will be deducted according to the government Rules.

28. Service charges @ 0.25% of the value of the contract will be realized / charged by the treasurywhile making payment to the contractors for award of each contract (If applicable).

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 7Ph: (0722) 651103 Email: [email protected]

29. The purchaser reserve the rights to increase / decrease or delete the quantities of goods / serviceoriginally specified in the schedule of requirements without any change in unit price or otherterms and conditions of goods at any time during the contract period as per relevant Rules ofSPPRA-2010.

30. The authority (Director JIMS, Jacobabad) reserves the right to purchase full or part of the storeor ignore / scrap / cancel the tender as per relevant Rules of SPPRA-2010.

31. The rates should be quoted on free delivery to the consignee’s end basis (FOR Basis).

32. Conditional tenders will not be accepted.

33. List of litigations / court cases between the firm and clients should be provided on an affidavitthat the firm has not been black listed by any Government /Autonomous organization.

Stamp & Signature of Tenderer ________________________

Name and Designation ________________________

Address: ________________________

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 8Ph: (0722) 651103 Email: [email protected]

Proforma Financial Offer

Schedule of Requirement for Vehicles /Ambulances.

AMBULANCE.itemNo.

Qty UnitPrice

TotalAmount

1 AMBULANCE:TOYOTA HIACEUn – Used, Un registered Brand New Hi-Ace Hi roof(Van)Air Condition, Leather Seat Cover, Mud Flaps, Foot Mats,Steering Cover, Floor Carpet, Driver Seat Belt, white color.Auto loader stretcher,Ss sheet for stretcherWater proof wooden flooringVinyl flooringAttendant bench 04 personSide cabinet for equipmentInternal ceiling in fiber worksPartition wallMedical cabinet withOxygen sectionWash basin sectionDraw sectionPanel boardOxygen out letsOxygen flo meterOxygen cylinder change over switchInverter for 220 voltSockets for 220 voltOxygen cylinder kitFolding stretcherSpine boardHead immobilizerFirst aid bagBurn kitLed lights for cabinParamedic chairSupport handle inside the roof for crewExamination lightI v hook folding typeFlood lightsEmergency lightsPersonal address systemKojak lightsSpot lampFire extinguisherAmbulance writing or logoFrosted paper on glass ¾Fuse box for all wiringExtra battery 45 ampSoap dispenserTissue holderMedical gloves

01

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 9Ph: (0722) 651103 Email: [email protected]

Dust bin with ss holderEmergency oxygen cylinder smallDefibrillator: AED Plus (Zoll or Equivalent).Resuscitation kitComplete with- Automatic Thermostat, - Oxygen Therapy, - Suction Therapy ,Spot Light andResuscitator complete with circuit.

2 AMBULANCE (Suzuki Bolan).Un – Used, Un registered Brand New (Van)Air Condition, Leather Seat Cover, Mud Flaps, Foot Mats,Steering Cover, Floor Carpet, Driver Seat Belt, white color.Box for stretcherStretcher with cushionRailing for stretcher and stopper on boxTwo side door in boxAttendant seatRubber matingI v hook ssOxygen cylinder kit completeWall mounted bp apparatusRevolving fanFire extinguisherRoom lamp led typeFrosted paper on glassOne water cooler standEmergency light on roofPersonal address systemAmbulance writing or logo

01

3 Suzuki Cultus VXR 014 Electric Vehicle (12 Seater), China 015 Suzuki Pickup 016 70 CC Motor Bike 017. Blade for Tractor (Front) 01

Signature & Seal (Bidder): ____________________________________________

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 1Ph: (0722) 6514186 Email: [email protected]

Tender No.6

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

BIDDING DOCUMENT

FOR

PURCHASE OF

PETTY ARTICLES / STATIONERY ITEMS

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 2Ph: (0722) 6514186 Email: [email protected]

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 6 Due on 22.12.2015

INVITATION FOR BIDS

The Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad invites the bids:

Purchase of Petty Articles / Stationery Items

Bidding is open for all eligible bidders. Bidders can obtain bidding /tender documents prescribed from:

Office of the Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad.

Complete set of tender / bidding Documents may be obtained/Purchased by the interested bidder on written request to the aboveoffice and upon payment of non refundable fee of Rs.3,000 in shapeof Pay order in the name of Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad.

Tenders/ Bids are to be dropped in the tender box placed / affixed inthe office of the Director Jacobabad Institute of Medical Sciences(JIMS), Jacobabad on or before 22nd December, 2015 at 11.30 AM

Director JIMS, Jacobabad

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 3Ph: (0722) 6514186 Email: [email protected]

CHECK LIST.The provision of this check list is essential prerequisite along with submission ofbids. Bidders are required to comply with all the clauses mentioned below & interms & Conditions of the tender. In case of any deviation / incompletedocuments, bidder / bidders will be disqualified and render their offer invalid forfurther / technical evaluation.

KNOCK OUT CLAUSES:

S/No. DETAILS Yes /No Page No. / Annex:

1 Original tender purchase receipt.

2Copy of Earnest money without amount withTechnical Bid.

3 Quotation (tender inquiry / proforma).

4Original terms and conditions duly signed andstamped. Each page should be signed by theauthorized person/competent authority.

5 Company profile including list of personnel.

6 Financial standing of firm.

9Valid income tax certificate or income taxexemption certificate.

10Valid sales tax certificate / Professional Taxcertificate (if applicable).

11A certificate that the firm will abide all terms andconditions of the tender.

12

List of litigations / court cases between the firmand clients should be provided on an affidavitalong with undertaking that the firm has notbeen black listed by any Government/Autonomous organization.

13Soft copy of prescribed item should provide inshape of CD

Signature & Seal (Bidder): __________________________________

Annexure -“A”.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 4Ph: (0722) 6514186 Email: [email protected]

(Proforma for Technical Offer/Bid)

Petty articles / stationary items.

TenderItemNo.

Name of Article Packing Brand Manufacturer

Signature & Seal (Bidder): ____________________________________________

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 5Ph: (0722) 6514186 Email: [email protected]

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH

Terms & ConditionsPurchase of Petty Articles / Stationary Items

for the year 2015-16.

Tender who does not fulfill the following prescribed condition isliable to be rejected.

1. In this tender method of procurement, as per SPPRA-2010, will be ONE STAGE – TWOENVELOPE PROCEDURE.

2. Tender who does not fulfill the prescribed condition is liable to be rejected.

3. Proof of payment of cost of tender shall be required at the time of opening the tender. Originalreceipt must be attached with the tender.

4. In financial bid, the vendor should mention financial offer along with 3% call deposit/earnestmoney in the shape of Bank draft / Pay order in favour of Director, JIMS, Jacobabad.

5. No tender will be entertained without call deposit/Bid security.

6. The original Bank draft / Pay Order of earnest money should be attached with the FinancialOffer/Proposal. However, copy of same should also be attached with technical proposal withoutmentioning the amount or erasing the amount.

7. The disclosure of firm’s equipment price at the time of opening of technical proposal / Offer willresult in to rejection of the bid / offer.

8. The Scrutiny of technical bids / offers will be performed by the technical committee andfinancial bids of technically qualified bidders only the lowest in rates will be entertained. Thefinancial offers of technically un-qualified bidders shall be returned un-opened.

9. The bidder must provide complete details of their financial standing, listing of similarwork/service delivered with list of clients.

10. The bidders shall quote only one rate for Each item as per tender specification. No alternaterates will be accepted.

11. Sample tender proforma (Technical & Financial) are provided. These may be filled and returnedduly signed and stamped or similar proforma may be reproduced by typing or throughcomputer printing.

12. Over writing, Cutting, Erasing in tender document will result in to cancellation of the bid if notduly signed and stamped by the authorized person.

13. The bid will be valid for 90 days from the date of opening of the tender. However, underexceptional circumstances and for reasons to be recorded in writing, if any extension is

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 6Ph: (0722) 6514186 Email: [email protected]

considered necessary, all those who have submitted their bids shall be asked to extend theirrespective bid validity period. Such extension shall be for not more than 1/3rd of the original bidvalidity.

14. Price escalation will not be allowed.

15. Income Tax and other taxes will be deducted according to the government Rules.

16. The purchaser reserve the rights to increase / decrease or delete the quantities of goods / serviceoriginally specified in the schedule of requirements without any change in unit price or otherterms and conditions of goods at any time during the contract period as per relevant Rules ofSPPRA-2010.

17. The Hospital authority reserves the right to accept or ignore / scrap / cancel the tender as perrelevant Rules of SPPRA-2010.

18. Conditional tenders will not be accepted.

19. The decision once taken will be final will not be open to the criticism or challengeable.

20. List of litigations / court cases between the firm and clients should be provided on an affidavitthat the firm has not been black listed by any Government /Autonomous organization.

NATIONAL TAX NO ……………………… SIGNATURE OF…………………………………...

GST No………………………………………. CONTRACTOR WITH ADDRESS………………..

C.N.I.C NO……………………………………. FULL NAME & ………………………………

CELL NO …………………..……………… LAND LINE NO……………………………….……..

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 7Ph: (0722) 6514186 Email: [email protected]

EVALUATION CRITARIA.

Quality and the following evaluation factors / criteria will be employed ontechnical proposals. The number of points / marks allocated to Each factor shallbe specified in the evaluation report.

Assessment Parameter Marks.

S. No. Assessment Parameters. Marks

1

Product Manufacture.a. Manufacturer- 30b. Sole Agent -25c. Distributor. 20d. Sub distributor / Supplier. 10

30

2 Financial Soundness.a. Bank Certificate to handle Multi-Million Projects.

10

3 Registration of Product/ Manufacturer.a. Multi- National – 20.b. National Companies Product - 10

20

4 Product Certification/ Standardization.a. ISO 9001 – 20.b. Registration with any other safety Department- 10

20

5 Packing.a. Standard Packing - - 10

10

6 Litigation/ Court Cases/Legal actions.a. No litigations – 10.b. Any litigation – out from tender

10

Bids securing 70% point / marks will be considered only for further process.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 8Ph: (0722) 6514186 Email: [email protected]

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS), JACOBABAD(Subject to approval of Sample)

S.NO NAME OF THE ARTICLES UNIT RATE IN

FIGURE RATE IN WORD

1 Wall Clock Each2 Patient Folder Each3 Tissue (Party pack) Each4 Catering/utensils all types5 Laundry Detergents Items All types6 Housekeeping Items All types7 Acid For Cleaning Liter8 Battery Cell Aaa Each9 Battery Cell Aa Each

10 Polythene Bags (Small / Large) KG

11Room Spray / Air Freshener (BestQuality) Each

12 Doctors Torch Rechargeable Each

13Zip Lock Shoppers (Small/Medium) ForPatient Medicine Distribution KG

14 Lemon Bar Soap For Utensils KG15 Triplet unit Filter Cartridges (Pair) KG16 Bleaching Powder KG17 Mini Hand wash soap Each18 Soda Ash KG19 Vipers (Large) Each20 Bleach Liquid Liter21 Concerted White Phenyl Liter22 Glass Cleaner Liter23 Hand Wash Medicated Liter24 Hand Wash perfumed Liter25 Mosquito Spray Oil (Various Kind) Liter26 Permethrin Oil Liter

Stationery27 Binder Clip 51mm Pkt28 Binder Clip 41mm Pkt29 Binder Clip 32mm Pkt30 Binder Clip 25mm Pkt31 Binder Clips 19mm pkt32 Box file Pcs33 Box file narrow Back Pcs34 Calculator Mediem Pcs35 Calculator Large Pcs36 Clear Bags Pcs37 Desk planner pcs38 Drafting pad 1/6 Pcs39 Drafting pad 1/8 Pcs

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 9Ph: (0722) 6514186 Email: [email protected]

40 Drafting pad A4 Pcs41 Drafting pad legel Pcs42 Envelops Brown A4 size Doz43 Envelops Brown Large Doz44 Envelops Brown letter size Doz45 Envelops White A4 size Doz46 Envelops White Large Doz47 Envelops White letter size Doz48 File Seprator A4 Plastic Pkt49 File SepratoA4 Card Pkt50 Fluid Correction Pen Pcs51 Gum Stick Small Pcs52 Gum Stick Large Pcs53 Gum Stick Medium Pcs54 High Lighter Pkt55 Lead Pencil Pkt56 Letter Tray In & Out Pcs57 Office File (with transparent top) Pcs58 Packing Tape '2' Pcs59 Packing Tape ''3'' Pcs60 Paper Clip Pkt61 Paper Cutter Pcs62 Paper Protector Sheet Pkt63 Permanent Marker Pkt64 Piano yellow pkt65 Ring file Fiber pcs66 Post it Flag Pkt67 Punch Machine (small) Pcs68 Punch Machine (Large) pcs69 Registers (Stock/Regular) pcs70 Scissor Medium Pcs71 Scotch Tape Large Pcs72 Scotch Tape Small Pcs73 Sharpner plastic Pcs74 Stamp Ink pcs75 Stamp pad Pcs76 Stapler Machine Pcs77 Stapler pin opener Pcs78 Stapler Pins #24/6 Pkt79 Stationary holder Pcs80 Steel Rular Pcs81 Thumb Pins pkt82 Visiting Card Album Pcs83 White Board Duster Pcs84 White Board Duster Pcs

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 10Ph: (0722) 6514186 Email: [email protected]

85 White Board Marker PKt86 Rigester pcs

87 Paper Rim A4 (70 gram) Ream

88 Paper Rim Legal (70 gram) Ream

89 Color paper A4 pkt

90 Name Tag with ribbion pcs

91 Eraser Germany Pelican pcs

92 Clip chart Color Pcs

93 Masking Tape '1' pcs

94 Tissue Paper Roll Roll

95 Tissue Paper (Party pack)96 White Board Pcs

97 Notes Board Pcs

98 Board Stand Pcs99 Eraser normal pcs

100 Tape Dispanser Large pcs

101 Office Attendend Rigister Pcs102 Rough white paper 4x6 inch white KG

KITCHEN ITEMS103 Daigcha Size 48" Each104 Tub Large Steel Each105 Tub Small Steel Each106 Doal (Balti) Steel Each107 Pawa (Donga) Each108 Karchy Each109 Dabba Tend Each110 Tokri Each111 Doory Large Each112 Doory Small Each113 Farshi Kanda Each114 Weight Kanta Small Each115 Electric Cattle Each

ELECTRIC ITEMS116 Brand wire and cable pionear Each117 Wire singal core 16-mm Each118 Wire singal core 10-mm Each119 Wire singal core 6-mm Each120 Wire singal core 4-mm Each121 Wire singal core 2.5-mm Each122 Wire singal core 1.5-mm Each123 Wire singal core 1-mm Each124 Cable two core 10-mm Each125 Cable two core 6-mm Each126 Cable two core 4-mm Each127 Cable four core 35-mm Each128 Cable four core 25-mm Each

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 11Ph: (0722) 6514186 Email: [email protected]

129 Cable four core 16-mm Each130 Cable four core 10-mm Each131 Cable four core 6-mm Each132 Cable four core 4-mm Each133 Wire two core flyxibal 110/76 Each134 Wire two core flyxibal 70/76 Each135 Wire two core flyxibal 40/76 Each136 Wire two core flyxibal 23/76 Each137 Brand schneider and clips Each138 15.a 3-pin switch socket unit t box Each139 5.a 3-pin switch socket unit Each140 13.a duplex flat 3-pin switch socket unit Each

14113.a simplex flat 3-pin switch socket unitmulti-130 Each

14232.a/63/a 3-pin switch and sheet onegauge Each

143 16.a switch and sheet two guage Each144 16.a switch and sheet three guage Each145 16.a switch and sheet four gauge Each146 16.a switch and five guage Each

14716.a dimmer ceilling fan ceilling fancapester 2.5 uf capester 4.5 uf Each

148 Brand philips and pixelight Each149 Sever 23 watts Each150 Sever 18 watts Each151 Sever 15 watts Each152 Sever 11 watts Each153 Sever 9 watts Each154 Brand jeddah Each155 Dura docket 60/60 Each156 Dura docket 40/40 Each157 Dura docket 38/16 Each158 Pipe pvc (2) inch t elbow socket seddel Each

159Pipe pvc (1 ½ ) inch t elbow socketseddel Each

160 Pipe pvc (1) inch t elbow socket seddel Each161 Pipe pvc (3/4) inch t elbow socket seddel Each162 Screows wood (3) inch t cut scrow Each163 Scrows wood (2 ½ ) inch t cut scrow Each164 Scrows wood (2) inch t cut scrow Each165 Scrows wood (1 ½ ) inch t cut scrow Each166 Scrows wood (1) inch t cut scrow Each167 Breaker strip r.y.13 Each168 Selecter switch four poll 63.a Each169 Selector switch four poll 32.a Each170 Change over switch two poll 32.a Each171 Connecter strep 1 100.a Each

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 12Ph: (0722) 6514186 Email: [email protected]

172 Connecter strep 1 80.a Each173 Connecter strep 1 70.a Each174 Connecter strep 1 50.a Each175 Connecter strep 1 32.a Each176 Connecter strep 1 25.a Each177 Connecter strep 1 10.a Each178 Connecter strep 1 5.a Each179 Lead extryshger 5 + 5 32.a Each180 L.e.d r.y.b light Each181 Pvc tape r.y.b (black, green) Each182 H.t tape Each183 Fisher pvc 12 mm, 8mm, 6mm Each184 Rawal bolt 14mm, 10mm, 12mm Each185 Rawal hak 14mm, 12mm, 10mm Each186 Steel concrete nails 2 inch Each187 Steel concrete nails 1 1/2 inch Each188 Steel concrete nails 1 inch Each

Terasaki brand189 Three poll breaker 150amps Each190 Three poll breaker 120amps Each191 Three poll breaker 85amps Each192 Three poll breaker 60amps Each193 Three poll breaker 50amps Each194 Two poll breaker 40 amps Each195 Two poll breaker 40 amps Each196 Two poll breaker 32 amps Each197 Two poll breaker 16 amps Each198 Two poll breaker 10 amps Each199 Two poll breaker 6 amps Each200 Single poll breaker 40 amps Each201 Single poll breaker 32 amps Each202 Single poll breaker 20 amps Each203 Single poll breaker 16 amps Each204 Single poll breaker 10 amps Each205 Single poll breaker 6 amps Each206 Single fan 56 size Each207 Breakit fan 18 size Each208 Far sling fan 2/2f size Each209 Exhaust fan size 12 inch Each210 Exhaust fan size 8 inch Each211 Exhaust fan size 10 inch Each212 Tube light 28 watts (white 4.f size) Each213 Tube light driver quick tranic multi watts Each214 Tube light 14 watts 2.f size Each215 Tube light driver quick tranic multi watts Each216 Tube light 36 watts cool day 4.f size Each217 Tube light driver 36 watts Each

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 13Ph: (0722) 6514186 Email: [email protected]

218Tube light insect killer 20 watts (bluecolour) Each

219 Tube light insect killer 40 watts Each220 Starter insect killer 20 watts Each221 Grinder medium size Each222 Grinder baby size Each223 Drill machine medium size Each224 Drill machine baby size Each225 L.t machine medium size Each226 L.t machine baby size Each227 Paper disk 4 inch Each228 Diamond disk 7 inch Each229 Diamond disk 5 inch Each230 Drill machine bit set Each231 L.t machine bit set Each232 Safety shows Each233 Safety gloves Each234 Safety helmet Each235 Safety belt Each236 Hydraulic lux punch multi Each237 Tool box Each238 Chrome vanadium steel (set) Each239 Screw driver plus set Each240 Screw driver minus set Each241 Screw driver star set Each242 Tester (screw driver) set Each243 L. Key (set) Each244 L. Key star (set) Each245 Plas electrically Each246 Plas cutter Each247 Nose plas Each248 Karp cutter Each249 Cable cutter Each250 Knife cutter Each251 Humor Each252 Cheney set Each253 Tong tester multi meter Each254 Avo multi meter Each

NATIONAL TAX No: SIGNATUREGST No: _____________________________ NAME OF CONTRACTORC.N.I.C No: __________________________ ADDRESS

(Photostat copies must beenclosed)

CELL NO

LAND LINE NO

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 14Ph: (0722) 6514186 Email: [email protected]

I N S T R U C T I O N S.

1. The tender should be accompanied with 3% pay order / demand draft of quoteditems as security Deposit in the name Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad.

2. The Income Tax /GST / SST will be deducted according to rules of Government ofSindh / Pakistan

3. The tenderer will be responsible to deliver the tendered items on his own cost atJIMS, Jacobabad

4. In case of short/late supply it will be purchased from open Market and difference ifany will be Recovered from the Contractor.

5. Conditional/ Incomplete Tenders will not be accepted.

6. The tenderer should be fulfilling all requirements as per Government rules.

Signature & Seal (Bidder): ____________________________________________

1

Tender No.7

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

BIDDING DOCUMENT

FOR

PLANTATION / EARTH FILLING AND BEAUTIFICATION OF

JIMS, JACOBABAD

1

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 7 Due on 22.12.2015

INVITATION FOR BIDS

The Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad invites the bids:

Plantation / Earth Filling And Beautification

Bidding is open for all eligible bidders. Bidders can obtain bidding /tender documents prescribed from:

Office of the Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad.

Complete set of tender / bidding Documents may be obtained/Purchased by the interested bidder on written request to the aboveoffice and upon payment of non refundable fee of Rs.3,000 in shapeof Pay order in the name of Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad.

Tenders/ Bids are to be dropped in the tender box placed / affixed inthe office of the Director Jacobabad Institute of Medical Sciences(JIMS), Jacobabad on or before 22nd December, 2015 at 11.30 AM

Director JIMS, Jacobabad

Page 3 of 11

BIDDING DATA

Procuring Agency : Jacobabad Institute of Medical Sciences (JIMS)

Name of Work : Plantation / Earth filling and Beautification of JIMS

Bid Validity : 90 Days

Amount of Bid Security : 3% of Bid Quoted Price

Date of Submission : As per Tender Enquiry

Bidding Procedure : Single Stage One Envelope Procedure

Advance Payment : No Advance Payment

Period of Completion : 30 days

Liquidity Damages : 0.05% of the bid price per day after the period ofCompletion upto 10% maximum

Tender Receipt : Original tender purchase receipt

Page 4 of 11

INSTRUCTIONS TO BIDDERS

1. The contract resulting from this invitation to tender shall be governed by the SPP Rule2010 (Amended 2013).

2. In the event of Tender being submitted by the firm, it must be signed by thecontractor / Manufacturer / Dealer / Supplier thereof, in the event of the absence of anypartner it must be signed on his behalf by a person holding a power attorney authorized todo so.

3. The amount of Bid Security (SD) shall be Rs.3% of the maximum quoted value of allitems, Bid Security (SD) should be paid by the contractors through Pay Order / DemandDraft of the scheduled banks in favor of Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad

4. The procuring Agency reserves the right to call any or all the bidder[s] to givepresentation / Demonstration for their items / works.

5. The proposal of bid shall be opened publically at the time, date and venue announced andcommunicated to the bidders in advance.

6. The income tax and all Government taxes shall be deducted at source on total value ofbid.

7. The Bidder has to provide the SST Registration Certificate.

8. The Procuring Agency shall have right of rejecting all or any of the Tenders as perprovisions of SPP Rules 2010.

9. Bidders should examine carefully the Summary of Contents. They should visit andinspect the site at their own expense and responsibility and obtain all necessaryinformation prior to submitting the Tender. Any detail/specification missing in thedocument should be obtained from the office of the Director JIMS, Jacobabad beforebidding. Once the Tender is submitted, it will be assumed that no further clarification wasrequired.

10. The Contractors are required to submit the site Organization chart, methodology &work schedule along with Tender documents.

Page 5 of 11

CONDITIONS OF CONTRACT

Clause – 1: Commencement & Completion Dates of work.The contractor shall not enter upon or commence any portion or work except with the writtenauthority and instructions of the Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad. Failing such authority the contractor shall have no claim to ask for measurements ofor payment for work.

The contractor shall proceed with the works with due expedition and without delay and completethe works in the time allowed for carrying out the work as entered in the tender shall be strictlyobserved by the contractor and shall reckoned from the date on which the order to commencework is given to the contractor and further to ensure good progress during the execution of thework, contractor shall be bound, in all in which the time allowed for completion of any workexceeds one month to achieve progress on the Prorate basis.

