bidding documents - ppra services portal...

55
BIDDING DOCUMENTS (Machinery / Equipments/ Instruments/ Hospital & Office Furniture/ Linen) FOR DHQ Hospital Jhang / THQ Hospital 18-Hazari / BHU Kot Essa Shah District Jhang HEALTH DEPARTMENT DISTRICT GOVERNMENT JHANG Phone No.047-9200139 Page 1 of 55

Upload: ngoxuyen

Post on 03-Sep-2018

232 views

Category:

Documents


0 download

TRANSCRIPT

BIDDING DOCUMENTS(Machinery / Equipments/ Instruments/

Hospital & Office Furniture/ Linen)

FORDHQ Hospital Jhang / THQ Hospital 18-Hazari / BHU Kot Essa Shah

District Jhang

HEALTH DEPARTMENTDISTRICT GOVERNMENT JHANG

Phone No.047-9200139

Page 1 of 55

Page 2 of 55

This document contains three parts:

Part - I AdvertisementPart – II Bidding documents of GoodsPart - III Specification of Goods

Page 3 of 55

PART - ITENDER NOTICE

Purchase of Machinery / Equipments

The Executive District Officer (Health) Jhang requires sealed bids / tenders for the supply of goods:

Last Date & Time for Receiving Tender / Venue: 27.12.2016 at 11:00 AM in EDO Health Office JhangDate & Time for Opening of Tenders: 27.12.2016 at 12:00 NoonBid Security: 5%

Sr.#

Name of Machinery/ Equipments/ InstrumentsQuant

ity1. Air Conditioned Ambulance

Floor: Made of water and termite proof half inch thick plywood or imported HDF laminated with PVC coating. The floor should becarpeted with flexible, non-slip, non-standing, and waterproof and washable special Vinyl covering at-least 2mm thick in singlepiece flooring. All side gaps should be sealed with silicon.

Internal Ceiling: All internal ceiling is replaced with F/G ceiling, which is waterproof, washable, and disinfect able. ABS sheets on sidewalls. Allsidewall in patient compartment poshes made of hand board is replaced with washable disinfect able ABS sheets and this is toensure cleanliness.

Partition Wall: In between driver and patient compartment of 3/4” lamination sheet moulded with F/G mat fixed with steel brackets tosidewalls. One window with sliding glasses.

Side Utility Panel: Made of ABS/F.G moulded material on the right side. Having following items:-

Examination LED’s light. Oxygen Outlets (02). Oxygen Alarm. All switches and sockets (12 volts) and fuse box. Suction unit cabinet large made of ABS / FG material with rounded edges, top to accommodate AED having special lock

system and bottom to accommodate suction unit to be installed on the right side of the vehicle. Electrical Wiring:

All electrical wiring of ambulatory compartment should be of wiring harness system with no joint and taping having allconnector system and having a separate fuse box for each operation. All wires should be of 10mm, 8mm and 6mm size andshould be of fire retardant material. There should be a separate maintenance-free battery of 40 amps for ambulatorycompartment, which is to be charged through the vehicle generator. There should be a 220 volts inlet and outlet sockets foroutside source of 220 volts. One 220-volt inverter will be provider for continues suppliers of 220 for charging of various medicalequipment.

Main Automatic Loading Stretcher: Main stretcher automatic loading type made of aluminium alloy/stainless steel frame with 4+2 loading wheels and adjustablehead section. The mattress should be 2” thick with best quality foam, upholstered with best quality washable PVC coatedRexene with pillow with two safety belts and two side guards. Approx. Size 6’ 3” x 1’ 9” (L x W) with 3’ Ht. in standing positionand 1’ Ht. In collapsible position. Locking system for stretcher at front and right side of the stretcher and S.S. sheet on the floorunder his stretcher. Detachable IV rod with the stretcher. • One Folding Stretcher Four Fold: Bedding area made of verystrong water proof PVC coated washable orange parachute cloth and special carrying bag made of Parachute and structuremade of 11/4” round lightweight aluminium alloy.