Clause – 2: Liquidated Damages.The contractor shall pay liquidated damages to the Procuring Agency at the rate per day stated inthe bidding data for each day that the completion date is later than the Intended completion date;the amount of liquidated damage paid by the contractor to the Procuring Agency shall not exceedl0% of the contract price. Procuring Agency may deduct liquidated damages from payments dueto the contractor. Payment of liquidated damages does not affect the contractor's liabilities.

Clause – 3: Termination of the Contract.(A) Procuring Agency may terminate the contract if either of the following conditions exits:-

i. Contractor causes a breach of any clause of the Contract;ii. The progress of any particular portion of the work is unsatisfactory and notice of 10 days

has expired;iii. In the case of abandonment of the work owing to the serious illness or death of the

contractor or any other cause.iv. Contractor can also request for termination of contract if a payment certified by the

Director JIMS, is not paid to the contractor within 28 days of the date of the submissionof the bill;

(B) The Director JIMS has power to adopt any of the following courses as may deem fit:-i. To forfeit the security deposit available except conditions mentioned at a (iii) and (iv)

above;ii. To finalize the work by measuring the work done by the contractor.

(C) In the event of any of the above clauses being adopted by the Procuring Agency, thecontractor shall have:-

i. No claim to compensation for any loss sustained by him by reason of his havingpurchased or procured any materials or entered into any engagements, or made anyadvances on account of, or with a view to the execution of the work or the performanceof the contract.

Page 6 of 11

ii. However, the contractor can claim for this work done at site duly certified by theProcurement Agency in writing regarding the performance of such work and has notbeen paid. Procuring Agency may invite fresh bids for remaining work.

Clause – 4: Possession of the site and claims for compensation for delay.The Director JIMS shall give possession of all parts of the site to the contractor. lfpossession of site is not given by the date stated in the contract data, no compensation shall beallowed for any delay caused in starting of the work on account of any acquisition of land, waterstanding in borrow pits/ compartments or in according sanction to estimates. In such case, eitherdate of commencement will be changed or period of completion is to be extended accordingly.

Clause – 5: Extension of Intended Completion DateThe Procuring Agency either at its own initiatives before the date of completion or on desire ofthe contractor may extend the intended completion date, if an event (which hinders the executionof contract) occurs or a variation order is issued which makes it impossible to complete the workby the intended completion date for such period as he may think necessary or proper. Thedecision of the Director JIMS in this matter shall be final; where time has been extended underthis or any other clause of this agreement, the date for completion of the work shall be the datefixed by the order giving the extension or by the aggregate of all such orders, made under thisagreement.

When time has been extended as aforesaid, it shall continue to be the essence of the contract andall clauses of the contract shall continue to be operative during the extended period.

Clause – 6: SpecificationsThe contractor shall execute the whole and every part of the work in the most substantial andwork-man-like manner and both as regards materials and all other matters in strict accordancewith the specifications lodged in the office of the Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad and initiated by the parties, the said specification being a partof the contract. The contractor shall also confirm exactly, fully and faithfully to the designs,drawing, and instructions in writing relating to the work signed by the Director JIMS and lodgein his office and to which the contractor shall be entitled to have access at such office or on thesite of work for the purpose of inspection during office hours and the contract or shall, if he sorequires, be entitled at his own expense to make or cause to be made copies of the specifications,and of all such designs, drawings, and instructions as aforesaid.

Clause – 7: Payments.(A) Interim / Running Bill. Deleted(B) The Final Bill. A bill shall be submitted by the contractor within ten days of the date fixedfor the completion of the work otherwise Procurement Agency certificate of the measurementsand of the total amount payable for the works shall be final and binding on all parties.

Clause – 8: Reduced Rates. In cases where the items of work are not accepted as so completed,the Director JIMS may make payment on account of such items at such reduced rates as hemay consider reasonable in the preparation of final or on running account bills with reasonsrecorded in writing.

Page 7 of 11

Clause – 9: Issuance of Variation and Repeat Orders.(A) Procuring Agency may issue a Variation Order for procurement of works, physical servicesfrom the original contractor to cover any increase or decrease in quantities, including theintroduction of new work items that are either due to change of plans, design or alignment to suitactual field conditions, within the general scope and physical boundaries of the contract.

(B) Contractor shall not perform a variation until the Procuring Agency has authorized thevariation in writing subject to the limit not exceeding the contract cost by of 15% on the sameconditions in all respects on which he agreed to do them in the work, and at the same rates, as arespecified in the tender for the main work. The contractor has no right to claim for compensationby reason of alterations or curtailment of the work.

(C) In case the nature of the work in the variation does not correspond with items in the Bill ofQuantities, the quotation by the contractor is to be in the form of new rates for the relevant itemsof work, and if the Director JIMS or his nominee is satisfied that the rate quoted is within therate worked out by him on detailed rate analysis, and then only he shall allow him that rate afterapproval from authority.

(D) The time for the completion of the work shall be extended in the proportion that theadditional work bear to the original contact work.

(E) In case of quantities of work executed result the Initial Contract Price to be exceeded bymore than 15%, and then Director JIMS or his nominee can adjust the rates for thosequantities causing excess the cost of contract beyond 15% after approval of the DirectorJacobabad Institute of Medical Sciences (JIMS), Jacobabad.

(F) Repeat Order: Any cumulative variation, beyond the 15% of initial contract amount, shall besubject of another contract to be tendered out if the works are separate from the original contract.

Clause – 10: Quality Control.

(A) Identifying Defects:If at any time before the security deposit is refunded to the contractor / during defect liabilityperiod mentioned in bid data, the Procurement Agency of the work may instruct the contractorto uncover and test any part of the works which he considers may have a defect due to use ofunsound materials or unskillful workmanship and the contractor has to carry out a test at his owncost irrespective of work already approved or paid.

(B) Correction of Defects: The contractor shall be bound forthwith to rectify or remove andreconstruct the work so specified in whole or in part, as the case may require. The contractorshall connect the notified defect within the Defects Correction Period mentioned in notice.

Uncorrected Defects:(i) In the case of any such failure, the Site Director JIMS shall give the contractor atleast 14 days notice of his intention to use a third party to correct a defect. He may rectify orremove, and re-execute the work or removed and replace the materials or articles complainedof as the case may be at the risk and expense in all respects of the contractor.

Page 8 of 11

(ii) If the Director JIMS considers that rectification / correction of a defect is not essentialand it may be accepted or made use of; it shall be within his discretion to accept the sameat such reduced rates as he may fix therefore.

Clause – 11: Inspection(A) Inspection of Operations. Director JIMS, shall have access to the site for supervision andinspection of works under or in course of execution in pursuance of the contract and thecontractor shall afford every facility for and every assistance in obtaining the right to suchaccess.

(B) Dates for Inspection and Testing: The Procurement Agency shall give the contractorreasonable notice of the intention to visit the work shall have been given to thecontractor, then he either himself be present to receive orders and instructions, or have aresponsible agent duly accredited in writing present for that purpose, orders given to thecontractor's duly authorized agent shall be considered to have the same force an effect as ifthey had been given to the contractor himself.

Clause - 12: Examination of work before covering up(A) No part of the works shall be covered up or put out of view beyond the reach without

giving notice of not less than five days to the Director JIMS, whenever any such part ofthe works or foundations is or are ready or about to be ready for examination the DirectorJIMS shall, without delay, unless he considers it unnecessary and advises the contractoraccordingly, attend for the purpose of examining and measuring such part of the works orof examining such foundations;

(B) If any work is covered up or placed beyond the reach of measurement without suchnotice having been given, the same shall be uncovered at the contractor's expense, and indefault there of no payment or allowance shall be made for such work, or for thematerials with which the same was executed.

Clause – 13: Risks. The contractor shall be responsible for all risks of loss of or damage tophysical property or facilities or related services at the premises and of personal injury anddeath which arise during and in consequence of its performance of the contract. if anydamage is caused while the work is in progress or become apparent within three months of thegrant of the certificate of completion, final or otherwise, the contractor shall make good the sameat his own expense, or in default the Director JIMS or his nominee may cause the same to bemade good by other workmen, and deduct the expenses from Security Deposit lying with theProcuring Agency.

Clause – 14: Measures for prevention of fire and safety measures. The contractor shall notset fire to any standing jungle, trees, bush-wood or grass without a written permit from theDirector JIMS. When such permit is given, and also in all cases when destroying, cutting oruprooting trees, bush-wood, grass, etc by fire. The contractor shall take necessary measures toprevent such fire spreading to or otherwise damaging surrounding property. The contractor isresponsible for the safety of all its activities including protection of the environment on and offthe site. Compensation of all damage done intentionally or intentionally on or off the site by thecontractor's labor shall be paid by him.

Page 9 of 11

Clause – 15: Disputes: All disputes arising in connection with the present contract, and whichcannot be amicably settled between the parties, the decision of the Director Jacobabad Instituteof Medical Sciences (JIMS), Jacobabad shall be final, conclusive and binding on all parties to thecontract upon all questions relating to the meaning of the specifications, designs drawings, andinstructions, hereinbefore mentioned and as to the quality of workmanship, or materials used onthe work or as to any other questions, claim, right matter, or thing whatsoever in any wayarising out of or relating to the contract design, drawings, specifications, estimates, instructions,orders or these conditions or otherwise concerning the works, or the execution, of failure toexecute the same, whether arising, during the progress of the work, or after the completionor abandonment thereof.

Clause -17: Financial Assistance / Advance Payment.

Clause – 18: Refund of Security Deposit / Retention Money. On completion of the whole ofthe works (a work should be considered as complete for the purpose of refund of SecurityDeposit to a contractor from the last date on which its final measurements are checked by acompetent authority, if such check is necessary otherwise from the last date of recording the finalmeasurements), the defects notice period has also passed and the Director JIMS hascertified that all defects notified to the contractor before the end of this period have beencorrected, the security deposit lodged by a contractor shall be refunded to him after the expiry ofthree months from the date on which the work is completed.

Contractor

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS), JACOBABAD

Sr. Name of Item Specification Rate Quantity Discount Bonus

1. Excavation Per Hour

2. Supply of Sweet earth Per dumber/ Trolley

3. Leveling Per Hour

4. Excavation for Plant Per Hour

5. Supply of sweet sand for plants Per dumper/ Trolley

6. Plants

7. Sehra Bell

8. Chekoo

9. Jaman + Mango

10. Motia

11. Aerosinia + China rose

12. Phonex Palm

13. English Cortion

14. Rat Ki Rani

15. Amrood

16. Nanthra

17. Ulta Shok + Candle Ball

18. Kangi Palm

19. Super Grass

20. Desi Lemoo

21. Fine Grass

22. Bogon Bell Large

23. Bogen Bell Medium

24. Bogon Bell Small

25. Al-Manda Bell

26. English Gulab

27. Desi Gulab

28. Palm Tree

29. Gul More

30. Fancy Pot

31. Alestonia

32. Big Flower Pots

33. Monument Allah name (Design Attached)

34. Rockery

35. Landscaping

Page 12 of 11

FORM OF CONTRACT AGREEMENT

THIS CONTRACT AGREEMENT (hereinafter called the “Agreement”) made on the dayof 2015, between (hereinafter called the“Employer”) of the one part and (hereinafter called the “Contractor”) of theother part.WHEREAS the Employer is desirous that certain Works, viz should beexecuted by the Contractor and has accepted a Bid by the Contractor for the execution andcompletion of such Works and the remedying of any defects therein.

NOW this Agreement witnesseth as follows:

1. In this Agreement words and expressions shall have the same meanings as arerespectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents after incorporating addenda, if any except those parts relatingto Instructions to Bidders, shall be deemed to form and be read and construed as part ofthis Agreement, viz:(a) The Letter of Acceptance;(b) The completed Form of Bid along with Schedules to Bid;(c) Conditions of Contract & Contract Data;(d) The priced Schedule of Prices;

3. In consideration of the payments to be made by the Employer to the Contractor ashereinafter mentioned, the Contractor hereby covenants with the Employer to execute andcomplete the Works and remedy defects therein in conformity and in all respects withinthe provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor, in consideration of the executionand completion of the Works as per provisions of the Contract, the Contract Price or suchother sum as may become payable under the provisions of the Contract at the times and inthe manner prescribed by the Contract.

Page 13 of 11

IN WITNESS WHEREOF the parties hereto have caused this Contract Agreement to beexecuted on the day, month and year first before written in accordance with their respective laws.

Signature of the Contactor Signature of the Employer

(Seal) (Seal)

Signed, Sealed and Delivered in the presence of:

Witness: Witness:

(Name, Title and Address) (Name, Title and Address)

Page 1 of 12

Tender No.8

OFFICE OF DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

BIDDING DOCUMENT

FOR

a. FIBER GLASS PATIENT WAITING AREA INCLUDING PROVISIONOF BENCHES, SECURITY CABINS, COVERED WALKWAY, MULTIPLAY STATION FOR (CHILDREN PARK) ETC. IRON RACKS FORSTORES/PHARMACY.

b. CURTAINS FOR WARDS / DEPARTMENTS

Page 2 of 12

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 8 Due on 22.12.2015

INVITATION FOR BIDS

The Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabadinvites the bids:

a. Fiber Glass Patient Waiting Area including provision ofBenches, Security Cabins, Covered Walkway, Multi playStation for (children park) etc. Iron Racks forStores/Pharmacy.

b. CURTAINS FOR WARDS / DEPARTMENTS

Bidding is open for all eligible bidders. Bidders can obtain bidding /tender documents prescribed from:Office of the Director Jacobabad Institute of Medical Sciences(JIMS), Jacobabad.Complete set of tender / bidding Documents may be obtained/Purchased by the interested bidder on written request to the aboveoffice and upon payment of non refundable fee of Rs.3000 in shape ofPay order in the name of Director Jacobabad Institute of Medical Sciences(JIMS), Jacobabad.Tenders/ Bids are to be dropped in the tender box placed / affixed in theoffice of the Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad on or before 22nd December, 2015 at 11.30 AM

Director JIMS, Jacobabad

Page 3 of 12

INSTRUCTIONS TO BIDDERS

1. The contract resulting from this invitation to tender shall be governed by the SPP Rule2010 (Amended 2013).

2. In the event of Tender being submitted by the firm, it must be signed by thecontractor / Manufacturer / Dealer / Supplier thereof, in the event of the absence of any partnerit must be signed on his behalf by a person holding a power attorney authorized to do so.

3. The amount of Bid Security (SD) shall be Rs.3% of the maximum quoted value of all items,Bid Security (SD) should be paid by the contractors through Pay Order / Demand Draft of thescheduled banks in favor of Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad

4. The procuring Agency reserves the right to call any or all the bidder[s] to givepresentation / Demonstration for their items / works.

5. The proposal of bid shall be opened publically at the time, date and venue announced andcommunicated to the bidders in advance.

6. The income tax and all Government taxes shall be deducted at source on total value of bid.

7. The Bidder has to provide the SST Registration Certificate.

8. The Procuring Agency shall have right of rejecting all or any of the Tenders as perprovisions of SPP Rules 2010.

9. Bidders should examine carefully the Summary of Contents. They should visit and inspectthe site at their own expense and responsibility and obtain all necessary information priorto submitting the Tender. Any detail/specification missing in the document should be obtainedfrom the office of the Director JIMS, Jacobabad before bidding. Once the Tender is submitted,it will be assumed that no further clarification was required.

10. The Contractors are required to submit the site Organization chart, methodology &work schedule along with Tender documents.

Page 4 of 12

CONDITIONS OF CONTRACT

Clause – 1: Commencement & Completion Dates of work.The contractor shall not enter upon or commence any portion or work except with the writtenauthority and instructions of the Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad. Failing such authority the contractor shall have no claim to ask for measurements ofor payment for work.

The contractor shall proceed with the works with due expedition and without delay and completethe works in the time allowed for carrying out the work as entered in the tender shall be strictlyobserved by the contractor and shall reckoned from the date on which the order to commencework is given to the contractor and further to ensure good progress during the execution of thework, contractor shall be bound, in all in which the time allowed for completion of any workexceeds one month to achieve progress on the Prorate basis.

Clause – 2: Liquidated Damages.The contractor shall pay liquidated damages to the Procuring Agency at the rate per day stated inthe bidding data for each day that the completion date is later than the Intended completion date;the amount of liquidated damage paid by the contractor to the Procuring Agency shall not exceedl0% of the contract price. Procuring Agency may deduct liquidated damages from payments dueto the contractor. Payment of liquidated damages does not affect the contractor's liabilities.

Clause – 3: Termination of the Contract.(A) Procuring Agency may terminate the contract if either of the following conditions exits:-

i. Contractor causes a breach of any clause of the Contract;ii. The progress of any particular portion of the work is unsatisfactory and notice of 10 days

has expired;iii. In the case of abandonment of the work owing to the serious illness or death of the

contractor or any other cause.iv. Contractor can also request for termination of contract if a payment certified by the

Director JIMS, is not paid to the contractor within 28 days of the date of the submissionof the bill;

(B) The Director JIMS has power to adopt any of the following courses as may deem fit:-i. To forfeit the security deposit available except conditions mentioned at a (iii) and (iv)

above;ii. To finalize the work by measuring the work done by the contractor.

(C) In the event of any of the above clauses being adopted by the Procuring Agency, thecontractor shall have:-

i. No claim to compensation for any loss sustained by him by reason of his havingpurchased or procured any materials or entered into any engagements, or made anyadvances on account of, or with a view to the execution of the work or the performanceof the contract.

Page 5 of 12

ii. However, the contractor can claim for this work done at site duly certified by theProcurement Agency in writing regarding the performance of such work and has notbeen paid. Procuring Agency / Site Engineer may invite fresh bids for remaining work.

Clause – 4: Possession of the site and claims for compensation for delay.The Director JIMS shall give possession of all parts of the site to the contractor. lfpossession of site is not given by the date stated in the contract data, no compensation shall beallowed for any delay caused in starting of the work on account of any acquisition of land, waterstanding in borrow pits/ compartments or in according sanction to estimates. In such case, eitherdate of commencement will be changed or period of completion is to be extended accordingly.

Clause – 5: Extension of Intended Completion DateThe Procuring Agency either at its own initiatives before the date of completion or on desire ofthe contractor may extend the intended completion date, if an event (which hinders the executionof contract) occurs or a variation order is issued which makes it impossible to complete the workby the intended completion date for such period as he may think necessary or proper. Thedecision of the Director JIMS in this matter shall be final; where time has been extended underthis or any other clause of this agreement, the date for completion of the work shall be the datefixed by the order giving the extension or by the aggregate of all such orders, made under thisagreement.

When time has been extended as aforesaid, it shall continue to be the essence of the contract andall clauses of the contract shall continue to be operative during the extended period.

Clause – 6: SpecificationsThe contractor shall execute the whole and every part of the work in the most substantial andwork-man-like manner and both as regards materials and all other matters in strict accordancewith the specifications lodged in the office of the Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad and initiated by the parties, the said specification being a partof the contract. The contractor shall also confirm exactly, fully and faithfully to the designs,drawing, and instructions in writing relating to the work signed by the Director JIMS and lodgein his office and to which the contractor shall be entitled to have access at such office or on thesite of work for the purpose of inspection during office hours and the contract or shall, if he sorequires, be entitled at his own expense to make or cause to be made copies of the specifications,and of all such designs, drawings, and instructions as aforesaid.

Clause – 7: Payments.(A) Interim / Running Bill. Deleted(B) The Final Bill. A bill shall be submitted by the contractor within ten days of the date fixedfor the completion of the work otherwise Site Engineer's certificate of the measurements and ofthe total amount payable for the works shall be final and binding on all parties.

Clause – 8: Reduced Rates. In cases where the items of work are not accepted as so completed,the Director JIMS may make payment on account of such items at such reduced rates as hemay consider reasonable in the preparation of final or on running account bills with reasonsrecorded in writing.

Page 6 of 12

Clause – 9: Issuance of Variation and Repeat Orders.(A) Procuring Agency may issue a Variation Order for procurement of works, physical servicesfrom the original contractor to cover any increase or decrease in quantities, including theintroduction of new work items that are either due to change of plans, design or alignment to suitactual field conditions, within the general scope and physical boundaries of the contract.

(B) Contractor shall not perform a variation until the Procuring Agency has authorized thevariation in writing subject to the limit not exceeding the contract cost by of 15% on the sameconditions in all respects on which he agreed to do them in the work, and at the same rates, as arespecified in the tender for the main work. The contractor has no right to claim for compensationby reason of alterations or curtailment of the work.

(C) In case the nature of the work in the variation does not correspond with items in the Bill ofQuantities, the quotation by the contractor is to be in the form of new rates for the relevant itemsof work, and if the Director JIMS or his nominee is satisfied that the rate quoted is within therate worked out by him on detailed rate analysis, and then only he shall allow him that rate afterapproval from authority.

(D) The time for the completion of the work shall be extended in the proportion that theadditional work bear to the original contact work.

(E) In case of quantities of work executed result the Initial Contract Price to be exceeded bymore than 15%, and then Director JIMS can adjust the rates for those quantities causingexcess the cost of contract beyond 15% after approval of the Director Jacobabad Institute ofMedical Sciences (JIMS), Jacobabad.

(F) Repeat Order: Any cumulative variation, beyond the 15% of initial contract amount, shall besubject of another contract to be tendered out if the works are separate from the original contract.

Clause – 10: Quality Control.

(A) Identifying Defects:If at any time before the security deposit is refunded to the contractor / during defect liabilityperiod mentioned in bid data, the Procurement Agency of the work may instruct the contractorto uncover and test any part of the works which he considers may have a defect due to use ofunsound materials or unskillful workmanship and the contractor has to carry out a test at his owncost irrespective of work already approved or paid.

(B) Correction of Defects: The contractor shall be bound forthwith to rectify or remove andreconstruct the work so specified in whole or in part, as the case may require. The contractorshall connect the notified defect within the Defects Correction Period mentioned in notice.

Uncorrected Defects:(i) In the case of any such failure, the Site Director JIMS shall give the contractor atleast 14 days notice of his intention to use a third party to correct a defect. He may rectify orremove, and re-execute the work or removed and replace the materials or articles complainedof as the case may be at the risk and expense in all respects of the contractor.

Page 7 of 12

(ii) If the Director JIMS considers that rectification / correction of a defect is not essentialand it may be accepted or made use of; it shall be within his discretion to accept the sameat such reduced rates as he may fix therefore.

Clause – 11: Inspection(A) Inspection of Operations. Director JIMS, shall have access to the site for supervision andinspection of works under or in course of execution in pursuance of the contract and thecontractor shall afford every facility for and every assistance in obtaining the right to suchaccess.

(B) Dates for Inspection and Testing: The Procurement Agency shall give the contractorreasonable notice of the intention to visit the work shall have been given to thecontractor, then he either himself be present to receive orders and instructions, or have aresponsible agent duly accredited in writing present for that purpose, orders given to thecontractor's duly authorized agent shall be considered to have the same force an effect as ifthey had been given to the contractor himself.

Clause - 12: Examination of work before covering up(A) No part of the works shall be covered up or put out of view beyond the reach without

giving notice of not less than five days to the Director JIMS, whenever any such part ofthe works or foundations is or are ready or about to be ready for examination the DirectorJIMS shall, without delay, unless he considers it unnecessary and advises the contractoraccordingly, attend for the purpose of examining and measuring such part of the works orof examining such foundations;

(B) If any work is covered up or placed beyond the reach of measurement without suchnotice having been given, the same shall be uncovered at the contractor's expense, and indefault there of no payment or allowance shall be made for such work, or for thematerials with which the same was executed.

Clause – 13: Risks. The contractor shall be responsible for all risks of loss of or damage tophysical property or facilities or related services at the premises and of personal injury anddeath which arise during and in consequence of its performance of the contract. if anydamage is caused while the work is in progress or become apparent within three months of thegrant of the certificate of completion, final or otherwise, the contractor shall make good the sameat his own expense, or in default the Director JIMS may cause the same to be made good byother workmen, and deduct the expenses from Security Deposit lying with the Procuring Agency.

Clause – 14: Measures for prevention of fire and safety measures. The contractor shall notset fire to any standing jungle, trees, bush-wood or grass without a written permit from theDirector JIMS. When such permit is given, and also in all cases when destroying, cutting oruprooting trees, bush-wood, grass, etc by fire. The contractor shall take necessary measures toprevent such fire spreading to or otherwise damaging surrounding property. The contractor isresponsible for the safety of all its activities including protection of the environment on and offthe site. Compensation of all damage done intentionally or intentionally on or off the site by thecontractor's labor shall be paid by him.