Spine Board: Spine board that reduces the possibility of contamination during transportation of the patient. High-density completelyrecyclable polyethylene, moulded into a unique, one-piece shell; this technique guarantees the B-back. The exclusive SpencerContour head immobilizer has been studied to assure the optimum head immobilization of traumatized patients.

Four Persons Bench: Made of single piece F/G material make of 3” special preformed polyurethane foam with minimum 16” width, made over astorage box open-able in two parts. Seat cover of best quality artificial leather and seat belts. Back of the bench should becushioned.

One side bar made of 1” MS pipe chrome plated / powder coated. One person crew seat revolving, fixed to the body of the vehicle with seat belt at the head end of patient with best quality

artificial leather / fabric. Medical Cabinet:

Made of high quality non-staining scratch resistant, rust proof, water proof fibber glass and ABS material. All front doors &Drawers having double side finished with self-lockable latch type handles made of plastic material. All doors havingselfclosable imported surface hinges. Cabinet having four sections.

Oxygen Section:To accommodate two M.F size O2 cylinders, should have double steel brackets with rubber padding. The door having plexiglass window, an internal light with a door switch to be provided Floor of cabinet matted with vinyl flooring.

Disposable Section:Disposable section having 3 to 4 shelves for various disposables.

1

Page 4 of 55

Drawers Section:Having 5 to 7 drawers (depending upon the size of vehicle) All drawers made of S/S sheet material. All drawers having specialself-closing & self-retaining catcher railing which is not self opened during rush driving.

Wash Basin Section:This section having special moulded wash basin with tap, having a water reservoir of 18 to 20 Litres capacity, water isdispensable through an electrical pump operated through a foot switch at the cabinet door. Top of the cabinet having roundededges & corners One soap dispenser & one toilet roll holder to be provided.

Oxygen Supply System: Brand new MF (48 cu ft.) two imported oxygen cylinders duly tested and filled by the Govt. approved company with electronicLow oxygen alarm, changeover system and high pressure piping made of imported flexible material and brass sockets andconnectors. The pressure regulator of cylinder should be imported. Oxygen would be delivered through two outlets with oneflow meter and mask.

One Portable Aluminium Oxygen Cylinder having capacity 2.2 litres with flow meter in carrying bag. Back Search Light, adequate internal lighting for handling the patients at night. One BP Apparatus with wall mounted large dial type 5/6” imported with one stethoscope. Red Crescent Sign and word AMBULANCE on front and rear sides. With name and Monogram of institution and phone

number on right and left side in red reflective vinyl stickers of imported panel a category. External & Internal lights & Warning devices. Standard flasher type (imported) horizontal red & blue emergency light / LED Flash Light size 1200 mm with siren/hooter

system at least 150 watt output. All room lights (LED) sufficient for working & patient handling will be provided. First Aid Bag:

Made of very strong water proof PVC coated washable red parachute cloth. With “ENGRO” printed on it: Designed to store the following items: Ambo Bag Adult (01), airway, splints (2), Crepe Bandage (4"=01 6"=01), N/Saline 0.9%(01), Pyodine Solution (01), Dressing Scissor (01), Pyodine powder (01), 4X4 Gauze Pad (04) and Sticking (01).

Back Flood Light. Fire Extinguishers:

2 Kg Halotron in driver compartment and 6 Kg dry chemical powder type fixed with bracket to the side-wall. Trash box:

Stainless steel with 10 litres capacity, attached to the floor and with plastic removable and washable inner lining. Fabricated on latest model Toyota/Nissan/Mazda/Mercedes/ Volkswagen/Mitsubishi vehicle.Additional Items: Ambo Bag adult and paeds size. Stethoscope. (01). Professional torch. Reflective vest and jackets (04). Reflective Tri-angle / Emergency signboards. Portable (Halotran). Four helmets and fireman axe. Provision for installation of two ways VHF communication system. Suction Unit. Pulse Oximeter. Defibrillator. Transport Ventilator. Spot Lamp. Spot Lamp with flexible neck for patient examination. Torch and Emergency Light. Rechargeable (portable torch and emergency light). Hooks for intravenous infusion set will be placed on both sides. Ice Box: Plastic 02 litres. Frosted Glass:

Window Glass of patient compartment, 2/3 frosted with high quality opaque imported vinyl sticker. Resuscitation Kit:

One Resuscitation Hard Carrying Case with following items:- Hand operated manual suction apparatus. Laryngoscope with four curved blades. Endotracheal tubes of all sizes. Airways assorted sizes (1 set). Disposable gloves (04). Contaminant bags (04). Mouth gag/opener (01). Thermometer Flat type (02). Chest Extrication Device (01) Syringe cutter. Stethoscope. (01) Tongue depressor (disposable) (one box). Hammer with rubber ends for examination. Philadelphia Collar. Ampoule Cutter. Rescue Equipment: Safety Belt"(02)," Safety harness (2); Fire Axe (01), Rope 10 meter, Crow Bars (02), Emergency Search

Light (Rechargeable), Leather Gloves (06)Note: Firm will quote the rates of additional items separately.

Page 5 of 55

2.

Air Conditioner Split 2-TonType: Air Conditioner Split 2 Ton Brand: New Brand.Compressor: RotatoryCooling Capacity: 24000 BTU (2 Ton)Electric Specifications: 220-240v 50HzInspection Manual: Urdu/EnglishOther Conditions:Rate should be inclusive of all Government taxes and levies as well as installation charges including commissioning of unit,refrigerant & refrigerant pipe with standard iron frame.

36

3.

Ambo Bag (Adult) Silicon Resuscitation Bag with adult and child face mask sizes 1,2,3,4 with E2 valve and fully autoclavable. Reservoir Bag volume 1700 ml or more. Oxygen Reservoir Volume approximately 2500ml for adult and child. Tidal maximum volume: approximately 1000ml for adult. Resuscitation bag to be manually operable and able to be connected to an oxygen source upto 100% for ventilation through a

mask or an end tracheal tube. To be able to connect to an oxygen source upto 100%. Unit to be supplied with a carrying case.

2

4.

Ambo Bag (Paediatric) Silicon Resuscitation Bag with adult and child face mask sizes 1,2,3,4 with E2 valve and fully autoclavable. Reservoir Bag volume 1700 ml or more. Oxygen Reservoir Volume approximately 2500ml for adult and child. Tidal maximum volume: approximately 1000ml for adult. Resuscitation bag to be manually operable and able to be connected to an oxygen source upto 100% for ventilation through a

mask or an end tracheal tube. To be able to connect to an oxygen source upto 100%. Unit to be supplied with a carrying case.

2

5.

Bed Side LockerOver All Size16” (40cm) D x 20” (50cm) W x 32 (80cm) H from floor including 3” feet, made of 20 gauge MS Sheet and top 18 gauge stainlesssteel sheet.Locker Size16” (40cm) D x 20” (50cm) W x 14 (35cm) H with door having 2 hinges of 3 sizes and chrome plated handle 4” long sheet metal.Door fitted handle with catchers.Drawer SizesDrawer size corresponding to overall size of 16” (40cm) D x 20” (50cm) W x 4” (10cm) H with chrome plated similar handle as above.Drawers 20 gauge MS Sheet fitted on roller.Remaining height between drawers and locker front open but other 3 sides closed.Bottom shelf of cabinet should be plain for easy cleaning from front.FINISH: off white powdered coated/spray painted.Note: Local subject to approval of sample. (Physical)

2

6.