Page 8 of 12

Clause – 15: Disputes: All disputes arising in connection with the present contract, and whichcannot be amicably settled between the parties, the decision of the Director Jacobabad Instituteof Medical Sciences (JIMS), Jacobabad shall be final, conclusive and binding on all parties to thecontract upon all questions relating to the meaning of the specifications, designs drawings, andinstructions, hereinbefore mentioned and as to the quality of workmanship, or materials used onthe work or as to any other questions, claim, right matter, or thing whatsoever in any wayarising out of or relating to the contract design, drawings, specifications, estimates, instructions,orders or these conditions or otherwise concerning the works, or the execution, of failure toexecute the same, whether arising, during the progress of the work, or after the completionor abandonment thereof.

Clause -17: Financial Assistance / Advance Payment.

Clause – 18: Refund of Security Deposit / Retention Money. On completion of the whole ofthe works (a work should be considered as complete for the purpose of refund of SecurityDeposit to a contractor from the last date on which its final measurements are checked by acompetent authority, if such check is necessary otherwise from the last date of recording the finalmeasurements), the defects notice period has also passed and the Director JIMS hascertified that all defects notified to the contractor before the end of this period have beencorrected, the security deposit lodged by a contractor shall be refunded to him after the expiry ofthree months from the date on which the work is completed.

Clause 19. Evaluation & Comparison of Bids

i. The Procuring Agency shall evaluate and compare the bids, which have been determined to

be substantially responsive.

ii. The Procuring Agency’s evaluation of technical proposal / bid shall be on the basis of

previous performances, previous test reports, inspection of plant/ factory / premises (if not

previously conducted), previous experience, financial soundness and such other details as

the Procuring Agency, at its discretion, may consider appropriate, shall be considered.

However, the evaluation of financial proposal shall be on the basis of price inclusive of

prevailing taxes and duties in pursuant to instruction to bidders.

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms &

conditions set forth in these bidding documents.

iv. 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.

.Signature & Stamp of Contractor

Page 9 of 12

Evaluation Criteria:

v. For the purposes of determining the lowest evaluated bid, facts other than price such as

previous performances, inspection of plant / factory /premises, previous experience,

financial soundness and such other details as the Procuring Agency, at its discretion, may

consider appropriate shall be taken into consideration. The following merit point system for

weighing evaluation factors/ criteria can be applied for the TECHNICAL PROPOSALS.

The number of points allocated to each factor shall be specified in the Evaluation Report.

Evaluation Criteria Linen Items:

Name of Firm: _______________________S# Parameters Detail Marks Remarks

1 Bidder’s PastPerformance(Last oneyear) As perBid Form 4

Major institutions served:i. No institution served 0ii. 1 4iii. 2 to 3 8iv. 4 to 5 12v. 6 to 7 16vi. 8 and above 20

20 Institutions includeGovernmentdepartments andautonomousdepartments. Submitsupply orders

2 Bidder’sMarketexperiencein quoteditems

i. <5 years 05-6 years 8

ii. 6-8 year 14iii. Above 8 years 20

20 Bidders having lessthan 5 yearsexperiences areineligible. Provideevidence of no ofyears in business

3 Registrationand financialstatus

i. Last year’s audited balancesheet

5

ii. Tax returns (last 3 years) 5iii. Bank Certificate 5

15 Bidder can providemore than one Bankcertificates showinggood financial status

4 CompanyProfile i. Technical staff 2

ii. Plants 2iii. Transport vehicles 1

5 Suppliers willprovideinformation ofthe manufacturersalso

5 Samplesi. Excellent 40ii. Good 25iii. Satisfactory 10iv. Unsatisfactory 0

40 Bidder willprovide samplesfree of cost.

The Bank will certify about the Bidder’s financial worth, liquidity status, reputation and that they havenever defaulted in financial transactions and letter of credits.

Total marks: 100 Total marks Obtained:

Qualifying marks 60%

Page 10 of 12

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS), JACOBABAD

S. # DESCRIPTION Unit QTY RATE (Rs.) AMOUNT

1.

Fiber Glass Patient Waiting Areaincluding provision of 30 BenchesProviding and fixing fiber glass sheetheight 8 feet including 4 inch dia MSPipe 10 Gauge, frame pipe square 1inch x 2 inch 16 Gauge flooring of areawith tough tile. (With provision)

PerSq ft

2000Approx

2.

Fiber Glass Parking AreaSix vehicle on two separate places forthree Ambulance each

PerSft

600Each

3.

Fiber Glass Patient Path Way

Path Way Emergency to OPDProviding and fixing fiber glass sheetheight 8 feet including 4 inch dia MSPipe 10 Gauge, frame pipe square 1inch x 2 inch 16 Gauge.

PerSq ft

1500

4.

Supply & Installation ofFiber Glass Security Cabins8x8Complete with accessories

07

5.

Supply & Installation of Multi PlayStationwith 01 Slide, 02 Spiral Slides, 02Swings, 01Perforated Tunnel & RopeNet Climb.

01

6. Supply & Installation of See Saw 01

7.Supply & Installation of Marry wheel(4 Seater) 01

8.

PVC/Almonium/MDF woodmove able partition to convertopen area in to Seminar hall height10.5x12 Folding double door.

PerSq ft

900

Page 11 of 12

9.

Supply & Installation of adjustableshelves Steel Iron racks and wall racksfor Warehouses and Pharmacy (Biddershould visit and inspect the site attheir own expense and responsibilityand obtain all necessary informationprior to submitting the Tender) andmake feasibility report furnish toDirector JIMS for approval).

B. Curtains

1.Supply and installation of Curtains forWards/ Departments with allaccessories and fixing

Each

Page 12 of 12

FORM OF CONTRACT AGREEMENT

This Contract Agreement (here in after called the “Agreement”) made on the Day of 2015 ,between (here in after called the)

NOW this Agreement witnessed as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectivelyassigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents after incorporating addenda, if any except those parts relating toInstructions to Bidders, shall be deemed to form and be read and construed as part of this Agreement, viz:(a) The Letter of Acceptance;(b) The completed Form of Bid along with Schedules to Bid;(c) Conditions of Contract & Contract Data;(d) The priced Schedule of Prices;

3. In consideration of the payments to be made by the Employer to the Contractor as hereinaftermentioned, the Contractor hereby covenants with the Employer to execute and complete the Works andremedy defects therein in conformity and in all respects within the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor, in consideration of the execution andcompletion of the Works as per provisions of the Contract, the Contract Price or such other sum as maybecome payable under the provisions of the Contract at the times and in the manner prescribed by theContract.

IN WITNESS WHEREOF the parties hereto have caused this Contract Agreement to be executedon the day, month and year first before written in accordance with their respective laws.

Signature of the Contactor Signature of the Employer(Seal) (Seal) Signed, Sealed and Delivered in the presence of:Witness: Witness:

(Name, Title and Address) (Name, Title and Address)

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 1Ph: (0722) 654862 Email: [email protected]

Tender No.9

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

BIDDING DOCUMENT

FOR

OUT SOURCING OF SECURITY SERVICES &

HOUSE KEEPING SERVICES

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 2Ph: (0722) 654862 Email: [email protected]

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 09 Due on 22nd December, 2015

INVITATION FOR BIDS.

The Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabadinvites the bids for the purchase of:

(3) Out Sourcing of Security and Housekeeping (Janitorial) Services.

For Jacobabad Institute of Medical Sciences (JIMS), Jacobabad for theyear 2015-16.

Bidding is open for all eligible bidders. Bidders can obtain bidding /tender documents prescribed from:

The office of the Director, Jacobabad Institute of MedicalSciences (JIMS), Jacobabad.

Complete set of tender / bidding Documents may be obtained/Purchased by the interested bidder on written request to the above officeand upon payment of non refundable fee of Rs.3,000 in shape of PayOrder in the name of Director Jacobabad Institute of Medical Sciences(JIMS), Jacobabad.

Tenders/ Bids are to be dropped in the tender box placed / affixed in theoffice of the Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad on or before 22nd December, 2015 at 11.30 AM and will beopened publically same day at 11:30 AM.

Director JIMS, Jacobabad

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 3Ph: (0722) 654862 Email: [email protected]

CHECK LIST.The provision of this check list is essential prerequisite along with submission ofbids. Bidders are required to comply with all the clauses mentioned below & terms& Conditions of the tender. In case of any deviation / incomplete documents,bidder / bidders will be disqualified and render their offer invalid for further /technical evaluation.

KNOCK OUT CLAUSES:

S/No. DETAILS Yes /No Page No. / Annex:

1 Original tender purchase receipt.

2 Copy of Earnest money without amount withTechnical Bid.

3 Quotation (tender inquiry / proforma)

4 Original terms and conditions duly signed andstamped. Each page should be signed by theauthorized person/competent authority.

5 Company profile including list of personnel.

6 Financial standing of firm.

7 Registration with EOBI / SESSI

8 Copy of valid agency License / Authorizationfrom concerned Govt. Department for securityServices.

9 Valid income tax certificate or income taxexemption certificate.

10 Valid sales tax certificate / Professional Taxcertificate (if applicable).

11 A certificate that the firm will abide by all termsand conditions of the tender.

12 List of litigations / court cases between the firmand clients should be provided on an affidavitalong with undertaking that the firm has notbeen black listed by any Government/Autonomous organization.

Signature & Seal (Bidder): __________________________________

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 4Ph: (0722) 654862 Email: [email protected]

Terms & ConditionsFor Out Sourcing the Security & Janitorial services

GENERAL TERMS & CONDITIONS.1. In this tender method of procurement, as per SPPRA-2010, will be ONE STAGE – TWO

ENVELOPE PROCEDURE.

2. Tender who does not fulfill the prescribed condition is liable to be rejected.

3. Proof of payment of cost of tender shall be required at the time of opening the tender. Originalreceipt must be attached with the tender.

4. In financial bid, the vendor should mention financial offer along with 3% call deposit/earnestmoney in the shape of Bank draft / Pay order in favour of Director, JIMS, Jacobabad.

5. No tender will be entertained without call deposit/Bid security.

6. The original Bank draft / Pay Order of earnest money should be attached with the FinancialOffer/Proposal. However, copy of same should also be attached with technical proposal withoutmentioning the amount or erasing the amount.

7. The disclosure of firm’s equipment price at the time of opening of technical proposal / Offer willresult in to rejection of the bid / offer.

8. The Scrutiny of technical bids / offers will be performed by the technical committee andfinancial bids of technically qualified bidders only the lowest in rates will be entertained. Thefinancial offers of technically un-qualified bidders shall be returned un-opened.

9. The bidder must provide complete details of their financial standing, listing of similarwork/service delivered with list of clients.

10. The bidders shall quote only one rate for each item as per tender specification. No alternaterates will be accepted.

11. Over writing, Cutting, Erasing in tender document will result in to cancellation of the bid if notduly signed and stamped by the authorized person.

12. The bid will be valid for 90 days from the date of opening of the tender. However, underexceptional circumstances and for reasons to be recorded in writing, if any extension isconsidered necessary, all those who have submitted their bids shall be asked to extend theirrespective bid validity period. Such extension shall be for not more than 1/3rd of the original bidvalidity.

13. Price escalation will not be allowed.

14. Income Tax and other taxes will be deducted according to the government Rules.

15. The purchaser reserve the rights to increase / decrease or delete the quantities of goods / serviceoriginally specified in the schedule of requirements without any change in unit price or otherterms and conditions of goods at any time during the contract period as per relevant Rules ofSPPRA-2010.

16. The Hospital authority reserves the right to accept or ignore / scrap / cancel the tender as perrelevant Rules of SPPRA-2010.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 5Ph: (0722) 654862 Email: [email protected]

17. Conditional tenders will not be accepted.

18. The decision once taken will be final will not be open to the criticism or challengeable.

19. List of litigations / court cases between the firm and clients should be provided on an affidavitthat the firm has not been black listed by any Government /Autonomous organization.

SPECIAL TERMS / CONDITIONS.

1. Contract will be made between Jacobabad Institute of Medical Sciences (Jims) Administrationand the successful bidder for the supply of manpower up to 60 personnel for security / janitorialservices (sanitary work including disposal of refuse/garbage).

2. The contract will be made from the date of placement of order to 30th June, 2016 and will berenewable for further 12 months period with mutual understanding.

3. The Hospital Administration will pay lump sum remuneration per person. The payment will bemade every month up to 10th day on submission of bill by the contractor along with attendancesheets through District Account Office after satisfactory report of Administrativesupervisors/RMO’s/Dy. Director of the Hospital.

4. The contractor will be bound to provide the manpower for the services anywhere in the SindhProvince.

5. In case of Janitorial Services, he will also be responsible for collection of refuge and its disposalalso. In case of any complaint regarding cleanliness contractor will be notified and if work is notdone or complaint is not settled the same work will be completed through daily labour and costwill be deducted from the bill of the contractor.

6. The contractor should submit pay order of 10% of the total value of the contract whichever isless with Director JIMS or Bank Guarantee from any schedule Bank as security deposit whichwill be refunded after completion of the contract period.

7. The authority (Director JIMS) reserve the rights to increase / decrease or delete the number ofpersonnel / service originally specified in the schedule of requirements without any change inremunerations or other terms and conditions at any time during the contract period.

8. In case of any deviation / dispute with Hospital Administration workers /Contractor, thedecision of competent authority (Director JIMS) shall be final and will not be challengeable atany forum.

9. In case of any dispute and till its decision by competent authority contractor will not stop thework. In case of failure the deduction from the remunerations will be made accordingly alongwith cancellation of contract.

10 Contractor will be responsible for the cleanliness of building and premises of the Hospital on VIPvisits/Holidays and National/Islamic celebration days.

11 Director JIMS reserve the right to accept or reject any person on security and janitorial duties iffound not properly qualified.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 6Ph: (0722) 654862 Email: [email protected]

JOB SPECIFIC TERMS/CONDITIONS.

A. SECURITY PERSONNEL.

1. Contractor will ensure availability of complete record of all personnel engaged forsecurity by him with their CNIC. (Retired Army personal will be preferred)

2. Security personnel should be provided with neat and clean uniforms, badges & otheraccessories related with uniform & turn out.

3. The contractor will be directly responsible for payment of all dues to their personnel.4. Security Personnel will not claim any medical or financial benefit from the

Hospital/Government.5. All personnel should be well behaved and polite. In case of any misconduct with any

patient or Hospital Staff contract will be terminated immediately.6. Contractor will nor employ/engage any person with criminal record or a person removed

or dismissed from Government service on criminal charges or any employee of Hospitalor other Govt. Departments.

7. Police verification and character certificate of each deployed is a must.

B. SANITARY WORKERS.

1. Contractor will ensure availability of complete record of all sanitary workers engagedby him with their CNIC.

2. Sanitary workers should be provided with neat and clean uniforms with badges, gloves,masks, shoes /long shoes etc.

3. The contractor will be directly responsible for payment of all dues to their personnel.4. Sanitary workers will not claim any medical or financial benefit from the

Hospital/Government.5. All personnel should be well behaved and polite. In case of any misconduct with any

patient or Hospital Staff contract will be terminated immediately.6. Contractor will nor employ/engage any person with criminal record or a person removed

or dismissed from Government service on criminal charges or any employee of Hospitalor other Govt. Departments.

7. Police verification and corrector of each deployed is a must.8. Contractor will provide basic facilities of cleaning to staff

INSTRUCTIONS FOR DEPLOYMENT OF SECURITY GUARD:

The Private Security Companies who fulfill the following requirements can participate in tender.

1. Valid License from Interior Ministry and Sindh Government.2. Experience of working in a bigger medical facility for 3 years is a must.3. Registration Certificate from EOBI, SESSI. Income Tax, Professional Tax Certificate and

Sindh Sales Tax (SST).4. Performance & Clearance Certificate from Police, Special Branch and Investigation Bureau.5. Two Years Audit Report.6. Details of training and experience of Guards.7. Details of Last Refresher training course.8. An Affidavit of Rs.100/- (Non Judicial) that the firm is not black listed in any Government /

Semi Government Department or Private Sector.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 7Ph: (0722) 654862 Email: [email protected]

9. The Security Companies should have minimum 200 security guards.10. The Security Company should provide services round the clock including holidays.11. The Security personnel should not be beyond the age of 40 years and physically fit.12. The Security personnel so selected should be proficient in reading and writing preferably a

matriculate/intermediate.13. This office shall have the right to ask the security company to remove any person considered

incompetent or found unsuitable or for any reason and the person removed for the abovereasons shall not be deputed again without the consent of this office.

14. The personnel ought to be young, educational, trained, polite, courteous, disciplined,physically fit, alert and smartly dressed in Uniform and attend with compliments thedistinguished VIPs, staff, patients and attendants.

15. To be entirely responsible for thefts of easily movable items.16. Not to leave the place of duty under any circumstances until and unless properly relieved i.e

signing in handing / taking over register etc.17. The names of the security guards should always be displayed by them on their uniforms for

the purpose of identification.18. Police verification and character certificate of each deployed guard is a must.19. The company should arrange for surprise checks (during day and night) to check the alertness

and attentiveness of the security guards.20. The company should provide also whistle, torch and lathi to the security guard on duty.21. If it is found that any property of the hospital is lost / damaged due to the negligence or

connivance of the security guards, the same shall be made good on the depreciated value of theproperty damaged / lost from the security company’s bill.

22. The company shall furnish the names, addresses and photographs of the security guardsposted in the hospital and also when there is any change in security guards.

23. The company shall submit a monthly report of compliance and happenings in the hospital, tothe hospital authorities.

24. Retired Army Personnel will be preferred.25. The Security guards shall timely comply with all directions and instruction of hospital

administration. Non-compliance of instructions can lead to termination of agreement withoutassigning further reason, which shall not be challenged in any court of Law.

26. The company should provide required security equipment to the Guards as needed.27. The company will have to provide a combination of weapons to the arm guards in good

condition.

I/We solemnly declare that the information furnished by me/us is correct to the best of my/ ourknowledge and if found incorrect our contract will be liable to be terminated.

NATIONAL TAX NO ……………………… SIGNATURE OF…………………………………...

GST No………………………………………. CONTRACTOR WITH ADDRESS………………..

C.N.I.C NO……………………………………. FULL NAME & ………………………………

CELL NO …………………..……………… LAND LINE NO……………………………….……..

Annexure: - “A”.

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 8Ph: (0722) 654862 Email: [email protected]

(Proforma for Technical Offer/Bid)

A. Security Service.

* The figure may varyTENDER

NO. DESCRIPTION MALE FEMALE TOTAL QUOTED NOTQUOTED

Security Guards with weapons12 Hours daily shift 50 8 58

Supervisors12 Hours daily shift 2 0 2

GRAND TOTAL 52 8 * 60

B. House Keeping (Janitorial) Service.

* The figure may vary

TENDER NO. DESCRIPTION MALE FEMALE TOTAL QUOTED NOTQUOTED

Workers12 Hours daily shift

33 15 48

Supervisors12 Hours daily shift

2 0 2

GRAND TOTAL 35 15 * 50

Signature & Seal (Bidder): __________________________________

Security Services.Financial Proposal

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 9Ph: (0722) 654862 Email: [email protected]

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)JACOBABAD, SINDH

A. Schedule of Requirements for Security Services.

TENDERNO. DESCRIPTION MALE FEMALE TOTAL

REMUNERATION PER PERSONIN PAK RUPEES

TOTAL AMOUNTIN PAK.

RUPEESSecurity Guards with weapons12 Hours Duty 50 8 58

Supervisors24/7 2 0 2

GRAND TOTAL 52 8 60

TOTAL AMOUNT IN WORDS: _________________________________________________________.

WORK DESCRIPTION.

1. 24 hours managing the entry & Exit Gates, Controlling the hydraulically operated Road block atentry & exit gate.

2. 24 hours managing the walk through gates at entry & Exit Gates,

3. To Check the (vehicles) and pedestrians and should be trained in searching by metal detectors andreflecting mirrors.

4. 24 manning control room and monitoring the entry/exit points and other places covered by CCTVcameras.

5. 24 hours watch and ward duties in & around the premises of Hospital for security of persons &property.

6. Security duty as & where required will be on the discretion of administration.

Signature & Seal (Bidder): __________________________________

Janitorial ServicesFinancial Proposal

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 10Ph: (0722) 654862 Email: [email protected]

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)JACOBABAD, SINDH

B. Schedule of requirements for housekeeping (janitorial) services.

TENDERNO. DESCRIPTION MALE FEMALE TOTAL

REMUNERATIONPER PERSON IN

PAK RS.

TOTALAMOUNT IN

PAK. RS.Workers12 Hours dailyshift

33 15 48

Supervisors12 Hours dailyshift

2 0 2

GRANDTOTAL 35 15 * 50

TOTAL AMOUNT IN WORDS: __________________________________.

WORK DESCRIPTION.

1. 24 hours cleaning, scavenging and polishing of floors, cleaning /washing of bath rooms, toiletsanitary ware. Dusting of doors, windows & ventilators.

2. Sweeping of internal Roads, premises & backyards.

3. De-slitting of sewerage lines every three months period or whenever required.

4. To provide service to the patients like bed pans, urinal and washing of linen soiled /soaked withpatient’s urine, stool or blood etc.

5. Infected and non infected garbage should be disposed off according to EPA (environmentalprotection agency) guidelines.

Signature of Bidder with Stamp (seal): ___________________________________.

SPECIMENS FORMS

INTEGRITY PACT

(To be printed on Rs. 100/- Stamp Paper)

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 11Ph: (0722) 654862 Email: [email protected]

INTEGRITY PACT FOR

Project Name: ___________________________.

Bid Date: ________________________

Bidder Name------------------------------- hereby declares that it has not obtained or induced theprocurement of any contract, right, interest, privilege or other obligation or benefit fromJacobabad Institute of Medical Sciences (JIMS)" or any other entity owned or controlled by(JIMS through joy corrupt business practice.

Without limiting the generality of the foregoing (Bidder Name------------------- represents andwarrants that it has fully declared the brokerage, commission, fees etc. paid or payable toanyone and not given or agreed to give and shall not give or agree to anyone within or outsidePakistan either associate, broker, consultant, director, promoter, shareholder, sponsor orsubsidiary, any commission, gratification, bribe, finder's fee or kickback, whether described asconsultation fee or otherwise , with the object of obtaining or including the procurement of acontract, right, interest, privilege, or other obligation or benefit in whatsoever form fromJacobabad Institute of Medical Sciences (JIMS)"that has been expressly declared pursuanthereto.

Bidder Name--------------------- certify that it has made and will make full disclosure of allagreements and arrangement with all persons in respect of or related to the transaction withJacobabad Institute of Medical Sciences (JIMS)" and has not taken any action or will not takeany action to circumvent the above declaration, representation or warranty.

Bidder Name:-------------- accepts full responsibility and strict liability for making any falsedeclaration, not making full discloser, misrepresenting facts or taking any action likely to defeatthe purpose of this declaration, representation and warranty. It agrees that any contract, right,interest, privilege, other obligation or benefit obtained or procured as aforesaid shall, withoutprejudice to any other right and remedies available to JIMS under any law, contract or otherinstrument, be void at the option of JIMS..

Stamp & Signatures--------------------------

CONTRACT FORM

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 12Ph: (0722) 654862 Email: [email protected]

THIS AGREEMENT made the ____________ day of ______________ 2015 ________ between -----------------------------, Jacobabad Institute of Medical Sciences (JIMS)" hereafter called “the Purchaser”) of theone part and (name of Supplier) of (city and country of Supplier) of the other part.

WHEREAS the Purchaser invited bids for_____________________________________________________ at Jacobabad Institute of MedicalSciences (JIMS)" and has accepted a bid by the Supplier for the supply of those goods and services in thesum of (contract price in words and figures) (hereinafter called “the Contract Price”).

NOR THIS AGREEMENT WITHNESSETH AS FOLLOWS:

1. In this Agreement words and expressions shall have the same meanings as are respectivelyassigned to them in the Conditions of Contract referred to.

2. The following document shall be deemed to form and be read and construed as part of thisAgreement, viz.

(a) The Bid Form and the Price Schedule submitted by the Bidder.(b) The Schedule of Requirements.(c) The Technical Specifications.(d) The General Conditions of Contract.(e) The Purchaser’s Notification of Award.