Bench Steel / Aluminium Three SeatsFrameThe structure made with two rectangular tubes with section 2.25 x 13/16 x .08 inch cold rolled steel, united by crossbars andelements for attaching to the seats with .20 inch stamped steel plate. All steel parts should be coated with anti-corrosive epoxy paint.SeatCitizen modular seating molded in Appryl 3060 MN5 polypropylene with anti-static co-polymer. Seats available with upholstered seatand back cushions in a wide variety of vinyls and fabrics.Arms & LegsLegs for the 9000 model are made of cast aluminum and have an anodized finish. Legs for the 8000 model are cast iron, paintedwith epoxy with 100 micron thickness. Armrests are pressed steel with polyurethane coating for comfort and durability.

3

7.

Bench Wooden (3-Seats)Size: 1500 x 360 x 450mm(H)Structure made of 25/25mm mild steel square pipe.Finished with NC silver paint.Seat strips made of solid seasoned shisham woodFinished with NC lacquer

7

8.

Blood Storage Cabinet (Large Size)Blood Storage Cabinet.Blood storage cabinet for storage of blood bag.Capacity 850 liter single door.Temperature +4 deg. Digital readout.7- days chart recorder.Built in over and under temperature alarm system.Drawers roll out for easy excess to inventory.High visibility glass door, with look and key.22V 50Hz.

1

9.BP Apparatus Mercury (Table)Mercury 300mm Hg with die cast metal housing large reservoir with spilling over arrangement, tube with 3 mm silicone. Rubberbulbs. 1 Velcro Cuff, Adults, Pediatric and Neonates. Complete with basket for storage of cuffs.

4

10.BP Apparatus Mercury with StandMercury 300mm Hg with die cast metal housing large reservoir with spilling over arrangement, tube with 3 mm silicone. Rubberbulbs. 1 Velcro Cuff, Adults, Pediatric and Neonates. Complete with basket for storage of cuffs.

4

Page 6 of 55

11.

Cabinet for InstrumentsMade of MS 16 SWG with three side covered. Front double door with lock and hinges. Front door having 5mm Glass.Four glass shelves 5mm Floor clearance 9” with legs 1-1/4”x1-1/4” 16 SWG pipe. U-shape rod Handles / grip with rubber stumps.Size: 1 ½ x 3 x 6

2

12.

Computer with Printer Laser Jet & UPS

ComputerForm Factor TowerProcessor Intel Core i3 , 3240 3rd Genarations 3.4 GHZ Processor 3MB cache, 1333MHz/1600 MHz ) or BetterL2 Cache 3MB cache, 1600MHz /1333 MHz FSB or BetterHard Disk 500GB SATA 3.0Gb/s 7,200rpm Hard DiskSerial –ATA 4 serial-ATA InterfacesMemory 4GB DDR3 (1066 MHz/1033 MHz) upgradeable up to 8 GB or betterNetwork Interface Ethernet – IntegratedNetwork Speed 10Mbps, 100Mbps, 1000Mbps Fast Ethernet AdapterGraphics Type 2D / 3D Graphics with integrated 512 MB or BetterVideo Memory Intel Graphics Media Accelerator 3100Sound Integrated High Definition audio with 600w Speaker setExpansion Bays (2) 3.5" internal baysOptical Drive 16X Internal DVD Writer or betterReaders 16GB USB Pen DriveKey Board USB KeyboardMouse USB Optical Scroll Mouse with padLCD 17” with all accessoriesResolution 1024 x 768 or betterSlots total free and type 1 full-height PCI slots, 1full height PCI Express x1 slot, 1 full height PCI Express x16 slot

I/O Ports 1 Parallel, 1 Serial stard, 8 USB 2.0 (2 Front and 6Rear) PortsExpansion Ports External microphone, External Display, Keyboard, Line in, Line out, Mouse, RJ-45Operating System Windows 7 with Down grate to Genuine windows XP Professional with Original User Licenses (32 bit)Warranty Three years comprehensive warranty.Manuals &CDs Original Manual and Installation and Drivers CD for Each Desktop Computer