3. In consideration of the payments to be made by the Purchaser to the Supplier as hereinaftermentioned, the Supplier hereby covenants with the Purchaser to provide the goods and servicesand to remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Purchaser hereby covenants to pay the Supplier in consideration of the provision of thegoods and service and the remedying of defects therein, the Contract price or such other sum asmay become payable under the provisions of the contract at the times and in the mannerprescribed as under:

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance withtheir respective laws the day and year first above written.

Signed, Sealed, delivered by ____________ the _________________ (for the Purchaser)

Signed, sealed, delivered by ____________ the _________________ (for the Supplier)

PERFORMANCE SECURITY FORM

Postal Address: Director Jacobabad Institute of Medical Sciences (JIMS) J.I.M.S Road Jacobabad, Sindh P a g e | 13Ph: (0722) 654862 Email: [email protected]

To: (Name of Purchaser)

WHEREAS (name of Supplier) (hereinafter called “the Supplier”) has undertaken, in pursuance ofContract NO. (reference number of the contract dated ______________ 2015_____ to supply(description of goods and services) (hereinafter called “the Contract”)

AND WHEREAS it has been stipulated by you in the said Contract that the Supplier shall furnish youwith a bank guarantee by a reputable bank for the sum specified therein as security for compliance withthe Supplier’s performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the Supplier a guarantee.

THEEFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of theSupplier, 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 withoutcavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without youneeding to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the __________ day of ____________ 20 _________.

Signature and seal of the Guarantors.

(Name of bank or financial institution)

(Address)

(Date)

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS), JACOBABAD Page 1

Tender No.10

OFFICE OF THE DIRECTOR

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

BIDDING DOCUMENT

FOR

OUTSOURCING OF CAFETERIA &

PATIENT CATERING SERVICE

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS), JACOBABAD Page 2

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 10 Due on 22.12.2015

INVITATION FOR BIDS.

The Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabadinvites the bids:

OUTSOURCING OF CAFETERIA & PATIENT CATERING SERVICE

Bidding is open for all eligible bidders. Bidders can obtainbidding / tender documents prescribed from: The office of the DirectorJacobabad Institute of Medical Sciences (JIMS), Jacobabad.

Complete set of tender / bidding Documents may be obtained/Purchased by the interested bidder on written request to the above office andupon payment of non refundable fee of Rs.3,000 in shape of Pay order in thename of Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad.

Tender Document duly filled in all accompanied with an EarnestMoney Pay Order (Refundable) of Rs.150,000/- for each of the in favor ofDirector Jacobabad Institute of Medical Sciences (JIMS), Jacobabad shouldreach along with Tender Document before closing date.

Tenders/ Bids are to be dropped in the tender box placed / affixedin the office of the Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad on or before 22nd December, 2015 at 11.30 AM

Director JIMS, Jacobabad

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS), JACOBABAD Page 3

NAME OF THEBIDDER (as perRegistrationCertificate)

COMPLETE POSTALADDRESS OF THEBIDDER (as perRegistrationCertificate)

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS), JACOBABAD Page 4

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS, JACOBABAD),JACOBABAD

Tender Document for providing Cafeteria & Patient CateringServices At Jims, Jacobabad, Jacobabad

TECHNICAL BID

1. Earnest Money Deposit (EMD)2. Demand Draft No. dated for Rs.

(Rupees ) drawn on (name of the Bank)in favour of DIRECTOR JIMS, JACOBABAD (To be enclosed with Technical Bid)

COMPANY/FIRM PROFILE

1. Name of the Company/Firm andComplete registered address

1(a) Legal Status (Individual, Proprietaryfirm, Partnership firm, Limited Companyor Corporation)

1 (b) Has your company/firm everchanged its name any time? If so, when,the earlier name and the reason thereof?

1(c) Were you or your company everrequired to suspend catering services fora period of more than 06 monthscontinuously after you commenced thecatering services? If so, give the name ofthe contract and reasons thereof.

1(d) Have you or your constituent ever leftthe contract awarded to you incomplete?If so, give name of the contract andreasons for not completing the contract.

Tech-1/2

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS), JACOBABAD Page 5

Details of annualfinancial turnover(gross)

2011-2012 2012-2013 2013-2014

2. Name, Designation and Tel. No(s) ofthe Contract Person

-Fax No(s)-e-mail address3. Year of commencement of Business4. Statutory Details

(photocopy to be attached)- Registration No. of the Firm- NTN- Service Tax Registration No.

5. Income Tax Assessment CompletionCertificates for the financial years 2012-13, 2013-14 and 2014-15. (In the eventof assessment of the years indicatedhaving not been completed the certificateof the latest assessment completed maybe enclosed and the reason for non-completion of the assessment for therequired years may be indicated).

6. List of present and past clients (Please use separate sheet for each) as per thefollowing format. The information provided will facilitate evaluation of your Technical Bid:

S.No.

Name of theorganization withcomplete postaladdress

Name &designation of theContact Personwith Tel/MobileNo(s)

Date fromwhich thecontractwasawarded

No. ofpersonsdeployedby yourfirm

No. ofpersonsserved

7 Volume of business done during the last three years (please submitdocumentary evidence) (Rs. in Lakh)

Tech-2/2

6 | P a g e

TERMS AND CONDITIONS

GENERAL

1. Please read the Terms & Conditions carefully before filling up the document. IncompleteTender Documents will be rejected.

2. Before submitting the tender, details of documents to be attached may be verified from theCheck List of the Tender Document.

4. The Bidder must write the name & complete postal address of the bidding firm on thereverse side of the Demand Draft(s).

5. The Tender Document must be signed by the authorized signatory and sealed with thestamp of the bidding firm as token of having accepted all the Terms and Conditions ofthis Tender

6. JIMS, Jacobabad reserves the right to obtain feedback from the previous/present clients ofthe Bidder and also depute its team(s) to inspect the site(s) at present contract(s) foron- the-spot first hand information regarding the quality of food and services provided by theBidder. Decision of JIMS, Jacobabad with regard to award of the contract will depend uponthe feedback received by it from the previous/ and present clients and also from itsteam(s) deputed for the purpose. The decision of the in this regard will be final andbinding on all bidders.

7. Tender shall be submitted in JIMS, Jacobabad official tender form only. If submitted in anyother manner, the same shall be summarily rejected. No bidder shall be issued more thanone Tender Form.

8. Tenders received without the prescribed Earnest Money i.e 3 % o f b i d v a l u e Deposit ofshall be rejected.

9. The services to be rendered by the contractor must not be altered by the bidder.

10. No paper shall be detached from the Tender Document.

11. The name and address of the bidder shall be clearly written in the space provided for thepurpose and no over-writing, correction; insertion shall be permitted in any part of thetender unless duly countersigned by the bidder. The tender should be filled in andsubmitted strictly in accordance with the instructions contained herein, otherwise theTender is liable to be rejected.

12. Person signing the bid or other documents connected with tender must clearly write his/hername and also specify the capacity in which signing.

13. The procurement agency may reject any bid subject relevant provision of SPRA Rules2010 and may cancel the bidding process at any time prior to acceptance of bid andproposal as per Rule 25 of said rules.

7 | P a g e

14. Before submitting the filled-in Tender Document to the, the bidders may seek clarification(s),if any, from Accounts office JIMS, Jacobabad OR in person by visiting the duringworking hours by taking prior appointment.

15. The reserves the right to change any condition of the tender before opening of the TechnicalBids.

16. The successful bidder will have to enter into an agreement with the (as per draftagreement given in Annexure-II before taking charge of the Canteen and commencement ofthe canteen work.

17. Canvassing in any form will make the tender liable to rejection.

ELIGIBILITY CONDITIONS/GUIDELINES FOR EVALUATION OF TECHNICAL BIDS

18. Basic Eligibility:

(a) The applicant should be in catering business for a minimum period of five years inHospital setup private or Government as on 25.12.2015.

(b) Experience of having successfully run the catering services during the last fiveyears ending 22.12.2015.as per following:

3 similar completed works each having not less than 200 persons on its diningstrength.

2 similar completed works each having not less than 300 persons on its diningstrength.

1 similar completed works each having not less than 500 persons on its diningstrength.

Similar nature of work means the running of the Canteens/messes of institutions /organizations / companies / Hospitals.

(c) Average Financial Turn-Over (Gross)

The bidder’s average annual financial turnover (gross) in catering services duringthe last three financial years, i.e., 2012-13, 2013-14 and 2014-15, should not beless than 05 Lakh.

(d) Financial Solvency

The bidder should have a solvency of 30% of the cost of the work. A certificate to thiseffect may be enclosed from the banker.

8 | P a g e

(e) Performance Certification

The bidders’ performance, as per format at Annexure-III for each work completed inthe last three years and in hand should be certified by a responsible person fromthe concerned organization. The certificate should also indicate the compliance ofstatutory requirements.

(f) Tenders received without proper documents, including demand draft/ P.O, shall besummarily rejected.

For the purpose of pre-qualification, applicant will be evaluated in the followingmanner:

1. The initial criteria prescribed in Para 19 above, in respect of years of operation inthe business, experience of similar class of work completed and financial turnoverwill first be scrutinized and the applicant’s eligibility for empanelment for the workwill be determined.

2. The above will be followed by the visit of the Team of JIMS, Jacobabad to thesites of the contractor to inspect the site(s) at present contract(s) for on-the-spotfirst hand information regarding the quality of food and services provided etc.

3. On the basis of 1 and 2 above the financial bids will be opened.

GUIDELINES FOR SUBMISSION OF TENDER

19. The bids are to be submitted in two parts -

(i) Sealed Technical Bid, along with a Demand Draft equivalent to 3% of the bid valuedrawn in favor of Director Jacobabad Institute of Medical Sciences (JIMS), JacobabadTowards earnest Money Deposit in one sealed envelope super-scribed “TECHNICALBID FOR PROVIDING CANTEEN SERVICES AT JIMS, JACOBABAD ” summarily rejected;Tender Document received without EMD will be

(ii) Sealed Financial Bid placed in a separate envelop super-scribed: “FINANCIA L BIDFOR PROVIDING CANTEEN SERVICES AT JIMS, JACOBABAD ”.

20. The above mentioned two sealed envelopes should bear the name and complete postaladdress of the bidder. Sealed envelopes containing Technical Bid and Financial Bid shouldbe placed in a bigger envelop super-scribed “BID FOR PROVIDING CANTEEN SERVICES ATJIMS, JACOBABAD”. This bigger envelop, bearing the name & complete postal address ofthe bidder, should be addressed to the Director JIMS, Jacobabad, Circuit House, Airportroad, Jacobabad on or before 10.00 AM on 22nd December, 2015.

Tenders received after due date & time shall not be accepted.

9 | P a g e

OPENING OF BIDS21. The Technical Bids will be opened on 22nd December, 2015 at 11:30 A M at Conference

room JIMS, Jacobabad in the presence of such bidders who may wish to be present, either inperson or through their authorized representatives

22. The Financial Bids of only technically acceptable tenders (as mentioned in para 19 above) willbe opened for further consideration. The decision of the in this regard will be final and norequests etc. will be entertained from the bidders. The date and time of opening offinancial bid(s) will be intimated only to such bidders who are found eligible as per evaluationcriteria prescribed by the .

23. EMD of the unsuccessful bidders will be returned, without interest, within a period ofthree months from the date of award of contract to the successful bidder.

EVALUATION OF FINANCIAL BIDS24. Following weight age shall be given for evaluation of Financial Bids:

(a) Lunch (about 100 per day) - 43%

(b) Tea./Coffee (about 70 units per day) - 38%

(c) Snacks (about 150 pieces) - 10%

(d) Sweets (about 100 pieces) - 09%

25. Financial Bid shall not be the sole criteria for award of contract. Feedback received fromthe previous/present clients and on the spot assessment of the JIMS, Jacobabaddesignated team shall also form the basis of selection.

PERIOD OF CONTRACT26. The contract for Canteen Services shall remain valid initially for t h e d a y s t a r t t i l l 3 0D e c e m b e r , 2 0 1 6 .

27. The one-year contract period is subject to renewal by the on satisfactoryperformance on mutually agreed terms and conditions for a further period of one year or tillsuch time mutually agreed to.

FORFEITURE OF EMD

28. EMD of the successful bidder shall be liable to be forfeited if the contractor does not fulfillany of the following conditions:

i. An agreement is not signed in the prescribed form within ten days of the receipt ofthe Letter of Award of the Contract;

ii. The Contractor does not commence canteen services within seven days of thestipulated date for commencement of canteen services.

10 | P a g e

SECURITY DEPOSIT

29. The su ccessf u l bidder will be required to submit with JIMS, Jacobabad a performancebond equivalent to 10% of the bid value as Performance Security, from Efu, Adamjee or newJubillee assurance, companies on judicial stamp paper of Rs. 100/=

30. If the Contract is terminated by the Contractor without giving stipulated period of notice orfails to observe the terms & conditions of the Tender, Letter of Award for the Contract andthe agreement signed by the Contractor with the , the Security Deposit will be forfeitedwithout prejudice to the JIMS, Jacobabad Management’s right to proceed against thecontractor for any additional damages that the suffers as a result of the breach of theaforesaid terms and conditions.

STATUTORY OBLIGATIONS OF THE BIDDER (CONTRACTOR)

31. The Contractor shall be responsible for engaging adequate number of trained/semi-trainedmanpower required for providing good canteen services in JIMS, Jacobabad

32. The employees of the Contractor should possess good health and should be free from anydiseases, especially contagious and frequently recurring diseases.

33. The Contractor will, prior to the commencement of the operation of contract, makeavailable to JIMS, Jacobabad the particulars of all the employees who will be deployed at theInstitute’s premises for running the Canteen. Such particulars, inter alia, should includeage/date of birth, permanent address, police verification report and profile of the healthstatus of the employees.

34. The Contractor shall ensure proper discipline among his/her workers and further ensurethat they do not indulge in any unlawful activity.

35. Employment of child labour is strictly prohibited under the law. Therefore, the Contractorwill not employ any child.

36. In the event of violation of any contractual or statutory obligations by the Contractor,he/she shall be responsible and liable for the same. Further, in the event of any action,claim, damages, suit initiated against the Institute by any individual, agency or governmentauthority due to acts of the Contractor, the Contractor shall be liable to makegood/compensate such claims or damages to the Institute. As a result of the acts of theContractor, if the Institute is required to pay any damages to any individual, agency orgovernment authority, the Contractor would be required to reimburse such amount to theInstitute or the Institute reserves the right to recover such amount from the payment(s) dueto the Contractor while settling his/her bills or from the amount of Security Deposit of theContractor lying with the Institute.

37. The Contractor shall ensure compliance of all laws relating to cleanliness, sanitary,hygienic and health conditions and other laws in force from time to time with regard to theenvironment around cooking place, dining hall and surrounding etc.

38. The Contractor shall be personally responsible for conduct and behavior of his staff and any

11 | P a g e

loss or damage to Institute’s moveable or immoveable property due to the conduct of theContractor’s staff shall be made good by the contractor. If it is found that the conduct orefficiency of any person employed by the Contractor is unsatisfactory, the Contractor shallhave to remove the concerned person and engage a new person within 48 hours of intimationby JIMS, JACOBABAD. The decision of the Institute’s designated officer in this regard shall befinal and binding on the Contractor

39. The Contractor shall not appoint any sub-contractor to carry out his obligations under thecontract.

40. The Contractor shall keep the Canteen and its surrounding areas clean and up to datesanitation every day after the services are over. The cleaning includes cleaning of kitchen,canteen hall, floor, counter, benches, tables, chairs, etc. JIMS, Jacobabad management willhave 24- hour access to inspect the canteen premises at any time for ensuring the cleanlinessand hygienic conditions of the canteen’s kitchen and dining hall premises

41. The Institute reserves the right to appoint officers/officials to inspect the quality of rawmaterial, food and other items prepared and sold in the canteen. Any defect(s) pointed out bysuch officers/officials during their visits shall be properly attended to by the Contractor.

42. The Contractor shall get the prices of all items approved by the Institute and no changes,what-so-ever shall be made without prior written approval of the Institute.

OTHER OBLIGATIONS OF THE CONTRACTOR

43. The Contractor will use only branded raw material for preparation of items.

44. The Institute will provide to the Contractor space for storing raw material, kitchenequipment as per list provided in Annexure-IV for cooking and preservation of perishableitems, sitting and serving space, etc. free of cost. The Institute shall also provide tablesand chairs in the serving area.

45. Care must be taken to ensure that, while carrying out the work, no fittings, fixtures,furnishings, equipments provided by the Institute are damaged. Any damages done to thesame or any other property will have to be repaired / replaced by the Contractor, failingwhich the same will be got done by JIMS, JACOBABAD at the contractor’s risk and cost. Inthis regard, the decision of the designated officer of JIMS, JACOBABAD shall be final andbinding on the Contractor.

46. All work shall be carried out with due regard to the convenience of JIMS, JACOBABAD. Theorders of the concerned authority shall be strictly observed.

47. The Contractor will deploy adequate manpower for work during late hours and onSaturdays/Sundays, including other holidays, according to the requirement of JIMS,JACOBABAD and the guests/hostellers.

48. Storing/supply/sale and consumption of drugs, alcoholic drinks, cigarettes or any otheritems of intoxication are strictly prohibited in the Institute’s campus, including Canteen. Anybreach of such restrictions by the Canteen Contractor will attract deterrent action against theContractor as per statutory norms.

49. No minimum guarantee will be furnished to the Contractor towards consumption of fooditems. He/she is advised to maintain the highest quality at the minimum possible prices so asto attract the maximum number of student/faculty memebers to avail canteen services.

50. The workers employed by the Contractor shall be directly under the supervision, controland employment of the Contractor and they shall have no connection what-so-ever with(JIMS, Jacobabad). JIMS, Jacobabad shall have no obligation to control or supervise suchworkers or to take any action against them except as permissible under the law. Suchworkers shall also not have any claim against JIMS, JACOBABAD for employment orregularization of their services by virtue of being employed by the CanteenContractor, against any temporary or permanent posts in JIMS, Jacobabad.

51. The Contractor shall ensure that either he/she himself/herself or his/ her representative isavailable for proper administration and supervision at the works to the entire satisfaction ofthe Institute.

52. The Contractor will bring his own tools, cookers, hot boxes, steam boxes,trolleys, equipment, utensils, plates, jugs etc., in sufficient quantity as needed to maintainthe canteen services in addition to what is provided for by JIMS, JACOBABAD.

53. The Contractor shall not use the canteen premises for any other activity except for thepurpose for which it has been provided for.

TERMINATION OF THE CONTRACT

54 The Contract can be terminated by D i r e c t o r JIMS, Jacobabad or the Contractor,after giving one -month notice to the other party extendable by mutual agreement tillalternate arrangements are made. However, JIMS, Jacobabad reserves the right toterminate the contract without giving any notice in case the Contractor commits breachof any of the terms of the contract. Director JIMS, Jacobabad’s decision in such asituation shall be final and shall be accepted by the Contractor without any objection orresistance.

55. On termination of the contract, the Contractor will hand over allthe equipments/furniture/articles etc., supplied by JIMS, Jacobabad, in good workingcondition, back to JIMS, Jacobabad.

56. If the successful bidder withdraws or the services provided by the successfulbidder are not found satisfactory (say in a month or so) from the date of takingover charge of the canteen services, JIMS, Jacobabad reserves the right to terminatethe contract without giving any notice and initiate appropriate necessary action in thematter for making alternate arrangements.

PENALTY

57. The Institute reserves the right to impose a penalty (to be decided by the JIMS,Jacobabad authorities) on the Contractor for any serious lapse in maintaining thequality and the services willfully or otherwise by the Contractor or his staff or for anyadulteration.

58. If the Institute is not satisfied with the quality of eatables served, servicesprovided or behavior of the contractor or his/her employees, the Contractor will beserved with 24-hour notice to improve or rectify the defect(s), failing which the JIMS,Jacobabad will be at liberty to take appropriate necessary steps as deemed fit.

JURISDICTION

59. Dispute, if any, arising out of the Contract, shall be settled by mutualdiscussion, alternatively by legal recourse under jurisdiction of Jacobabad courts only.

NOTE: The EMD and Tender Fee draft should be put in the envelope containing Technical Bid failingwhich the tender shall be rejected forthwith.

a. The sealed envelopes are to be deposited in the tender box placed at the office of Director JIMS,JACOBABAD, Jacobabad or may be sent through registered/speed post addressed to The Director,Jacobabad Institute of Medical Sciences, Jacobabad.

b. Bids will be opened on 11th December 2015 at JIMS, Jacobabad at 11:00 Hrs in the presence ofbidders or their authorized representatives who wish to participate in the bidding process. If theopening date happens to be a closed day/holiday, the tender will be opened on the next workingday.

c. Director, JIMS, Jacobabad reserves the right to amend or withdraw any of the terms andconditions contained in the Tender Document or to reject any or all tenders without giving anynotice or assigning any reason. The decision of the Director, JIMS, Jacobabad in this regard shallbe final.

CHECK LIST OF DOCUMENTS TO BEATTACHED WITH TECHNICAL BID

1. Demand Draft 3% of the bid value or Rs.150,000/- in favor of Director JacobabadInstitute of Medical Sciences (JIMS), Jacobabad

2. Demand Draft for Rs.3,000, for purchasing the tender document (Non-refundable), infavour of Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad.

3. Assessment Order (Certificate) for the last three years

4. Signature of the bidder or his/her authorized signatory on each page of theTender Document as acceptance of the terms and conditions contained in the TenderDocument.

5. Documentary evidence in support of the following:

(i) Number of years of having run canteens in the offices / organizations / hospitals/ places of public utility / institutions / educational institutions along with numberof persons availing the services offered by the contractor;

(ii) List of institutions/organizations (with complete postal addresses) served in thepast and list of institutions/organizations where presently providing canteenservices. Names, designations and telephone numbers of concernedofficers in the respective organizations/institutions may also be indicated;

(iii) Work Plan – indicating the requirement of staff and deployment pattern ofstaff proposed and other details for smooth, efficient and satisfactoryperformance of the contract

6. Original receipt for submission of Tender document.

ANNEXURE-I

LETTER OF TRANSMITTAL

From: (Name & Complete Postal Address of the Applicant)

Chairmen tender committeeJIMS, Jacobabad

SUBJECT: SUBMISSION OF APPLICATION FOR THE CANTEEN SERVICES AT JIMS,JACOBABAD

Sir,

Having examined the details given in invitation for canteen services published in thenewspapers the document for the above work we hereby submit the following documents.

1. We hereby certify that all the statements made and information supplied in theenclosed forms to and accompanying statements are true and correct.

2. We have furnished all information and details necessary for canteen services andhave no further pertinent information to supply.

3. We submit the requisite certified solvency certificate and authorize the chairmentender committee, JIMS, Jacobabad to approach the Bank issuing the solvencycertificate to confirm the correctness thereof. We also authorize JIMS, JACOBABAD Staffto approach individuals, employers, firms and corporation and to visit the workscompleted by us in the past or are in progress at present, to verify our competenceand general reputation

4. We submit the following certificates in support our suitability trained know-how &capability for having successfully completed the following works

S.NO NAME OF WORK CERTIFICATE FROM

1

2

3

Encl:

Date of submission: Signature of Applicant

ANNEXURE-II

DRAFT OF THEAGREEMENT

TO BE JOINTLY SIGNED BY JIMS, JACOBABAD AND THE CONTRACTORFOR RUNNING CANTEEN AT JIMS, JACOBABAD PREMISES,

(To be signed on a Stamp Paper of Rs. 100/-to be purchased by the Contractor)

AGREEMENT

This Agreement made this day the between the Director JIMS, JacobabadCircuit House, Airport road, Jacobabad, (hereinafter called the owner) of and Mr

of M/S of the other part (hereinafter calledthe caterer) and whereas the Institute needs a caterer to run Canteen for supply of tea,coffee, cold drinks, juice, biscuits, snacks, high-tea, break-fast, lunch and etc. mentioned inthe Tender Document invited by the Institute to the staff, students and guests of theInstitute. Whereas it is thought desirable to grant a Contract (not being a lease) to thecaterer to prepare and serve the aforesaid items to the Institute’s staff, patients and guestsin the Canteen, office complex and in the hostels/guest house (in special cases as and whenrequired). The terms and conditions mentioned hereinafter, it is hereby confirmed as havingbeen agreed to between the respective parties as under:

1. That the Caterer has been granted the contract to run Canteen in the premises ofthe Jacobabad Institute of Medical Sciences (JIMS), Jacobabad, initially for a periodtender awarded w.e.f. on the terms & conditions contained in theTender Document, Institute’s Letter of Award of the Contract and this agreement readtogether. If during this period, the performance is found satisfactory, the contract maybe renewed for further specified period on the existing or mutually agreed to terms &conditions. The contract is also terminable on one-month notice by either side.

2. That the items served by the Caterer shall be wholesome and hygienic preparedin the clean atmosphere. The Director JIMS, Jacobabad of this Institute and/ortheir authorized nominees may at any time enter the kitchen area allotted to thecaterer for the purpose of this contract and take away samples of raw material, semi-prepared or fully prepared eatable items free of cost for the purpose of inspection,trial or analysis, and the decision of the authorities of the Institute with regard to thedesirability or quality of the food articles offered for consumption shall be final. If anyitem of the menu/provision of food is found defective or not fit for use/consumption,the Institute’s authorities may - (i) issue warning; and / or (ii) get the saidraw material/items destroyed and ask the Caterer to purchase fresh stocks,without any payment of compensation to the Contractor for the discardedmaterial/items.

If, however, this problem recurs in spite of warning having been issued, theInstitute reserves the right to impose financial penalty as decided by the Institute’sauthorities or the contract may be cancelled without giving any notice.

Agreement-1/3

3. The rates of items to be served by the Caterer shall be valid on annual basis, i.e.,from every year and in-between revision shall NOT be allowed. TheInstitute may, if considered necessary, revise the rates only after one year of thecontract in regard to the items of food/eatables and drinks. Till such time that therevised rates become operative, the caterer shall charge the existing rates.

4. That the caterer shall not make any additions or alterations in the premises allotted tohim for providing canteen services

5. That the caterer has agreed to keep the premises and its surrounding area neat, cleanand tidy at all times and according to the Health/Hygienic conditions bye-laws of theJacobabad Municipal Corporation or any other government/statutory body. In the eventof violation of any of the aforesaid bye-laws in and around the Canteen Kitchen/cookingarea, the caterer shall be responsible for any penalty/fine imposed by the concernedauthorities

6. That the caterer has agreed to provide sufficient number of cooks, waiters andother support staff in the kitchen and dining area and shall take all reasonableprecautions to ensure that these workers attire themselves properly while on duty andare civil, polite, sober and honest in their dealings with the Institute’s staff, students,visitors and guests. He shall also employ only those workers whose antecedents havebeen verified by the police and are medically fit in all respects.

7. That any employee deployed by the Caterer in the premises becomes liablefor suspension or Director JIMS, Jacobabad by the Institute due to his actions,disobedience or misconduct, the caterer shall accept the decision of the Institute asfinal and abide by such decision. In such an event, the Institute shall not in any way beliable for any claim made by the concerned employee of the caterer for wages ordamages and the caterer shall keep the Institute’s authorities indemnified.

8. The Institute will have the right to review the working of this contract from time to timeand if at any time it is found that the caterer has filed to fulfill any of theconditions of this contract or that his working is unsatisfactory, the Institute mayterminate the contract after giving the caterer three-month notice, but no such noticewill be necessary if the contract is terminated on the ground of service of anyundesirable commodity.

09. That the caterer will not transfer or assign any part of his interest under this contractand that this contract shall also be liable to be terminated by the death or insolvency ofthe caterer before the expiry of the period of this contract.

10. That it is agreed between the parties that no interest whatsoever in the premises hasbeen assigned by the Institute to the contractor and the possession of the premises willalways that of the Institute, even when the premises are in use or occupation of thecaterer.

11. The Institute shall provide to the caterer necessary equipments, furniture & fixtures, asper attached Annexure and he shall maintain them in good condition. He shallbe responsible for their maintenance.

Agreement-2/3

12. The caterer shall provide all other implements for running the canteen likecrockery, cutlery, flower posts, livery or the Canteen Staff and these shall be of goodquality and standard.

13. The caterer shall also be responsible for the upkeep of equipments providedby the Institute. In case of any damage to the furniture and equipments (list attached)by any person, he will immediately inform in writing the concerned authorities of theInstitute for recovery of such losses/damages from the defaulters, failing whichthe caterer shall himself be liable to pay the cost as decided by the Institute.

14. All the equipments, furniture/fixtures, including gas and electrical installation ofthe Canteen kitchen/dining area shall be given to Contractor in good workingcondition. These will be used carefully & cautiously by his employees. The coston the repairs will have to bear by the contractor.

In witness whereof the parties have put their hands to this agreement on the day

aforesaid. Owner:

Director JIMS, Jacobabad(Signature)

contractor/caterer

NameDesignation.CNIC No

WITNESSES

(Witness No. 1) (Witness No. 1) Name

Name NameDesignation DesignationCNIC No. CNIC No.

(Witness No. 2) (Witness No. 2) Name

Name NameDesignation DesignationCNIC No. CNIC No.

Agreement-3/3

Page | 19

ANNEXURE-III

FORMAT FOR PERFORMANCE CERTIFICATION REFERRED IN POINT NO.18 (e)

(Furnish this information for each individual work from the employer for whom the workwas executed)

1. Name of the contract and location

2. Agreement no.

a . Scope of Contract b.

b. Contract Cost

c. Date of start

d. Period

e. Amount of compensation levied, if any

f. Performance Report

(i) Quality of Food - Excellent/Very Good/Good/Fair

(ii) Resourcefulness - Excellent/Very Good/Good/Fair

g. Compliance of all statutory requirements- Yes /

No

(Seal of the Organization) (Signature of the Responsible Authority)

Date: Date:_

ANNEXURE - IV

LIST OF CANTEEN/KITCHEN EQUIPMENT/FURNITURE TO BE PROVIDED BYJIMS, JACOBABAD

S. No. Description of Item1. Wash units2. Pantry Service Table3. Work Table with sink4. Exhaust Fan5. Chairs6. Round Tables7. Water Cooler8. Marble Counters9. Cash Counter10. Other Items will be add for the time of contract award

Other items of use will be arranged by the Contractor himself/herself

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS), JACOBABAD Page 21

JACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS), JACOBABAD

TENDER FOR PROVIDING CANTEEN SERVICES AT JIMS, JACOBABAD, JACOBABAD

FINANCIAL BID

Monthly Rent Rs._ (Rupees_ )S. No Name of the Items Amount in RS

Eatable Items1. Tea (100ml)2. Coffee (100ml)3. Snacks/Piece(50gm)4. Plain chaat (300mm diameter) with aaluu& Chnna5. French Fries6. Fresh Juices7. Chicken Biryani per person8. Chicken Pulao per person9. Kabab Roll10. Pastries/Piece11. Chicken Pattie12. vegetable Patties13. Aaluu Samoosas14. Roti/Naan15. Daal chaawal single plate16. Chicken qoorma single plate17. Mix sabze single plate

Packed food items

18. Drinking Water (All Sizes)19. Cold Drinks(200 ml)20. Packed Juices (Standard Quality) Nestle or equivalent21. Flavored Milk(200ml) Pakola or equivalent22. Biscuits roll pack23. Slanty or equivalent24. Kurkure or equivalent25. Chips26. Toffees27. Chocolates equivalent28. Ice- creams29. Any other quality eatable item as mutually agreed to

FB-1/1

1

Tender No.11

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

BIDDING DOCUMENTFOR

PROVISION OF LOCAL PURCHASE MEDICINES,SURGICAL DISPOSABLES ETC.

DAILY / EMERGENCY BASIS ) BY LOCAL CHEMIST/DRUGGISTOR SOLE DISTRIBUTORS.

1

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 11 Due on 22.12.2015

INVITATION FOR BIDS

The Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad invitesthe bids:

Provision of Local Purchase Medicines, Surgical Disposables etc.Daily / Emergency Basis ) by Local Chemist/Druggist or SoleDistributors.

Bidding is open for all eligible bidders. Bidders can obtain bidding / tenderdocuments prescribed from:

Office of the Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad.

Complete set of tender / bidding Documents may be obtained/ Purchased bythe interested bidder on written request to the above office and upon paymentof non refundable fee of Rs.3,000 in shape of Pay order in the name of DirectorJacobabad Institute of Medical Sciences (JIMS), Jacobabad.

Tenders/ Bids are to be dropped in the tender box placed / affixed in the office ofthe Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad on orbefore 22nd December, 2015 at 11.30 AM

Director JIMS, Jacobabad

Page 3 of 6

BIDDING DATA

Procuring Agency : Jacobabad Institute of Medical Sciences (JIMS)

Name of Work : Provision of Local Purchase Medicines, SurgicalDisposables etc. Daily / Emergency Basis ) byLocal Chemist/Druggist or Sole Distributors.

Total Bid Value : Rs.15,000,000/-

Amount of Bid Security : 3% of Bid Quoted Price (Refundable)

Date of Submission : As per Tender Enquiry

Bidding Procedure : Single Stage One Envelope Procedure

Advance Payment : No Advance Payment

Period of Completion : 30 days

Liquidity Damages : 0.05% of the bid price per day after the period ofCompletion upto 10% maximum

Page 4 of 6

INSTRUCTIONS TO BIDDERS

1. The contract resulting from this invitation to tender shall be governed by the SPP Rule2. 2010 (Amended 2013).

3. Sealed Tenders are invited from the General Sales Tax registered firms bearing valid Drugs SaleLicense for retail sale for the Supply of all types of Drugs/Medicines, Surgical Disposables itemsround the clock during the year 2015-16.

4. Any offer received not as per terms and conditions of the tender enquiry/bidding document ofthis institute is liable to be ignored

5. No offer shall be considered :-a. If received after the last date and timeb. The tender is ambiguousc. The tender is unsignedd. The tender is conditionale. Tender is sent by telegram.f. Offer received without requisite earnest money 3%g. Offer received from the firm black listed or suspended by the Health Department,

Government of Sindh.h. Without the original tender receipt.

6. In case the contractor fails to execute the contract strictly in accordance with the terms andConditions laid down in the contract the security deposited shall be forfeited.

7. Duly attested photocopies of CNIC of Executive/Authorized representative must be attachedwith the tender along with copies of National Tax Number (NTN), General Sales TaxRegistration Certificate and valid retail Drugs sale License, two photograph, Shop completeaddress and last six month Bank statement.

8. The sealed bids (Separate technical and financial bids further sealed in one envelop) will bedropped in the tender box placed in the Conference room of this institute on the scheduled dateand time.

9. The Procuring Agency shall have right of rejecting all or any of the Tenders as perprovisions of SPP Rules 2010.

Page 5 of 6

TERMS & CONDITIONS

1. The vender must have valid retail Drugs Sale License, Financially Sound, wellreputed and have shop with comprehensive storage facilities. The shopmust be situated in Jacobabad City. The facility of supplied must beavailable round the clock.

2. In case, the contracting firm offers less discount in comparison to discountoffered to other institution/Hospitals situated in the Jacobabad thedifference will be automatically deducted and adjusted in the bill, however,if any excess amount is paid, the same will also be deducted from thepending bills or security of the said firm.

3. The offered discount shall be from the maximum retail prices fixed by theconcerned regulatory authority, or the manufacturers (where concernedregulatory has permitted to do so) or sole importers for medicines and frommarket price for disposables.

4. The Tenderer shall be bound to accept all terms and conditions of theGovernment / SPPRA and further condition introduced by the Governmentduring the period of contract in addition to the terms, conditions, Rules &regulations of SPPRA.

5. Any erasing /cutting etc. appearing on the offer, must be properly signed bythe person signing the tender.

6. The bidders are required to give their best and most competitive discountfor the items.

7. The Contractors will supply the medicine as per Drugs Act, and rules framedthere under.

8. The Contractor will provide an authentic price list of medicines if and whenrequired for verification of bills.

Page 6 of 6

9. The vender / Contractor will provide warranty certificate regarding qualityof all Drugs medicines, Surgical Disposable items, etc. sold to this institute.Moreover, the contractor will be bound to provide the invoice of his sourceof purchase if and when required along with the warranty that these do notcontravene any provision of Section 23 of Drugs Act, 1976 and Rules framedthere under.

10. The Contractor will be bound to supply the required brand of allDrugs/Medicines recommended by this Institute. In case the contractorprovided brands of his own choice of higher rates than that of thedemanded brand, the extra amount will be adjusted to the valuerecommended brands accordingly.

11. All the bidders are required to provide complete documents in compact filefor their assessment of qualification as prescribed under the rules. Only thefirms which will be declared qualified by this Institute Committee will beentertained in the further contract proceeding.

12. The contractor will submit the bills on monthly basis for payment.

13. Deduction of Income Tax will be made as per prescribed rules.

14. In Case the contractor fails to supply the ordered items on the same day,purchase will be made at firm’s risk and cost from the open market.

15. The Director JIMS, reserves the right to accept or reject any / all tender(s)without assigning any reason.

16. The contractor is responsible to bear the cost of transportation forsupplying of Drugs/Medicines.

17. The contractor will also submit last six month bank statement.

18. A supplier agrees to provide an estimated quantity of items over a mutuallyagreed period of time and price.

Page 7 of 6

Sign & Seal of TendererOn Stamp paper Rs.50

CERTIFICATE

I /We hereby confirm to have read all the terms & conditions

as laid down in the enclosed bidding document including special

instructions and we further abide by all these instruction/conditions of this

tender. We also hereby categorically confirm that the stores offered by us

are exactly of the particulars and specification as laid down in your orders

in all respect.

Sign of Tenderer

Name of Tenderer

Designation of Tenderer

Postal Address

Telephone No. (Landline) Mobile

CNIC No. NTN

Sales Tax No.

E-mail Address

BID PERFORMA FOR LOCAL PURCHASE(DAY TO DAY BASIS)

Sr. No. Type of Drugs/Medicines Offered Discount01 Local Mfg. Medicines/Drugs02 Multinational / Imported Medicines

03 Surgical & Disposable Items

Page 8 of 6

Sign & Seal of Tenderer

1

Tender No.12

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

BIDDING DOCUMENTFOR

LOCAL VENDOR/SUPPLIER IS REQUIRED FORPROVISION OF GENERAL ITEMS & TO CARRY OUT

REPAIR/MAINTENANCE WORK ETC.ON AS REQUIRED BASIS.

1

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 12 Due on 22.12.2015

INVITATION FOR BIDS

The Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad invitesthe bids:

LOCAL VENDOR/SUPPLIER IS REQUIRED FOR PROVISION OFGENERAL ITEMS & TO CARRY OUT REPAIR/MAINTENANCEWORK ETC. ON AS REQUIRED BASIS.

Bidding is open for all eligible bidders. Bidders can obtain bidding / tenderdocuments prescribed from:

Office of the Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad.

Complete set of tender / bidding Documents may be obtained/ Purchased bythe interested bidder on written request to the above office and upon paymentof non refundable fee of Rs.3,000 in shape of Pay order in the name of DirectorJacobabad Institute of Medical Sciences (JIMS), Jacobabad.

Tenders/ Bids are to be dropped in the tender box placed / affixed in the office ofthe Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad on orbefore 22nd December, 2015 at 11.30 AM

Director JIMS, Jacobabad

Page 3 of 6

BIDDING DATA

Procuring Agency : Jacobabad Institute of Medical Sciences (JIMS)

Name of Work : Local Vender / Supplier is required for provisionof General Items & to carry out repair /maintenance work etc. on as required basis.

Amount of Bid Security : 3% of Bid Price

Date of Submission : As per Tender Enquiry

Bidding Procedure : Single Stage One Envelope Procedure

Advance Payment : No Advance Payment

Period of Completion : 30 days

Liquidity Damages : 0.05% of the bid price per day after the period ofCompletion upto 10% maximum

Page 4 of 6

INSTRUCTIONS TO BIDDERS

1. The contract resulting from this invitation to tender shall be governed by the SPP Rule 2010(Amended 2013).

2. Sealed Tenders are invited from the General Sales Tax registered firms bearing valid Drugs SaleLocence for retail sale for the Supply of all types of Drugs/Medicines, Surgical Disposablesitems round the clock during the year 2015-16.

3. Any offer received not as per terms and conditions of the tender enquiry/bidding document ofthis institute is liable to be ignored

4. No offer shall be considered :-a. If received after the last date and timeb. The tender is ambiguousc. The tender is unsignedd. The tender is conditionale. Tender is sent by telegram.f. Offer received without requisite earnest moneyg. Offer received from the firm black listed or suspended by the Health Department,

Government of Sindh.h. Without the original tender receipt.

5. In case the contractor fails to execute the contract strictly in accordance with the terms andConditions laid down in the contract the security deposited shall be forfeited.

6. Duly attested photocopies of CNIC of Executive/Authorized representative must be attachedwith the tender along with copies of National Tax Number (NTN), General Sales TaxRegistration Certificate, two passport size photograph, Shopp address complete last six monthBank statement.

7. The sealed bids (Separate technical and financial bids further sealed in one envelop) will bedropped in the tender box placed in the Conference room of this institute on the scheduled dateand time.

8. The Procuring Agency shall have right of rejecting all or any of the Tenders as perprovisions of SPP Rules 2010.

Page 5 of 6

TERMS & CONDITIONS

1. The vender must have Financially Sound and be well reputed.

2. The Tenderer shall be bound to accept all terms and conditions of theGovernment /SPPRA and further condition introduced by the Governmentduring the period of contract in addition to the terms, conditions, Rules &regulations of SPPRA.

3. Any erasing /cutting etc. appearing on the offer, must be properly signed bythe person signing the tender.

4. The bidders are required to give their best and most competitive discountfor the items.

5. The Contractor will provide an authentic price list of general item if andwhen required for verification of bills and also verify the market price forRepair/Maintenance work of this institute.

6. The vender / Contractor will provide warranty certificate regarding qualityof all General/Disposable items, etc. (if applicable) sold to this institute.Moreover, the contractor will be bound to provide the invoice of his sourceof purchase if and when required along with the warranty

7. The Contractor will be bound to supply the required General items in goodquality and best prices if agreed and recommended by this Institute. In casethe contractor provided brands of his own choice of higher rates than thatof the demanded brand, the extra amount will be adjusted to the valuerecommended brands accordingly.

8. All the bidders are required to provide complete documents in compact filefor their assessment of qualification as prescribed under the rules. Only thefirms which will be declared qualified by this Institute Committee will beentertained in the further contract proceeding.

9. The contractor will submit the bills on monthly basis for payment.

Page 6 of 6

10. Deduction of Income Tax will be made as per prescribed rules.

11. In Case the contractor fails to supply the ordered items on the same day,purchase will be made at firm’s risk and cost from the open market.

12. The Director JIMS, reserves the right to accept or reject any / all tender(s)without assigning any reason.

13. The contractor is responsible to bear the cost of transportation itemssupplied to this institute.

14. The contract will be concluded when the vendor shall offer maximumrebate on supply of goods and services after mutual negotiation and onagreed terms and conditions.

15. Previous experience certificate of government organization or biggerinstitute.

16. The contractor will also submit last six month bank statement.

17. A supplier agrees to provide an estimated quantity of items over a mutuallyagree period of time as per agreed price.

Contractor

Page 7 of 6

On Stamp paper Rs.50

CERTIFICATE

I /We hereby confirm to have read all the terms & conditions

as laid down in the enclosed bidding document including special

instructions and we further abide by all these instruction/conditions of this

tender. We also hereby categorically confirm that the stores offered by us

are exactly of the particulars and specification as laid down in your orders

in all respect.

Sign of Tenderer

Name of Tenderer

Designation of Tenderer

Postal Address

Telephone No. (Landline) Mobile

CNIC No. NTN

Sales Tax No.

PAC Registration Certificate

E-mail Address

Page 1 of 11

Tender No.13

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

BIDDING DOCUMENTFOR

HOSPITAL LENIN, PATIENT GARMENTS, UNIFORMS& PERSONAL PROTECTIVE EQUIPMENT ETC.

Page 2 of 11

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 13 Due on 22.12.2015

INVITATION FOR BIDS

The Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad invitesthe bids:

HOSPITAL LENIN, PATIENT GARMENTS, UNIFORMS& PERSONAL PROTECTIVE EQUIPMENT ETC.

Bidding is open for all eligible bidders. Bidders can obtain bidding / tenderdocuments prescribed from:

Office of the Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad.

Complete set of tender / bidding Documents may be obtained/ Purchased bythe interested bidder on written request to the above office and upon paymentof non refundable fee of Rs.3,000 in shape of Pay order in the name of DirectorJacobabad Institute of Medical Sciences (JIMS), Jacobabad.

Tenders/ Bids are to be dropped in the tender box placed / affixed in the office ofthe Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad on orbefore 22nd December, 2015 at 11.30 AM

Director JIMS, Jacobabad

Page 3 of 11

BIDDING DATA

Procuring Agency : Jacobabad Institute of Medical Sciences (JIMS)

Name of Work : Hospital Lenin, Patient Garments, Uniforms andPersonal Protective Equipment etc.

Bid Validity : 90 Days

Amount of Bid Security : 3% of Bid Quoted Price

Date of Submission : As per Tender Enquiry

Bidding Procedure : Single Stage One Envelope Procedure

Advance Payment : No Advance Payment

Period of Completion : 30 days

Liquidity Damages : 0.05% of the bid price per day after the period ofCompletion upto 10% maximum

Page 4 of 11

INSTRUCTIONS TO BIDDERS

1. The contract resulting from this invitation to tender shall be governed by the SPP Rule2010 (Amended 2013).

2. In the event of Tender being submitted by the firm, it must be signed by thecontractor / Manufacturer / Dealer / Supplier thereof, in the event of the absence of anypartner it must be signed on his behalf by a person holding a power attorney authorized todo so.

3. The amount of Bid Security (SD) shall be Rs.3% of the maximum quoted value of allitems, Bid Security (SD) should be paid by the contractors through Pay Order / DemandDraft of the scheduled banks in favor of Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad

4. The procuring Agency reserves the right to call any or all the bidder[s] to givepresentation / Demonstration for their items / works.

5. The proposal of bid shall be opened publically at the time, date and venue announced andcommunicated to the bidders in advance.

6. The income tax and all Government taxes shall be deducted at source on total value ofbid.

7. The Bidder has to provide the SST Registration Certificate.

8. The Procuring Agency shall have right of rejecting all or any of the Tenders as perprovisions of SPP Rules 2010.

9. Bidders should examine carefully the Summary of Contents. They should visit andinspect the site at their own expense and responsibility and obtain all necessaryinformation prior to submitting the Tender. Any detail/specification missing in thedocument should be obtained from the office of the Director JIMS, Jacobabad beforebidding. Once the Tender is submitted, it will be assumed that no further clarification wasrequired.

10. The Contractors are required to submit the site Organization chart, methodology &work schedule along with Tender documents.

11. Original Tender Purchase Receipt

Page 5 of 11

CONDITIONS OF CONTRACT

Clause – 1: Commencement & Completion Dates of work.The contractor shall not enter upon or commence any portion or work except with the writtenauthority and instructions of the Director Jacobabad Institute of Medical Sciences (JIMS),Jacobabad. Failing such authority the contractor shall have no claim to ask for measurements ofor payment for work.

The contractor shall proceed with the works with due expedition and without delay and completethe works in the time allowed for carrying out the work as entered in the tender shall be strictlyobserved by the contractor and shall reckoned from the date on which the order to commencework is given to the contractor and further to ensure good progress during the execution of thework, contractor shall be bound, in all in which the time allowed for completion of any workexceeds one month to achieve progress on the Prorate basis.

Clause – 2: Liquidated Damages.The contractor shall pay liquidated damages to the Procuring Agency at the rate per day stated inthe bidding data for each day that the completion date is later than the Intended completion date;the amount of liquidated damage paid by the contractor to the Procuring Agency shall not exceedl0% of the contract price. Procuring Agency may deduct liquidated damages from payments dueto the contractor. Payment of liquidated damages does not affect the contractor's liabilities.

Clause – 3: Termination of the Contract.(A) Procuring Agency may terminate the contract if either of the following conditions exits:-

i. Contractor causes a breach of any clause of the Contract;ii. The progress of any particular portion of the work is unsatisfactory and notice of 10 days

has expired;iii. In the case of abandonment of the work owing to the serious illness or death of the

contractor or any other cause.iv. Contractor can also request for termination of contract if a payment certified by the

Director JIMS, is not paid to the contractor within 28 days of the date of the submissionof the bill;

(B) The Director JIMS has power to adopt any of the following courses as may deem fit:-i. To forfeit the security deposit available except conditions mentioned at a (iii) and (iv)

above;ii. To finalize the work by measuring the work done by the contractor.

(C) In the event of any of the above clauses being adopted by the Procuring Agency, thecontractor shall have:-

i. No claim to compensation for any loss sustained by him by reason of his havingpurchased or procured any materials or entered into any engagements, or made anyadvances on account of, or with a view to the execution of the work or the performanceof the contract.

Page 6 of 11

ii. However, the contractor can claim for this work done at site duly certified by theProcurement Agency in writing regarding the performance of such work and has notbeen paid. Procuring Agency / Site Engineer may invite fresh bids for remaining work.

Clause – 4: Extension of Intended Completion DateThe Procuring Agency either at its own initiatives before the date of completion or on desire ofthe contractor may extend the intended completion date, if an event (which hinders the executionof contract) occurs or a variation order is issued which makes it impossible to complete the workby the intended completion date for such period as he may think necessary or proper. Thedecision of the Director JIMS in this matter shall be final; where time has been extended underthis or any other clause of this agreement, the date for completion of the work shall be the datefixed by the order giving the extension or by the aggregate of all such orders, made under thisagreement.

When time has been extended as aforesaid, it shall continue to be the essence of the contract andall clauses of the contract shall continue to be operative during the extended period.

Clause – 5: SpecificationsThe contractor shall execute the whole and every part of the work in the most substantial andwork-man-like manner and both as regards materials and all other matters in strict accordancewith the specifications lodged in the office of the Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad and initiated by the parties, the said specification being a partof the contract. The contractor shall also confirm exactly, fully and faithfully to the designs,drawing, and instructions in writing relating to the work signed by the Director JIMS and lodgein his office and to which the contractor shall be entitled to have access at such office or on thesite of work for the purpose of inspection during office hours and the contract or shall, if he sorequires, be entitled at his own expense to make or cause to be made copies of the specifications,and of all such designs, drawings, and instructions as aforesaid.

Clause – 6: Payments.

(B) The Final Bill. A bill shall be submitted by the contractor within ten days of the date fixedfor the completion of the work otherwise the total amount payable for the works shall be finaland binding on all parties.

Clause – 7: Reduced Rates. In cases where the items of work are not accepted as so completed,the Director JIMS may make payment on account of such items at such reduced rates as hemay consider reasonable in the preparation of final or on running account bills with reasonsrecorded in writing.

Page 7 of 11

Clause – 8: Issuance of Variation and Repeat Orders.(A) Procuring Agency may issue a Variation Order for procurement of works, physical servicesfrom the original contractor to cover any increase or decrease in quantities, including theintroduction of new work items that are either due to change of plans.

(B) Contractor shall not perform a variation until the Procuring Agency has authorized thevariation in writing subject to the limit not exceeding the contract cost by of 15% on the sameconditions in all respects on which he agreed to do them in the work, and at the same rates, as arespecified in the tender for the main work. The contractor has no right to claim for compensationby reason of alterations or curtailment of the work.

(C) In case the nature of the work in the variation does not correspond with items in the Bill ofQuantities, the quotation by the contractor is to be in the form of new rates for the relevant itemsof work, and if the Director JIMS is satisfied that the rate quoted is within the rate worked out byhim on detailed rate analysis, and then only he shall allow him that rate after approval fromauthority.

(D) The time for the completion of the work shall be extended in the proportion that theadditional work bear to the original contact work.

(E) In case of quantities of work executed result the Initial Contract Price to be exceeded bymore than 15%, and then Incharge can adjust the rates for those quantities causing excessthe cost of contract beyond 15% after approval of the Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad.

(F) Repeat Order: Any cumulative variation, beyond the 15% of initial contract amount, shall besubject of another contract to be tendered out if the works are separate from the original contract.

Clause – 9: Quality Control.

1) Physical examination of Linen Itemsi) The Inspection committee constituted by the consignee shall carry out the physical examination after

receipt of supplies for checking quality / quantity of the goods supplied.ii) If the Goods supplied are found during physical examination / inspection to be against the required

specifications, approved samples, etc, even if it is of standard quality, the Procuring Agency mayreject the goods, and the Supplier shall either replace the rejected goods or arrange alterationsnecessary for rectification of observation, to meet the required specifications free of cost.Replacement in lieu of the rejected supplies must be completed within 20 days from the date ofcommunication of decision to the Manufacturer / Supplier by the Concerned Authority. In case afterreplacement or alteration, the Inspection Committee again declare the item as of against the requiredspecifications, the supply would completely be rejected and the proportionate amount of performancesecurity of the concerned installment would be forfeited to the government account and the firm shallbe blacklisted minimum for one year. However, if the entire supplies/ installments are declared as ofagainst the required specifications, the entire performance security shall be forfeited and the firm shallbe blacklisted minimum for two years; onus of proof of innocence shall be on the supplier.

2) Delivery and Documents: The Supplier in accordance with the terms specified in the BiddingDocuments shall make delivery of the goods. The details of documents to be furnished by the Supplierare specified in Special Conditions of the Contract.

3) Insurance: The goods supplied under the Contract shall be delivered duty paid.

Page 8 of 11

Transportation: The Supplier shall arrange such transportation / cold chain maintenance of the goods asis required to prevent their damage or deterioration during transit to their destination. The goods shall bedelivered in Jacobabad Institute of Medical Sciences (JIMS), Jacobabad on the risk and cost of theSupplier. All taxes shall be borne by the Supplier. Transportation including loading / unloading of goodsshall be arranged and paid for by the Supplier.

(A) Identifying Defects:If at any time before the security deposit is refunded to the contractor / during defect liabilityperiod mentioned in bid data, the Procurement Agency of the work may instruct the contractorto uncover and test any part of the works which he considers may have a defect due to use ofunsound materials or unskillful workmanship and the contractor has to carry out a test at his owncost irrespective of work already approved or paid.

(B) Correction of Defects: The contractor shall be bound forthwith to rectify or remove andreconstruct the work so specified in whole or in part, as the case may require. The contractorshall connect the notified defect within the Defects Correction Period mentioned in notice.

Uncorrected Defects:(i) In the case of any such failure, the Site Director JIMS shall give the contractor

at least 14 days notice of his intention to use a third party to correct a defect. Hemay rectify or remove, and re-execute the work or removed and replace the materialsor articles complained of as the case may be at the risk and expense in all respects ofthe contractor.

(ii) (ii) If the Director JIMS considers that rectification / correction of a defect is notessential and it may be accepted or made use of; it shall be within his discretion toaccept the same at such reduced rates as he may fix therefore.

Clause – 10: Inspection(A) Inspection of Operations. Director JIMS, shall have access to the site for supervision andinspection of works under or in course of execution in pursuance of the contract and thecontractor shall afford every facility for and every assistance in obtaining the right to suchaccess.

(B) Dates for Inspection and Testing: The Procurement Agency shall give the contractorreasonable notice of the intention to visit the work shall have been given to thecontractor, then he either himself be present to receive orders and instructions, or have aresponsible agent duly accredited in writing present for that purpose, orders given to thecontractor's duly authorized agent shall be considered to have the same force an effect as ifthey had been given to the contractor himself.

Clause - 11: Examination of work before covering up(A) No part of the works shall be covered up or put out of view beyond the reach without

giving notice of not less than five days to the Director JIMS, whenever any such part ofthe works or foundations is or are ready or about to be ready for examination the DirectorJIMS shall, without delay, unless he considers it unnecessary and advises the contractoraccordingly, attend for the purpose of .

(B) If any work is covered up or placed beyond the reach of measurement without suchnotice having been given, the same shall be uncovered at the contractor's expense, and in

Page 9 of 11

default there of no payment or allowance shall be made for such work, or for thematerials with which the same was executed.

Clause – 12: Risks. The contractor shall be responsible for all risks of loss of or damage tophysical property or facilities or related services at the premises and of personal injury anddeath which arise during and in consequence of its performance of the contract. if anydamage is caused while the work is in progress or become apparent within three months of thegrant of the certificate of completion, final or otherwise, the contractor shall make good the sameat his own expense, or in default the Director JIMS, may cause the same to be made good byother workmen, and deduct the expenses from Security Deposit lying with the Procuring Agency.

Clause – 13: Disputes: All disputes arising in connection with the present contract,and which cannot be amicably settled between the parties, the decision of theDirector Jacobabad Institute of Medical Sciences (JIMS), Jacobabad shall be final,conclusive and binding on all parties to the contract upon all questions relating to themeaning of the specifications, designs drawings, and instructions, hereinbeforementioned and as to the quality of workmanship, or materials used on the work oras to any other questions, claim, right matter, or thing whatsoever in any way arisingout of or relating to the contract design, drawings, specifications, estimates,instructions, orders or these conditions or otherwise concerning the works, or theexecution, of failure to execute the same, whether arising, during the progress ofthe work, or after the completion or abandonment thereof.

(a) The bidder shall provide a list of plant, major machinery and equipment installed in thefactory. In case of imported Linen Items, the profile / credentials of the foreign Manufacturer in therespective foreign country shall be provided along with bid.

Contractor

Page 10 of 11

Clause 14. Evaluation & Comparison of Bids

i. The Procuring Agency shall evaluate and compare the bids, which have been determined to

be substantially responsive.

ii. The Procuring Agency’s evaluation of technical proposal / bid shall be on the basis of

previous performances, previous test reports, inspection of plant/ factory / premises (if not

previously conducted), previous experience, financial soundness and such other details as

the Procuring Agency, at its discretion, may consider appropriate, shall be considered.

However, the evaluation of financial proposal shall be on the basis of price inclusive of

prevailing taxes and duties in pursuant to instruction to bidders.

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms &

conditions set forth in these bidding documents.

iv. 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.

2. Evaluation Criteria:

i. For the purposes of determining the lowest evaluated bid, facts other than price such as

previous performances, inspection of plant / factory /premises, previous experience,

financial soundness and such other details as the Procuring Agency, at its discretion, may

consider appropriate shall be taken into consideration. The following merit point system for

weighing evaluation factors/ criteria can be applied for the TECHNICAL PROPOSALS.

The number of points allocated to each factor shall be specified in the Evaluation Report.

Page 11 of 11

Evaluation Criteria Linen Items:

Name of Firm: _______________________S# Parameters Detail Marks Remarks

1 Bidder’s PastPerformance(Last oneyear) As perBid Form 4

Major institutions served:i. No institution served 0ii. 1 4iii. 2 to 3 8iv. 4 to 5 12v. 6 to 7 16vi. 8 and above 20

20 Institutions includeGovernmentdepartments andautonomousdepartments. Submitsupply orders

2 Bidder’sMarketexperiencein quoteditems

i. <5 years 05-6 years 8

ii. 6-8 year 14iii. Above 8 years 20

20 Bidders having lessthan 5 yearsexperiences areineligible. Provideevidence of no ofyears in business

3 Registrationand financialstatus

i. Last year’s audited balancesheet

5

ii. Tax returns (last 3 years) 5iii. Bank Certificate 5

15 Bidder can providemore than one Bankcertificates showinggood financial status

4 CompanyProfile i. Technical staff 2

ii. Plants 2iii. Transport vehicles 1

5 Suppliers willprovideinformation ofthe manufacturersalso

5 Samplesi. Excellent 40ii. Good 25iii. Satisfactory 10iv. Unsatisfactory 0

40 Bidder willprovide samplesfree of cost.

The Bank will certify about the Bidder’s financial worth, liquidity status, reputation and that they havenever defaulted in financial transactions and letter of credits (LCs).

Total marks: 100 Total marks Obtained:

Qualifying marks 60%

Page 12 of 11

CONTRACT FORMTHIS CONTRACT is made at --------------on----------- day of------------ 2015, between the DirectorJacobabad Institute of Medical Sciences (JIMS), Jacobabad (hereinafter referred to as the “ProcuringAgency”) of the First Part; and M/s (firm name) a firm registered under the laws of Pakistan and having itsregistered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafterreferred 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 (firmname) being the Manufacturer of (item name) in Pakistan and ancillary services offered to supply therequired item (s); and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of(item name) cost per unit,

NOW THIS CONTRACT WITNESSES AS FOLLOWS:1. In this Contract words and expressions shall have the same meanings as are respectively assigned to

them in the General/ Special 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. Price Schedule submitted by the bidder,b. Technical Specifications;c. General Conditions of Contract;d. Special Conditions of Contract; ande. Procuring Agency’s Award of contract; andf. Purchase Order

3. In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinaftermentioned, the Supplier hereby covenants with the Procuring Agency to provide the Goods and Servicesand 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 theGoods and Services and the remedying of defects therein, the Contract Price or such other sum as maybecome payable under the provisions of this Contract at the time and in the manner prescribed by thisContract.

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 Sindh or any administrativesubdivision or agency thereof or any other entity owned or controlled by it (Government of Sindh)through any corrupt business practice.

6. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it hasfully declared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed togive and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectlythrough any natural or juridical person, including its affiliate, agent, associate, broker, consultant,director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s feeor kickback, whether described as consultation fee or otherwise, with the object of obtaining or includingthe procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever formfrom Government of Sindh, 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 arrangementswith all persons in respect of or related to the transaction with Government of Sindh and has not takenany 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 makingfull 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 orbenefit obtained or procured as aforesaid shall, without prejudice to any other right and remediesavailable to Procuring Agency under any law, Contract or other instrument, be void able at the option ofProcuring Agency.

Page 13 of 11

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

10. In case of any dispute concerning the interpretation and/or application of this Contract shall be settledthrough arbitration. The Director JIMS or his nominee shall act as sole arbitrator. The decisions takenand/or award made by the sole 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 exclusivejurisdiction.

12. If the firms provide substandard item and fail to provide the item as per specification laid down in theTechnical Specification Form / Tender Enquiry, the procuring agency shall be entitled to make otherarrangement at the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid bythe Firm.

13. Incase of supply of substandard product the destruction cost will be borne by the firm i.e. burning,Dumping, Incineration

14. Partial supply shall not be accepted.15. Quality/quantity of Linen Items supplied will be checked by the concerned hospital through inspection

committee notified by the concerned Director.16. The supply shall not be accepted if found substandard. The seller shall be bound to replace the

substandard stores immediately.17. Seller shall ensure timely, continuous / uninterrupted supply of Linen Items to the end users as per

demand throughout the contract period.18. The seller shall have to supply such quantity as ordered.19. The seller shall provide free delivery of Linen Items to consignee at the hospital.20. If the rates charged by the seller are found higher than the market rates the extra money charged shall

have to be refunded by the seller.21. Payment will be made by the end users as per rules after completion of all codal formalities.22. In case of breach of terms & conditions of contract agreement security of the seller shall be forfeited.23. This contract agreement shall remain valid till 30th June, 2016.24. The seller will be responsible to refund any excess amount paid due to any error in calculation or mistake

in evaluating the offer.

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_______________(theplace) and shall enter into force on the day, month and year first above mentioned.

NAME ______________________________FATHER’S NAME _____________________DESIGNATION ______________________ADDRESS ____________________________NIC # _________________SIGNATURE & STAMP ___________________

Page 14 of 11

BID FORMDate: ________________No. _________________

To: ___________ [Name and address of Procuring Agency]

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 BiddingDocuments for the sum of [Total Bid Amount ______________], [Bid Amount inwords____________________________________] or such other sums as may be ascertained in accordancewith 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 schedulespecified in the Schedule of Requirements. If our bid is accepted, we shall furnish performance guarantee /security in the shape of call deposit (CDR) / Bank Guarantee equivalent to 3% of the total contract amount.The CDR shall be in the Name of Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad. Weagree to abide by this bid for a period of 03 months from the date fixed for bid opening under instruction tothe bidders, and it shall remain binding upon us and may be accepted at any time before the expiration ofthat period. Until a formal Contract is prepared and executed, this bid, together with your written acceptancethereof and your notification of award shall constitute a binding Contract between us.

We understand that the Procuring Agency is not bound to accept the lowest or any bid, ProcuringAgency may receive.

Name and address --------------------------- Amount -----------------------(If none, state “none”).”Dated this ________________day of _____________________________20__.

Signature (in the capacity of) Duly authorized to sign bid for and on behalf of.Attachment

PRICE SCHEDULE FOR LINEN ITEMS IN PAK RUPEESName of bidder________________________________________________No. ___________Sr.No.

Item AccountingUnit

QuantityRequired

Unit Price Total Cost

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

Page 15 of 11

S.n. LinenRates peritem (In

Rs.)In words

1 OT Towel 90 x 90cm (As per sample)

2 Mcin Tosh 33"/34" width (As persample)

3 Rexene Cloth 47"/48" width (As persample)

4Rexene Cover for Foam Matters 6' x3' x 4", 6 ½’ x 3 ¼’ x 4 & 6 ½’x 3’ x 4”(As per sample)

5 Bed Sheet

6 PyJama

7 Towel (Big/Small

8 Gown

9 Pillow cover

10 Warm Blanket

11 Shirt

12 Draw sheet

13 Duster 85 cm. X 85 cm

14 Eye Towel

15

Abdomen sheet 48" X 72 withslit starting at 30" from oneend for reinforced slitmargins-(14") Wt. (350-400gm) approx

16 Leggies

17Doctors Gown Cloth andstitching should be fine.

18

Baby Sheet 175 cm X 275 cmWt. (750-800 gm) approx.

19 Baby Towel

20 Baby Blanket

21 Dari

Page 16 of 11

22blanket (Check) 150 cm. X 250cm Weight (2.5 kg.) approx

23Blanket (Red) 150 cm. X 250cm.Weight (2.5 Kg) Approx.

24 Technician's Gown (White)

25 Floor Mops 90 cm. X 90 cm.

26

Mattresses (Rubber Foam) forpatient examination table72"x24"x2

27Cotton Pillow (white) Weight-1kg (approx.) Size- 66cmx40cm

28Cover with inner flap Size -.66cmx40cm

29

Gown (Dark green) O.T. Gownwith flap secure fastener infront be customizedLength-52" Chest- 62"Sleeves-26" (approx.)

30 Turkish towel

31Surgeon Kurta/Pajama (SkyBlue)

32 Kurtal Pajama (Light Green)

33Kurta/Pajama for Technician(Dark grey)

34KurtalPajama set for patients(Navy blue)

35

Stitched Gynae LeggingStandard size tocustomized

CATEGORY OF STAFF UNIFORM37 Personal Assistants (As per sample)

38Counter Staff (Male) (As per sample)

Page 17 of 11

39 Counter Staff (Female) (As persample)

40Technical Staff (electrician, plumber,mechanic, tube well, generator andlift operators) (As per sample)

41 Drivers (As per sample)42 Ward Boys (As per sample)43 Office Attendants (As per sample)44 Aya (As per sample)

45 Lab and other staff (As per sample)

46 Any other Item related to Hospital

Note: Lenin / Patients Garments which are not mentioned in the list, areotherwise in use in hospitals, samples of same may also be provided along with pricetag for selection.

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

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 1 of 26

Tender No.14

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD, SINDH.

BIDDING DOCUMENTFOR

PROCUREMENT OFPRINTING OF HOSPITAL / OFFICE MATERIAL ETC.

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 2 of 26

OFFICE OF THE DIRECTORJACOBABAD INSTITUTE OF MEDICAL SCIENCES (JIMS)

JACOBABAD (SINDH)

Tender Inquiry No: 14 Due on 22.12.2015

INVITATION FOR BIDS.

The Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabadinvites the bids:

Procurement of Printing of Hospital / Office Material etc.

Bidding is open for all eligible bidders. Bidders can obtainbidding / tender documents prescribed from: The office of the DirectorJacobabad Institute of Medical Sciences (JIMS), Jacobabad.

Complete set of tender / bidding Documents may beobtained/ Purchased by the interested bidder on written request to theabove office and upon payment of non refundable fee of Rs.3000 inshape of Pay order in the name of Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad.

Tenders/ Bids are to be dropped in the tender box placed /affixed in the office of the Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad on or before 22nd December, 2015 at 11.30AM

Director JIMS, Jacobabad

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 3 of 26

CHECK LIST

S # DETAILYES /NO

PAGE#

KNOCK OUT CLAUSES

1 Original receipt for purchase of tender.2 Valid National ID Card (NADRA).3 Company profile (Name, Address, and Tel No).4 Acceptance of terms and condition of tender documents duly signed and stamped.5 Min One year experience in supplies to Government / Autonomous institutions.

6An affidavit on stamp paper of Rs.100/- submitting that the firm is never blacklistedon any grounds whatsoever from Government / Autonomous institutions.

7 Price should not be mentioned on technical bid, if mentioned, bid will be cancelled.8 Valid National Tax Number.9 Valid General Sale Tax certificate.

10 Valid Professional Tax certificate.11 Valid Income Tax Certificate

12Bid security 3% of the package / total bid price in the shape of Pay order in thename of Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad

13 The bidder should provide soft copy of quoted items in shape of CD

GENERAL CLAUSES

1 Detail of staff / profile of company

2Supply orders detail over last one year (minimum) from Government organization /Autonomous institutions.

3An affidavit on stamp paper of Rs.20/- that the bidder shall provide Printing Itemsto Jacobabad Institute of Medical Sciences (JIMS), Jacobabad

4 Latest tax paid, balance sheet, audit inspection report.

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 4 of 26

INSTRUCTIONS TO BIDDERS

1. Eligible bidders: This Invitation for Bids is open to all printers having income tax/sale taxregistered distributors/suppliers for the supply of printing items on Free Delivery toConsignee’s end basis. The bidders shall not be under a declaration of ineligibility for corruptand fraudulent practices, declared by any Government (Federal/Provincial/District), a LocalBody or a Public Sector Organization.

2. Eligible Goods and Services: All goods and related services to be supplied under thecontract shall have their origin in eligible source countries and all expenditures made underthe contract shall be limited to such goods and services. For this purpose, the term “Goods”includes any Goods that are the subject of this Invitation for Bids and the term “Services”shall include related services such as transportation, insurance etc. The “origin” means theplace where the goods are mined, grown, or produced, or the place from which the relatedservices are supplied. Goods are produced through manufacturing or processing, orsubstantial and major assembly of ingredients / components, a commercially recognizedproduct results that is substantially different in basic characteristics or in purpose or utilityfrom its components.

3. Cost of Bidding: The bidder shall bear all costs associated with the preparation andsubmission of its bid, and the Procuring Agency shall in no case be responsible or liable forthose costs, regardless of the manner or outcome of the bidding process.

THE BIDDING DOCUMENTS

4. Content of Bidding Documentsi. The goods required, bidding procedures, and contract terms are prescribed in the bidding

documents. In addition to the invitation for bids, the bidding documents shall include:-a) Instructions to bidders;b) General Conditions of Contract;c) Special Conditions of Contract;d) Schedule of Requirements;e) Technical Specifications;f) Manufacturer’s Authorization Form;g) Performance Guaranty Form;

ii. The “Invitation for Bids” does not form part of the Bidding Documents and is included asa reference only. In case of discrepancies between the Invitation for Bid and the BiddingDocuments listed above, the said Bidding Documents shall take precedence.

iii. The bidder is expected to examine all instructions, forms, terms, and specifications in thebidding documents.

iv. Failure to furnish all information required by the bidding documents or to submit a bidnot substantially responsive to the bidding documents in every respect shall be at thebidder’s risk and may result in the rejection of its bid.

5. Clarification of Bidding Documents: A prospective bidder requiring any clarification of thebidding documents may notify the Procuring Agency, in writing at the Procuring Agency’saddress, indicated in the Invitation for Bids. The Procuring Agency shall respond in writingto any request for clarification of the bidding documents, which it receives no later than ten(10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids.Written copies of the Procuring Agency’s response (including an explanation of the querybut without identifying the source of inquiry) shall be sent to all prospective bidders that

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 5 of 26

have received the bidding documents. Pre-bid conference shall be arranged for clarificationsof the bidders on the date and time mentioned above under bio-data sheet.

6. Amendment of Bidding Documents: At any time prior to the deadline for submission ofbids, the Procuring Agency, for any reason, whether at its own initiative or in response to aclarification requested by a prospective bidder, may modify the bidding documents byamendment. All prospective bidders that have received the bidding documents shall benotified of the amendment in writing or by phone, and shall be binding on them. In order toallow prospective bidders reasonable time in which to take the amendment into account inpreparing their bids, the Procuring Agency, at its discretion, may extend the deadline for thesubmission of bids.

PREPARATION OF BIDS

7. Language of Bid: The bid prepared by the bidder, as well as all correspondence anddocuments relating to the bid exchanged by the bidder and the Procuring Agency shall bewritten in English. Supporting documents and printed literature furnished by the biddermay be in another language provided they are accompanied by an accurate translation inEnglish, in which case, for purposes of interpretation of the Bid, the translation shall govern.

8. Documents Comprising the Bid: The bid shall comprise the following components:

(a) Bid Form and Price Schedule completed in accordance with instruction to bidders (to besubmitted along with financial proposal).

(b) Documentary evidence established in accordance with instruction to bidders that thebidder is eligible to bid and is qualified to perform the Contract if its bid is accepted;

(c) Documentary evidence established in accordance with instruction to bidders that thegoods to be supplied by the bidder are eligible goods and conform to the biddingdocuments; and

(d) Bid Security @ 3% of the total value of the bid in the shape of Pay order in favor ofDirector Jacobabad Institute of Medical Sciences (JIMS), Jacobabad to be submitted withfinancial offer.

9. Bid Form & Price Schedule: The bidder shall complete the Bid Form and an appropriatePrice Schedule furnished in the bidding documents, indicating the goods to be supplied, abrief description of the goods, their strength, packing, quantity, and prices.

10. Bid Prices:i. The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid

price of the goods, it proposes to supply under the Contract.ii. Form of price Schedule is to be filled in very carefully, preferably typed. Any alteration

/correction must be initialed. Every page is to be signed and stamped at the bottom. Serialnumber of the quoted item may be marked with red / yellow marker.

iii. The bidder should quote the prices of goods according to the technical specifications asprovided in the Form of Price Schedule and Technical Specifications. The specifications ofgoods, different from the demand of bid enquiry, shall straightway be rejected.

iv. The bidder is required to offer competitive price. All prices must include the GeneralSales Tax (GST) and other taxes and duties, where applicable. If there is no mention oftaxes, the offered / quoted price shall be considered as inclusive of all prevailingtaxes/duties. The benefit of exemption from or reduction in the GST or other taxes shallbe passed on to the Procuring Agency.

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 6 of 26

v. Prices offered should be for the entire quantity demanded; partial quantity offers shallstraightaway be rejected. Conditional offer shall also be considered as non-responsivebidder.

vi. While tendering your quotation, the present trend / inflation in the rate of goods andservices in the market should be kept in mind. No request for increase in price due tomarket fluctuation in the cost of goods and services shall be entertained.

11. Bid currencies: Prices shall be quoted in Pak Rupees.

12. Documents Establishing bidder’s Eligibility and Qualificationi. 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.ii. 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 eligible asdefined under instruction to the bidders

iii. The documentary evidence (to be submitted along with technical proposal) of the bidder’squalifications to perform the Contract if its bid is accepted shall establish to the ProcuringAgency’s satisfaction:(a) The Sole Agent / Importer shall have to produce letter of authorization fromManufacturer (Director) and in case of Manufacturer, documentary proof includingmanufacturing license / registration certificate, to the effect that they are the originalmanufacturer of the required specifications of goods, shall be provided.(b) National Tax Number (NTN) and General Sales Tax Number (GST) (if applicable) withdocumentary proof shall have to be provided by each bidder in the tender.(c) The bidder shall submit an affidavit on legal stamp paper of Rs. 100/- that their firm isnot blacklisted on any ground by any Government (Federal/Provincial/District), a localbody or a Public Sector Organization. The bidder shall be debarred from bid on account ofsubmission of false statement.(d) The bidder should have minimum one-year experience in the market. Similarly, it ismandatory that the item to be quoted by the bidder / Manufacturer should haveavailability in the market minimum for the last one year. Documentary proof shall have tobe provided in this regard.(e) The bidder is required to provide with the Technical Proposal, the name of item(s) forwhich they have quoted their rates in the Financial Proposals.(f) The bidder must indicate the registration number, make of country of origin /Manufacturer of the printing items, capacity of production of the firm, its financial status,batch capacity, necessary assurance of quality production, GMP / CGMP, and list ofqualified technical and supervisory staff working in the production and quality controldepartments in the manufacturing plants.(g) The bidder shall provide a list of plant, major machinery and equipment installed inthe factory. In case of imported printing items, the profile / credentials of the foreignManufacturer in the respective foreign country shall be provided along with bid.

13. Documents Establishing Good’s Eligibility and Conformity Bidding Documents:

i. The bidder shall furnish along with Technical Proposal, as part of its bid, documentsestablishing the eligibility and conformity to the bidding documents of all goods, whichthe bidder proposes to supply under the Contract.

ii. The documentary evidence of the eligibility of the goods shall consist of a statement in thePrice Schedule of the country of origin of the goods offered which a certificate of originissued by the Manufacturer shall confirm.

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 7 of 26

14. Bid Security @ 3% of the total bid amount in the shape of Pay Order in favor of DirectorJacobabad Institute of Medical Sciences from any schedule bank shall be furnished by thebidder along with financial offer.

15. Bid Validity

i. Bids shall remain valid for the period of Three (3) Months after the date of opening ofTechnical Bid, prescribed by the Procuring Agency. A bid valid for a shorter period shallbe rejected by the Procuring Agency as non-responsive.

ii. The Procuring Agency shall ordinarily be under an obligation to process and evaluate thebid within the stipulated bid validity period. However, under exceptional circumstancesand for reason to be recorded in writing, if an extension is considered necessary, all thosewho have submitted their bids shall be asked to extend their respective bid validityperiod. Such extension shall be for not more than the period equal to the period of theoriginal bid validity.

iii. bidders who,-(a) Agree to the Procuring Agency’s request for extension of bid validity period shall notbe 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 withdrawtheir bids without forfeiture of their bid securities (earnest money).

16. Format and Signing of Bid:

i. The bidder shall prepare and submit its bid along with original purchase receipt. The bidshall be typed or written in indelible ink and shall be signed by the bidder or a person orpersons duly authorized to bind the bidder to the Contract. The person or persons signingthe bid shall initial all pages of the bid, except for un-amended printed literature.

ii. Any interlineations, erasures, or overwriting shall be valid only if they are initialed by theperson or persons signing the bid.

SUBMISSION OF BIDS

17. Sealing and Marking of Bids

i. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICALPROPOSAL” in bold and legible letters to avoid confusion. The inner and outer envelopesshall be sealed and:

ii. Be addressed to the Procuring Agency at the address given in the Invitation for Bids and;iii. Bear the name and number indicated in the Invitation for Bids.iv. The inner envelopes shall also indicate the name and address of the bidder to enable the

bid to be returned unopened in case it is declared as “non-responsive” or “late”.v. If the outer as well as inner envelopes are not sealed and marked as required by

instruction to bidders, the Procuring Agency shall assume no responsibility for the bid’smisplacement or premature opening and shall be rejected forth with.

18. Deadline for Submission of Bids:

Bids must be submitted by the bidder and received by the Procuring Agency at the addressspecified under instruction to bidders, not later than the time and date specified in theInvitation for Bids. The Procuring Agency may, at its discretion, extend this deadline for thesubmission of bids by amending the bidding documents in accordance with instruction to

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 8 of 26

bidders, in which case all rights and obligations of the Procuring Agency and bidderspreviously subject to the deadline shall thereafter be subject to the deadline as extended.

19. Late Bid: Any bid received by the Procuring Agency after the deadline for submission of bidsprescribed by the Procuring Agency shall be rejected and returned unopened to the bidder

20. Withdrawal of Bids: The bidder may withdraw its bid after the bid’s submission and prior tothe deadline prescribed for submission of bids. No bid may be withdrawn in the intervalbetween the deadline for submission of bids and the expiration of the period of bid validityspecified in instruction to bidders.

OPENING AND EVALUATION OF BIDS

21. Opening of Bids

i. The Procuring Agency shall initially open only the envelope marked “TECHNICALPROPOSAL” in the presence of bidders’ representatives who choose to attend, at thetime, on the date, and at the place specified in the Invitation for Bids. The bidders’representatives who are present shall sign the Attendance Sheet evidencing theirattendance. However, the envelope marked as “FINANCIAL PROPOSAL” if it is sealedshall be retained in the custody of Procuring Agency without being opened and tillcompletion of the evaluation process.

ii. The bidders’ names, item(s) for which they quoted their rate and such other details as theProcuring Agency, at its discretion, may consider appropriate, shall be announced at theopening of technical proposal. No bid shall be rejected at technical proposal / bidopening, except for late bids, which shall be returned unopened to the bidder. However,at the opening of Financial Proposals (the date, time and venue would be announced lateron), the bid prices, discounts (if any), and the presence or absence of requisite Bid Securityand such other details as the Procuring Agency, at its discretion, may considerappropriate, shall be announced.

iii. The Procuring Agency shall prepare minutes of the bids opening (technical and financial).

22. Clarification of Bids: During evaluation of the bids, the Procuring Agency may, at itsdiscretion, ask the bidder for a clarification of its bid. The request for clarification and theresponse shall be in writing, and no change in the prices or substance of the bid shall besought, offered, or permitted

23. Preliminary Examination

i. The Procuring Agency shall examine the bids to determine whether they are complete,whether any computational errors have been made, whether required sureties have beenfurnished, whether the documents have been properly signed, and whether the bids aregenerally in order.

ii. In the financial bids the arithmetical errors shall be rectified on the following basis. If thereis a discrepancy between the unit price and the total price that is obtained by multiplyingthe unit price and quantity, the unit price shall prevail, and the total price shall becorrected. If the bidder does not accept the correction of the errors, its bid shall be rejected,and its bid Security may be forfeited. If there is a discrepancy between words and figures,the amount in words shall prevail.

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 9 of 26

iii. The Procuring Agency may waive any minor informality, nonconformity, or irregularityin a bid which does not constitute a items deviation, provided such waiver does notprejudice or affect the relative ranking of any bidder.

iv. Prior to the detailed evaluation, the Procuring Agency shall determine the substantialresponsiveness of each bid to the bidding documents. For purposes of these Clauses, asubstantially responsive bid is one, which conforms to all the terms and conditions of thebidding documents without items deviations. Deviations from, or objections orreservations to critical provisions, such as those concerning Applicable Law, Taxes &Duties shall be deemed to be a items deviation for technical proposals. The ProcuringAgency’s determination of a bid’s responsiveness is to be based on the contents of the biditself without recourse to extrinsic evidence.

v. If a bid is not substantially responsive, it shall be rejected by the Procuring Agency andmay not subsequently be made responsive by the bidder by correction of thenonconformity.

24. Evaluation & Comparison of Bids

i. The Procuring Agency shall evaluate and compare the bids, which have been determinedto be substantially responsive.

ii. The Procuring Agency’s evaluation of technical proposal / bid shall be on the basis ofprevious performances, previous test reports, inspection of plant/ factory / premises (ifnot previously conducted), previous experience, financial soundness and such otherdetails as the Procuring Agency, at its discretion, may consider appropriate, shall beconsidered. However, the evaluation of financial proposal shall be on the basis of priceinclusive of prevailing taxes and duties in pursuant to instruction to bidders.

iii. All bids shall be evaluated in accordance with the evaluation criteria and other terms &conditions set forth in these bidding documents.

iv. A bid once opened in accordance with the prescribed procedure shall be subject to onlythose rules, regulations and policies that are in force at the time of issue of notice forinvitation of bids.

25. Evaluation Criteria:

i. For the purposes of determining the lowest evaluated bid, facts other than price such asprevious performances, inspection of plant / factory /premises, previous experience,financial soundness and such other details as the Procuring Agency, at its discretion, mayconsider appropriate shall be taken into consideration. The following merit point systemfor weighing evaluation factors/ criteria can be applied for the TECHNICALPROPOSALS. The number of points allocated to each factor shall be specified in theEvaluation Report.

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 10 of 26

Evaluation Criteria Printing Items:

S# Parameters Detail Marks Remarks1 Bidder’s Past

Performance(Last oneyear) As perBid Form 4

Major institutions served:i. No institution served 0ii. 1 5iii. 2 to 3 8iv. 4 to 5 12v. 6 to 7 16vi. 8 and above 20

20 Institutions includeGovt departments andautonomous Depts.Submit supply orders

2 Bidder’sMarketexperiencein quoteditems

i. 1-3 years 8ii. 3-5 year 12iii. Above 5 years 20

20 Bidders having lessthan 1 year experiencesare ineligible. Provideevidence in business

3 Registrationand financialstatus

i. GST/NTN Number 6ii. Sales Tax Registration 6iii. Bank Certificate 8

20 Bank Statements arenot required. Biddercan provide more thanone Bank certificatesshowing good financialstatus

4 PrintingSample i. Excellent 40

ii. Good 25iii. Satisfactory 10iv. Unsatisfactory 0

40 Bidder will providesamples of printingitems as per below list.

Total marks: 100 Total marks Obtained:

Qualifying marks 60%

2. SCHEDULE OF REQUIREMENT FOR Printing Items:

MODE OF PENALTY 100% QUANTITY AS PERPURCHASE ORDER

TOTALDELIVERYPERIOD

WITHOUT PENALTY 30 days 45 DaysWITH PENALTYAt the rate of 2% per month0.067% per day after 30 days ofPurchase Order

30 Days 30 Days

i) 100% complete information according to the bid evaluation criteria provided by thefirm will get maximum marks. THE INFORMATION PROVIDED BY THE FIRMSHOULD BE RELEVANT, CONCISE AND TO THE POINT AS PER BIDEVALUATION CRITERIA, UN NECESSARY DOCUMENTATION WILL HAVE ANEGATIVE IMPACT.

ii) After technical evaluation is completed, the Procuring Agency shall inform thebidders who have submitted proposals the technical scores obtained by their technicalproposal, and shall notify those bidders whose proposal did not meet the minimumqualifying mark which is 60% or were considered non responsive, that their financial

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 11 of 26

proposals shall be returned unopened after completing the selection process. TheProcuring Agency shall simultaneously notify in writing bidders that have secured theminimum qualifying marks, the date, time and location for opening the financialproposals. Bidders’ attendance at the opening of financial proposals is optional.

iii) Financial proposals shall be opened publicly in the presence of the bidders or theirrepresentatives who choose to attend. The name of the bidders and the technical scoreof the bidder shall be read aloud. The financial proposal of the bidders who met theminimum qualifying marks shall then be inspected to confirm that they haveremained sealed and unopened. These financial proposals shall be then opened andthe quoted price read aloud and recorded.

26. Contacting the Procuring Agency: No bidder shall contact the Procuring Agency on anymatter relating to its bid, from the time of the bid opening to the time the Contract isawarded. If the bidder wishes to bring additional information to the notice of the ProcuringAgency, it should do so in writing. Any effort by a bidder to influence the Procuring Agencyin its decisions on bid evaluation, bid comparison, or Contract award may result in therejection of the bidder’s bid. Canvassing by any bidder at any stage of the Tender evaluationis strictly prohibited. Any infringement shall lead to disqualification in addition to any otherpenalty Procuring Agency may in its discretion impose.

27. Qualification & disqualification of bidders: The Procuring Agency shall disqualify a bidderif it finds, at any time, that the information submitted by firm was false and item slyinaccurate or incomplete.

28. Rejection of Bids: The Procuring Agency may reject any or all bids at any time prior to theacceptance of a bid. The Procuring Agency shall upon request communicate to any bidderwho submitted a bid, the grounds for its rejection of any or all bids, but is not required tojustify those grounds. The Procuring Agency incurs no liability, solely towards bidders whohave submitted bids. Notice of the rejection of any or all bids shall be given promptly to theconcerned bidders that submitted bids.

29. Announcement of Evaluation Report: The Procuring Agency shall declare the results of bidevaluation prior to the award of procurement contract.

AWARD OF CONTRACT

30. Acceptance of Bid and Award criteriaThe bidder with the lowest evaluated bid, if not in conflict with any other law, rules,regulations or policy of the Provincial Government, shall be awarded the Contract, withinthe original or extended period of bid validity.

31. Procuring Agency’s right to vary quantities at time of awardThe Procuring Agency reserves the right at the time of Contract’s award to increase ordecrease, the quantity of goods originally specified in the Price schedule and Schedule ofRequirements without any change in unit price or other terms and conditions.

32. Limitations on negotiationsNegotiations may not relate to the price or substance of tenders or proposals specified by thebidder in his tender, but only to minor technical, Contractual or logistical details.I. As guidance only, negotiations may normally relate to the following areas:

Minor alterations to technical details, such as the terms of reference, the scope of work,the specification or drawings;

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 12 of 26

Minor amendments to the Special Conditions of Contract; Finalizing the payment arrangements; Agreeing final delivery or completion schedules to accommodate any changes

required by the procuring agency; The proposed methodology or staffing; Inputs required from the procuring agency; Clarifying details that were not apparent or could not be finalized at the time of

bidding; The bidder’s tax liability in Pakistan, if the bidder is a foreign company. Negotiations shall not be used to: Substantially change the technical quality or details of the requirement, including the

tasks or responsibilities of the bidder or the performance of the goods; Substantially alter the terms and conditions of Contract; Reduce unit rates or reimbursable costs, provided that in case of exceptional

circumstances like exorbitant rate, rates higher than prevailing market rates,negotiation may be adopted;

Reduce work inputs solely to meet the budget; or Substantially alter anything which formed a crucial or deciding factor in the

evaluation of the Tenders or proposals.

33. Notification of Awardi. Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the

successful bidder in writing by registered letter, to be confirmed in writing by registeredletter, that its bid has been accepted.

ii. The notification of award shall constitute the formation of the Contract.

34. Signing of Contracti. 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 inthe bidding documents, incorporating all agreements between the Parties.

ii. Both the successful bidder and the Procuring Agency shall sign with date the Contract onthe legal stamp paper. Thereafter, the Procuring Agency shall issue Purchase Order. If thesuccessful bidder, after completion of all Codal Formalities shows inability to sign theContract then the firm shall be blacklisted minimum for two years. In such situation, theProcuring Agency may make the award to the next lowest evaluated bidder or call fornew bids.

35. Performance Guaranty/ Securityi. On the date of signing of Contract, the successful bidder shall furnish the Performance

Guaranty / Security in accordance with the Conditions of Contract, in the PerformanceGuaranty / Security Form provided in the bidding documents.

ii. Failure of the successful bidder to comply with the requirement of instructions to thebidders shall constitute sufficient grounds for the annulment/termination of the awardand forfeiture of the bid Security, in which event the Procuring Agency may make theaward to the next lowest evaluated bidder or call for new bids.

36. Corrupt or Fraudulent Practices(a) The Procuring Agency requires that the Procuring Agency as well as bidders/

Contractors observe the highest standard of ethics during the procurement and executionof such Contracts. In pursuance of this policy, the Procuring Agency defines, for thepurposes of this provision, the terms set forth below as follows:

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 13 of 26

i. “corrupt practice” means the offering, giving, receiving or soliciting of anything ofvalue to influence the action of a public official in the procurement process or inContract execution; and

ii. fraudulent practice” means a misrepresentation of facts in order to influence aprocurement process or the execution of a Contract to the detriment of the ProcuringAgency, and includes collusive practice among bidders (prior to or after bidsubmission) designed to establish bid prices at artificial noncompetitive levels and todeprive the Procuring Agency of the benefits of free and open competition;

(b) Shall reject a proposal for award if it determines that the bidder recommended for awardhas engaged in corrupt or fraudulent practices in competing for the Contract in question;

(c) Shall declare a firm ineligible, either indefinitely or for a stated period of time, to beawarded a Contract if it at any time determines that the firm has engaged in corrupt orfraudulent practices in competing for, or in executing a Contract; onus of proof will be onthe firm.

GENERAL CONDITIONS OF CONTRACT

1) Definitions: In this Contract, the following terms shall be interpreted as indicated againsteach;i) “The Contract” means the agreement between the Procuring Agency and the Supplier,

as recorded in the Contract Form signed by the Parties, including all attachments andappendices thereto and all documents incorporated by reference therein.

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

iii) “The Goods” means printing items.iv) “The Services” means those services ancillary to the supply of goods, such as Printing

itemsv) “The Procuring Agency” means the Director, Jacobabad Institute of Medical Sciences

(JIMS), Jacobabad.vi) “The Supplier” means the individual or firm supplying the goods under this Contract.

2) Application: These General Conditions shall apply to the extent that they are not inconsistent/ superseded by provisions of other parts of the Contract

3) Country of Origin: All goods and related services to be supplied under the contract shallhave their origin in eligible source countries and all expenditures made under the contractshall be limited to such goods and services. For the purposes of this clause, “origin” meansthe place where the goods are produced through manufacturing or processing, or the placefrom which the related services are supplied.

4) Standards: The goods supplied under this Contract shall conform to the standards mentionedin the Technical Specifications.

5) Use of Contract Documents and Informationi) The Supplier shall not disclose the Contract, or any provision thereof, or any specification,

plan, drawing, pattern, sample, or information furnished by or on behalf of the ProcuringAgency in connection therewith, to any person other than a person employed by theSupplier in the performance of the Contract.

ii) The Supplier shall not, without the Procuring Agency’s prior written consent, make use ofany document or information enumerated in condition of contract except for purposes ofperforming the Contract.

iii) Any document, other than the Contract itself, enumerated in condition of contract shallremain the property of the Procuring Agency and shall be returned if so required by theProcuring Agency.

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 14 of 26

iv) The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts andrecords relating to the performance of the Supplier.

6) Patent Rights: The Supplier shall indemnify the Procuring Agency against all third-partyclaims of infringement of patent, trademark, or industrial design rights arising from use of theGoods or any part thereof in the country.

7) Submission of Samples: The Supplier shall provide samples (free of cost) of the product toprocuring agency including quality of paper, card, cover or any other material used forprinting.

8) Ensuring intimation of storage arrangements: To ensure storage arrangements for theintended supplies, the Supplier shall inform the Consignee one week in advance.

9) Inspections and Test / Analysisi.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 theProcuring Agency.

ii.For the purpose of inspections and tests of Printing items Materials, the Supplier shall informthe Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad at least 15 workingdays in advance when all or any specific consignment / installment of goods ismanufactured and ready for inspection. The inspection team shall inspect the quantity,specifications of goods. The Supplier shall furnish all reasonable facilities and assistanceincluding access to drawings and production data to the inspectors at no charge to theProcuring Agency. However, if the Supplier proves an undue delay in conduct of inspectionon the part of Procuring Agency, the Supplier shall not be liable for penalty on account ofthat delay. The cost of such lab tests shall be borne by the Manufacturer / Supplier.

iii.The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after thegoods either at Supplier’s premises or upon arrival at Consignee’s destinations shall in noway be limited or waived by reason of the goods having previously been inspected, tested,and passed by the Procuring Agency or its representative prior to the goods shipment fromthe manufacturing point.

iv.Procuring Agency or its representative shall have the right to inspect and /or to test thegoods to confirm their conformity to the specifications of the contract at no extra cost to theProcuring Agency.

v.The inspection committee constituted by the Consignee shall inspect the quantity,specifications of goods. The cost of the lab tests shall be borne by the Supplier.

vi.The supplier will be responsible for free replacement of stocks if the same is not found to beof the same specifications as required in the Invitation of Bids / Substandard /Spurious /Misbranded / Expired. Moreover, it will replace the unconsumed expired stores without anyfurther charges.

vii.The Procuring Agency’s right to inspect, test and, where necessary, reject the goods after thearrival at Procuring Agency’s destinations shall in no way be limited or waived by reason ofthe goods having previously been inspected, tested, and passed by the Procuring Agency orits representative.

viii.Nothing in General Conditions of Contract shall in any way release the Supplier from anywarranty or other obligations under this Contract.

10) Physical examination of printing itemsi) The Inspection committee constituted by the consignee shall carry out the physical

examination after receipt of supplies for checking quality / quantity of the goods supplied.ii) If the Goods supplied are found during physical examination / inspection to be against the

required specifications, approved samples, etc, even if it is of standard quality, theProcuring Agency may reject the goods, and the Supplier shall either replace the rejectedgoods or arrange alterations necessary for rectification of observation, to meet the requiredspecifications free of cost. Replacement in lieu of the rejected supplies must be completed

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 15 of 26

within 20 days from the date of communication of decision to the Manufacturer / Supplierby the Concerned Authority. In case after replacement or alteration, the InspectionCommittee again declare the item as of against the required specifications, the supplywould completely be rejected and the proportionate amount of performance security of theconcerned installment would be forfeited to the government account and the firm shall beblacklisted minimum for one year. However, if the entire supplies/ installments aredeclared as of against the required specifications, the entire performance security shall beforfeited and the firm shall be blacklisted minimum for two years; onus of proof ofinnocence shall be on the supplier.

11) Delivery and Documents: The Supplier in accordance with the terms specified in the BiddingDocuments shall make delivery of the goods. The details of documents to be furnished by theSupplier are specified in Special Conditions of the Contract.

12) Insurance: The goods supplied under the Contract shall be delivered duty paid.13) Transportation: The Supplier shall arrange such transportation / cold chain maintenance of

the goods as is required to prevent their damage or deterioration during transit to theirdestination. The goods shall be delivered at Jacobabad Institute of Medical Sciences (JIMS),Jacobabad on the risk and cost of the Supplier. All taxes shall be borne by the Supplier.Transportation including loading / unloading of goods shall be arranged and paid for by theSupplier.

14) Incidental Services: The Supplier shall be required to provide the incidental services asspecified in Special Conditions of the Contract and the cost of which should be included inthe total bid price.

15) Payment: The method and conditions of payment to be made to the Supplier under thisContract shall be specified in Special Conditions of the Contract. The currency of payment isPak. Rupees.

16) Prices: Prices charged by the Supplier for goods delivered under the Contract shall not varyfrom the prices quoted by the Supplier in its bid and shall remain the same till expiry of theoriginal bid validity period provided the Procuring Agency’s request for bid validityextension.

17) Contract Amendments: No variation in or modification of the terms of the Contract shall bemade except by written amendment signed by both the Parties.

18) Subcontracts: The Supplier shall not be allowed to sublet the job and award subcontractsunder this Contract.

19) Delays in the Supplier’s Performance: Delivery of the goods shall be made by the Supplier inaccordance with the time schedule prescribed by the Procuring Agency. If at any time duringperformance of the Contract, the Supplier should encounter conditions impeding timelydelivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing ofthe fact of the delay, its likely duration and its cause(s). The Procuring Agency may at itsdiscretion extend the Supplier’s time for performance, with or without liquidated damages, inwhich case the extension shall be ratified by the Procuring Agency by amendment ofContract. A delay by the Supplier in the performance of its delivery obligations shall renderthe Supplier liable to the imposition of liquidated damages, unless an extension of time isagreed upon without the application of liquidated damages.

20) Penalties/liquidated Damages: In case of late delivery beyond the presented period, penaltyas specified in Special Conditions of Contract shall be imposed upon the Supplier. The aboveLate Delivery (LD) is subject to General Conditions of Contract including late delivery forreasons beyond control. Once the maximum is reached, the Procuring Agency may considertermination of the Contract. In case of supply of substandard product the destruction cost willbe borne by the firm i.e. burning, Dumping, Incineration. If the firms provide substandarditem and fail to provide the item as per specification laid down in the Technical SpecificationForm / Tender Enquiry, the procuring agency shall be entitled to make other arrangement at

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 16 of 26

the risk / expense of the Contractor / Supplier Firm, the price difference shall be paid by theFirm.

21) Termination for Default: The Procuring Agency, without prejudice to any other remedy forbreach of Contract, by written notice of default sent to the Supplier, may terminate theContract in whole or in part, if the Supplier fails to deliver any or all installments of the goodswithin the period(s) specified in the Contract, or within any extension thereof granted by theProcuring Agency; or if the Supplier fails to perform any other obligation(s) under theContract and if the Supplier, in the judgment of the Procuring Agency has engaged in corruptor fraudulent practices in competing for or in executing the Contract

22) Force Majeure: Notwithstanding the provisions of general conditions of contract the Suppliershall 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 toperform its obligations under the Contract is the result of an event of Force Majeure. For thepurposes of this clause Force Majeure means an act of God or an event beyond the control ofthe Supplier and not involving the Supplier’s fault or negligence directly or indirectlypurporting 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 sovereigncapacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantinerestrictions and freight embargos. If a Force Majeure situation arises, the Supplier shallpromptly notify the Procuring Agency in writing with sufficient and valid evidence of suchcondition and the cause thereof. The Committee of Health Department, constituted forRedressal of grievances, shall examine the pros and cons of the case and all reasonablealternative means for completion of purchase order under the Contract and shall submit itsrecommendations to the competent authority. However, unless otherwise directed by theProcuring Agency in writing, the Supplier shall continue to perform its obligations under theContract as far as is reasonably practical and shall seek reasonable alternative means forperformance not prevented by the Force Majeure event.

23) Termination for Insolvency the Procuring Agency may at any time terminate the Contract bygiving written notice of one month time to the Supplier if the Supplier becomes bankrupt orotherwise 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 remedywhich has accrued or shall accrue thereafter to the Parties.

24) Arbitration and Resolution of Disputes: The Procuring Agency and the Supplier shall makeevery effort to resolve amicably by direct informal negotiation any disagreement or disputearising between them under or in connection with the Contract. If, after thirty (30) days fromthe commencement of such informal negotiations, the Procuring Agency and the Supplierhave been unable to resolve amicably a Contract dispute, either party may require that thedispute be referred to the Arbitrator for resolution through arbitration. In case of any disputeconcerning the interpretation and/or application of this Contract shall be settled througharbitration.

25) Governing Language: The Contract shall be written in English language. All correspondenceand other documents pertaining to the Contract, which are exchanged by the Parties, shall bewritten in English.

26) Applicable Law: This contract shall be governed by the laws of Pakistan and the courts ofPakistan shall have exclusive jurisdiction.

27) Noticesi) 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 SpecialConditions of Contract.

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 17 of 26

ii) A notice shall be effective when delivered or on the notice’s effective date, whichever islater

SPECIAL CONDITION OF CONTRACT

1. Definitions In this Contract, the following terms shall be interpreted as indicated against each;a. “The Contract” means the agreement between the Procuring Agency and the

Supplier, as recorded in the Contract Form signed by the Parties, including allattachments and appendices thereto and all documents incorporated by referencetherein.

b. The Supplier: is the individual or firm supplying the goods under this contract.2. Country of Origin: All goods and related services to be supplied under the contract must be

from that origin / country as indicated under general conditions of the contract.3. Bid Security. 3% of the total bid money in the shape of Pay order in favor of Director

Jacobabad Institute of Medical Sciences (JIMS), Jacobabad to be submitted with financial bid.4. Performance Guaranty/ Security: After signing of contract, the successful bidder shall furnish

the Performance Guaranty/Security equivalent to 5% of the total Contract amount in theshape of CDR/ pay order in the name of Director Jacobabad Institute of Medical Sciences(JIMS), Jacobabad from any of the scheduled banks in accordance with the conditions of thetender inquiry on the prescribed format.

5. Inspection and Tests: Inspection of printing items at final acceptance shall be in accordancewith the conditions of contract. After delivery at Jacobabad Institute of Medical Sciences(JIMS), Jacobabad, the goods shall be inspected /examined by the Inspection Committee,nominated by Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad to physicallycheck the goods in accordance with the approved sample and terms / conditions of theContract. The Committee shall submit its inspection report to Procuring Agency along withinvoice / bills / delivery Challan. In case of any deficiency, pointed out by the InspectionCommittee in the delivered goods, the Supplier shall be bound to rectify it free of cost.

6. Delivery and documents: The Supplier shall provide the following documents at the time ofdelivery of goods to Consignee’ end for verification and onward submission to quarterconcerned, duly completed in all respect for payment.i) Original copies of Delivery Note / Challan (in duplicate) showing name of destination to

which delivery is to be made, item’s description, batch No(s), Registration No,manufacturing and expiry date and quantity.

ii) Original copies of the Supplier’s invoices (in duplicate) showing warranty, name ofProcuring Agency /destination to which delivery is to be made, item’s description, BatchNo, Registration No, manufacturing and expiry date, quantity, per unit cost, and totalamount.

iii) Original copies of the Sales Tax Invoices (where applicable) in duplicate showing name ofdestination to which delivery is to be made, item’s description, quantity, per unit cost(without GST), amount of GST and total amount with GST.

7. Insurance The goods supplied under the Contract shall be delivered duty paid, under whichthe risk is transferred to the Procuring Agency after having been delivered; hence insurancecoverage is Supplier’s responsibility therefore, they may arrange appropriate coverage.

8. Incidental ServicesThe following incidental services shall be provided and the cost of which should include in thetotal bid price.a. The bidder shall supply Printing items as per tender requirement in commercial packingalong with complete literature (Leaflet) and with Logo of the Government of Sindh. In case,the packing requirements are not fulfilled, the 30% of total cost shall be deducted from thepayment of the contractor / supplier firm.

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 18 of 26

b. If the Supplier / bidder charged the prices of incidental services separately in the financialbid and not included in the Contract price of goods, the same shall be included prior tocomparison of rates with the other bidders.

9. PaymentA. The Payment shall be in Pak Rupees.B. The payment shall be made to the Supplier on receipt of original delivery Challan(s) andinvoice(s) including those of GST (if applicable) in duplicate duly completed in all respect andsigned & stamped by the store officer / signed and stamped by Consignee, along withphysical inspection report, carried out by the Committee, with certificate and test / analysisreport to the effect that the supplies conform to specifications.C. The laboratory test / analysis charges of sample either against the tender or bulk suppliesshall be borne by the Supplier.

10. Penalties/ Liquidated Damagesa. In case where the deliveries as per contract are not completed within the time framespecified in the schedule of requirement, the Contract to the extent of non-delivered portion ofsupply may be cancelled followed by a Show Cause Notice. No supplies shall be accepted andthe amount of Performance Guaranty/ Security to the extent of non–delivered portion ofsupplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for aperiod of one year. If the firm fails to supply the whole installments, the entire amount ofPerformance Guaranty/ Security shall be forfeited to the Government account and the firmshall be blacklisted minimum for a period of two year. Onus of proof of innocence shall be onthe supplier.b. In case of late delivery of goods beyond the periods specified in the schedule ofrequirements, penalty @ 2% per month, 0.067% per day of the cost of late delivered supplyshall be imposed upon the Supplier.

11. Governing Language: The language of this Contract shall be in English.12. Applicable Law: This Contract shall be governed by the laws of Pakistan and the courts of

Pakistan shall have exclusive jurisdiction.

Notices

Supplier’s address for notice purpose

Note: All assessments and procuring procedures i.e. receiving, opening and awarding etc. shallbe governed by the Sindh Procurement Rules,2014.

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 19 of 26

PERFORMANCE GUARANTY/ SECURITY FORM (CDR)

To: [Director Jacobabad Institute of Medical Sciences (JIMS), Jacobabad]_____________________________

Whereas M/S ________ (hereinafter called “the Supplier”) has undertaken, in pursuance of

Contract No.________ dated _______ to supply of printing items (hereinafter called “the

Contract”). And whereas, it has been stipulated by you in the said Contract that the Supplier shall

furnish you CDR/ pay order, issued 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.

Name of the bidder ___________________Father, s Name__________________Address of bidder / Firm___________________NIC #____________________Designation._________________________Signature ___________________Stamp_________________

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 20 of 26

MANUFACTURER’S AUTHORIZATION FORM

To: [name of Purchaser]___________________

WHEREAS [name of the Manufacturer] who are established and reputable Manufacturers of

[name and/or description of the goods] having factories at [address of factory] do hereby authorize

[name and address of Supplier/ Agent] to submit a bid, and subsequently negotiate and sign the

Contract with you against No. [reference of the Invitation to Bid] for the goods manufactured by us.

We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of

Contract for the goods offered for supply by the above firm against this Invitation for Bids.

[Signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be

signed by a person competent and having the power of attorney to bind the Manufacturer. It

should be included by the bidder in its bid.

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 21 of 26

CONTRACT FORMTHIS CONTRACT is made at --------------on----------- day of------------ 2014, between the DirectorJacobabad Institute of Medical Sciences (JIMS), Jacobabad (hereinafter referred to as the“Procuring Agency”) of the First Part; and M/s (firm name) a firm registered under the laws ofPakistan and having its registered office at (address of the firm) (hereinafter called the “Supplier”)of the Second Part (hereinafter referred to individually as “Party” and collectively as the“Parties”).WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where ofM/s (firm name) being the Manufacturer/ Sole Agent of (item name) in Pakistan and ancillaryservices offered to supply the required item (s); and Whereas the Procuring Agency has acceptedthe bid by the Supplier for the supply of (item name) cost per unit,NOW THIS CONTRACT WITNESSES AS FOLLOWS:1. In this Contract words and expressions shall have the same meanings as are respectively

assigned to them in the General/ Special 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 partof this Contract, viz:-a. Price Schedule submitted by the bidder,b. Technical Specifications;c. General Conditions of Contract;d. Special Conditions of Contract; ande. Procuring Agency’s Award of contract; andf. Purchase Order

3. In consideration of the payments to be made by the Procuring Agency to the Supplier ashereinafter mentioned, the Supplier hereby covenants with the Procuring Agency to providethe Goods and Services and to remedy defects therein in conformity in all respects with theprovisions of this Contract.

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

5. [The Supplier] hereby declares that it has not obtained or induced the procurement of anyContract, right, interest, privilege or other obligation or benefit from Government of Sindh orany administrative subdivision or agency thereof or any other entity owned or controlled by it(Government of Sindh) through any corrupt business practice.

6. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrantsthat it has fully declared the brokerage, commission, fees etc, paid or payable to anyone andnot given or agreed to give and shall not give or agree to give to anyone within or outsidePakistan either directly or indirectly through any natural or juridical person, including itsaffiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor orsubsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described asconsultation fee or otherwise, with the object of obtaining or including the procurement of aContract, right interest, privilege or other obligation or benefit in whatsoever form fromGovernment of Sindh, except that which has been expressly declared pursuant hereto.

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

8. [The Supplier] accepts full responsibility and strict liability for making any false declaration, notmaking full disclosure, misrepresenting facts or taking any action likely to defeat the purposeof this declaration, representation and warranty. It agrees that any Contract, right, interest,

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 22 of 26

privilege or other obligation or benefit obtained or procured as aforesaid shall, withoutprejudice to any other right and remedies available to Procuring Agency under any law,Contract or other instrument, be void able at the option of Procuring Agency.

9. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [TheSupplier] agrees to indemnify Procuring Agency for any loss or damage incurred by it onaccount of its corrupt business practices and further pay compensation to Procuring Agency inan amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s feeor kickback given by [The Supplier] as aforesaid for the purpose of obtaining or inducing theprocurement of any Contract, right, interest, privilege or other obligation or benefit inwhatsoever form from Procuring Agency.

10. In case of any dispute concerning the interpretation and/or application of this Contract shallbe settled through arbitration.

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

12. If the firms provide substandard item and fail to provide the item as per specification laiddown in the Technical Specification Form / Tender Enquiry, the procuring agency shall beentitled to make other arrangement at the risk / expense of the Contractor / Supplier Firm, theprice difference shall be paid by the Firm.

13. Incase of supply of substandard product the destruction cost will be borne by the firm i.e.burning, Dumping, Incineration

14. Partial supply shall not be accepted.15. Quality/quantity of printing items supplied will be checked by the concerned hospital

through inspection committee notified by the concerned Authority.16. The supply shall not be accepted if found substandard. The seller shall be bound to replace the

substandard stores immediately.17. Seller shall ensure timely, continuous / uninterrupted supply of printing items to the end

users as per demand throughout the contract period.18. The seller shall have to supply such quantity as ordered.19. The seller shall provide free delivery of printing items to consignee at the concerned hospital

store.20. If the rates charged by the seller are found higher than the market rates the extra money

charged shall have to be refunded by the seller.21. Payment will be made by the end users as per rules after completion of all codal formalities.22. In case of breach of terms & conditions of contract agreement security of the seller shall be

forfeited.23. This contract agreement shall remain valid till 30th June, 2016.24. The seller will be responsible to refund any excess amount paid due to any error in calculation

or mistake in evaluating the offer.

IN WITNESS Whereof the Parties hereto have caused this Contract to be executedat_______________(the place) and shall enter into force on the day, month and year first abovementioned.NAME ______________________________FATHER’S NAME _____________________DESIGNATION ______________________ADDRESS ____________________________NIC # _________________SIGNATURE & STAMP ___________________

Director JIMS, Jacobabad

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 23 of 26

BID FORMDate: ________________No. _________________

To: ___________ [Name and address of Procuring Agency]

Having examined the Bidding Documents, the receipt of which is hereby dulyacknowledged, we, the undersigned, offer the supply and deliver the goods specified in and inconformity with the said Bidding Documents for the sum of [Total Bid Amount__________________________________], [Bid Amount in words__________________] or such othersums as may be ascertained in accordance with the Schedule of Prices attached herewith andmade part of this bid.

We undertake, if our bid is accepted, to deliver the goods in accordance with the deliveryschedule specified in the Schedule of Requirements. If our bid is accepted, we shall furnishperformance guarantee / security in the shape of call deposit (CDR) equivalent to 5% of the totalcontract amount. The CDR shall be in the Name of Director Jacobabad Institute of MedicalSciences (JIMS), Jacobabad. We agree to abide by this bid for a period of 03 months from the datefixed for bid opening under instruction to the bidders, and it shall remain binding upon us andmay be accepted at any time before the expiration of that period. Until a formal Contract isprepared and executed, this bid, together with your written acceptance thereof and yournotification of award shall constitute a binding Contract between us.

We understand that the Procuring Agency is not bound to accept the lowest or any bid,Procuring Agency may receive.

Name and address of agent --------------------------- Amount -----------------------(If none, state “none”).”Dated this ________________day of _____________________________20__.Signature (in the capacity of) Duly authorized to sign bid for and on behalf of.Attachment

PRICE SCHEDULE FOR PRINTING ITEMS IN PAK RUPEESName of bidder________________________________________________No. ___________Sr.No.

Item AccountingUnit

QuantityRequired

Unit Price Total Cost

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

SCHEDULE OF REQUIREMENTFOR PRINTING ITEMS

The supplies shall be delivered within delivery date w.e.f the next date after date of issue ofPurchaseOrder (without penalty), and with prescribed penalty, as per following schedule ofrequirements:-MODE OF PENALTY 100% QUANTITY AS PER

PURCHASE ORDERTOTAL DELIVERYPERIOD

WITHOUT PENALTY 30 days 45 DaysWITH PENALTY

At the rate of 2% per month 0.067% perday after 30 days of Purchase Order

30 Days 30 Days

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 24 of 26

PRINTING ITEMSFOR THE YEAR 2015-16

S# NAME OF ITEM SPECIFICATION UNIT1 Window Envelop (Four color printing on 100 Gm

Paper ik Brand)As per sample 100

2 Without Window Envelop (Four color printing on 100Gm Paper ik Brand)

100

3 A3 Envelop (Four color printing on 100 Gm Paper ikBrand)

100

4 A4 Envelop (Four color printing on 100 Gm Paper ikBrand)

100

5 Card File 100

6 Visiting Cards (Four color printing double side on 310art card with mat lamination

100

7 Bin Card Brand on 300 gm 100

8 Letter Head (Single Color printing on 100gm paperIK brand) (Single Color printing on 100gm paper IKbrand) F/S, 100 gram with double perforation

Pad

9 Blood complete picture form (68 gm Flying Paper 100Pages)

Pad

10 Blood chemical Profile (68 gm flying paper 100 pages) Pad

11 Blood sugar form (BSR) (68 gm flying paper 100 pages) Pad

12 Coagulation Profile (68 gm flying paper 100 pages) Pad13 Discharge certificate Summary (68 gm paper 300 pages

triple No.) (Carbonize both side printing)Pad

14 Doctor order Sheet (68 gm flying paper 100 pages) Pad15 Discharge Patient record book for Adult (80 gm paper

310 gram covering card)No

16 ECHO Cardio Gram form (68 gm flying paper 100pages)

Pad

17 Expense Register with no. (80 gm paper 800 leavespages & Special Hard binding also 10 pages of index)

Nos

18 Envelope Printed for radiology (100 gm paper as persample two color printing)

15*18

19 Flow Investigation Sheet (68 gm flying paper 100pages)

Pads

20 INR Chart (68 gm paper 100 pages) Pads21 Lab Form (68 gm flying paper 100 pages) Pads22 Medication Administration Sheet (68 gm flying paper

100 pages both side printing size 11.5” x 18”)Pads

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 25 of 26

23 Flow (Monitoring Chart) (100 gm paper as per sample6 color printing size 23” x 36”) double side printing

As per sample Pages

24 Nursing sheet (68 gm flying paper 100 pages) both sideprinting

Pads

25 Progress Note sheet (68 gm flying paper 100 pages) Pads26 ECG Pasting fancy chk card (160 gm cards) size 9 “ x

13” with good quality printingCards

27 Request form (68 gm flying paper 100 pages) Pads28 Question Answer book for patient (80 gm paper as per

samples) contain 8 pages each bookNos

29 Admission slip pad (68gm flying paper 100 pages)Both side printing legal size

Pads

30 Medical report form (68gm flying paper 100 pages)Both side printing

Pads

31 Log book for vehicles 80 gram paper 200 leave pages Nos32 Patient Registration ticket 150 gm paper 4 color both

side printing with special PerforatedPcs

33 Triage clinic (Carbonized) 200 pages, both side printing Pads34 Bin card as per sample Nos35 Echo Request form (Pad of 100 pages 68 gm flying

paper)Pads

36 ETT Form (Pad of 100 pages 68 gm flying paper) Pads37 Log book for Medical Equipments (80 gm paper 200

leave pages)Nos

38 Stock Register 80 gm paper 800 pages with 10 pages ofindex with number and special hard binding

Nos

39 Cash deposit Receipt Book, (100 pages 80 gram offsetprinting with number with special Perforated

Nos

40 Envelope for ECHO (100 gm paper 02 color printingsize 9” x 11”

Nos

41 Consent form cardiac surgery (ENG) (Pad of 100 pages68 gm flying paper)

Pads

42 Consent form cardiac surgery (URDU) (Pad of 100pages 68 gm flying paper)

Pads

43 Anesthesia Consent form –B (Pad of 100 pages 68 gmflying paper)

Pads

44 Special File cover for nuclear cardiology department(310 gm card 2 color fine printing inside pocket andcloth paste)

Nos

45 Data Entry form for cardiac surgery with 6 printedpages size 9” x 11.5”

Nos

___________________________________________________________________________Jacobabad Institute of Medical Sciences (JIMS), Jacobabad Page 26 of 26

46 Discharge Patient record book for Peads (80 gm paper310 gram covering card)As per sample

As per sample Nos

47 Breakage register 800 leave pages 80gm paper Nos48 Death register 800 leave pages 80gm paper Nos49 General Consent form (Pad of 100 pages 68 gm flying

paper)Pads

50 Consent form for Angiography (Pad of 100 pages 68gm flying paper)

Pads

51 Pre discharge counseling checklist (Pad of 100 pages68 gm flying paper)

Pads

52 Demand Performa for cardiac surgery carbonizedpaper 1x 3 x 100 (300 pages)

Pads

53 Demand Performa for perfusion carbonized paper 1x 3x 100 (300 pages)

Pads

54 Demand Performa for anesthesia carbonized paper 1x3 x 100 (300 paper)

Pads

55 Patient Special File cover for OPD (310 gm card 2 colorfine printing inside pocket and cloth paste)

Nos

56 Treatment Register 80gm paper 800 leave pages withhard binding

Nos

57 Pre-Op Check list Anesthesia & Cardiac Surgery 68gmflying paper 100 pages pad

Pads

58 Blood Component issue form carbonized 200 pages Pad59 Outside blood stock register 400 leave pages 80 gm

papers hard binding with numbersNos

60 Platelets stock Register 400 leave pages 80 gm papershard binding with numbers

Nos

61 FFPs Stock Register 400 leave pages 80 gm papers hardbinding with numbers

Nos

62 Blood grouping log 400 leave pages 80 gm papers hardbinding

Nos

63 Donor Register 300 leave pages 80 gm papers hardbinding with numbers

Nos

64 Cross match Register 300 leave pages 80 gm papershard binding

Nos

65 Blood Release form 68gm flying papers 100 pages pad Pad

66 Art Sticker for Blood Bank (Diff. size & quantity) Asper sample

Nos

66 Any other printing material related to Hospital

Sign & Seal of Tenderer