UPSPower Rating 750VAType Sine WaveInput Supply 180V to 250V, Single Phase, 50Hz/60Hz

Output Supply

Voltage: 230V Frequency: 50Hz Wave Form: True Sine Wave Less than 5%

Battery Backup Backup Time: 4-16 minutes fully typical computer load. Recharge Type: 3 to 6 hours after fully discharged. Battery Type: Replaceable maintenance free built-in battery system

Number of Sockets 04 Minimum

Protection Overload, Over/Under Voltage, Battery LowSurge Energy Rating 340 Joules

Noise Noise less than 55 DBA

Indicator Visuals: Line input, Overload, Inverter on/off, Battery Low Audible Battery in use, Overload, Battery Low

Warranty Minimum two year including batteriesInterface Port(s) DB-9 RS-232, USB, Smart Slot

Printer Laser Printer with the capacity of 30PPM with all necessary accessories, driver, cable, etc.

5

13. Computer Table with Chair

Table Computer Table Class 1 Laminated MDF Table 1200mm x 750mm With sliding rail fixed separable drawers CPU Cabinet, Complete in every respectChair Receptionist chair with cushioned seat and back, Upholstery in fabric. Including swivel action pedestal base and back support in cast metal or ABS,

1

Page 7 of 55

Metal Finishing in approved baked enamel paint of approved color Including ball castors, Complete in every respect

14.

D & C Set (17 Pieces)Dilator Set (10 Pieces) 1Sim’s Speculum Set 1Duck Speculum Set 1Flushing Curette 2Uterine Curette Set of Three 1Uterine Sound 1Volsellum Forceps 1

4

15.

Delivery TableFrame epoxy-power-coated steel.Bed base 3-sectional, epoxy-power-coated steel.Dimensions max, length 1939mm, maximum width 910mm recommended mattress sizes:725 x 1100 x 370mm (back and seat section), 725 x 310.Mattress 80mm thick foam, cover of comfortable and flexible material.Adjustments Height: Hydraulically 550 – 920mm, pedal on both sides.Back Section: Pneumatically, steplessly 70° Trendelenburg (14°) and anti-trendeleburg (3°):Pneumatically and steplessly foot section: Folding and detachable pelvic position.

1

16.

Photostate Machine1 Speed at least 30 CPM2 Digital Sorter(s)3 Laser Printing Built-in4 Paper Supply at least 2 trays @500 sheets (bypass tray)5 Copy Memory Minimum 256MB/32MB Page Memory6 Resolution Minimum 600 x 600 dpi7 Paper Tray Size at A-6 _ A-3 other8 Zoom Minimum 25% - 400%9 ADF (Automatic Documents Feeder)10 Scanning (Black & White)11 Photocopier Machine Trolley

1

17.

Dressing TableCompletely made of stainless steel AISI 304, material thickness 1.5 mm. Table top with negativediagonal folds to the drain (0 50 mm)and PVC drain tube. Can be disassembled in 5 pieces, easyassembly with hexagonal spanner (incl. assembly tool).Dimensions L/W/H: 2050 x 750 x 850 mmLoading capacity: 200 kgWeight approx. 30 kgPacking dimensions UW/H: approx. 2100 x 800 x 150 mm (carton + palette)Gross weight: 35 kg

2

18.

Dressing Trolley with Basin & Bucket (Mobile)4 leg frame made of Stainless steel pipe 16 SWG 1” x 1” all made of stainless steel. Tubular frame forms a safety rail, no sharpedges. Two shelves surface ground to reduce glare, resistant to disinfectants, trolley, 800mm high, fitted above and below withframes and shelf 20 SWG made of CrNi steel size 24” x 18”, to accept two sterilization tray. 1 SS ring for bowl 10” with SS bowl and1 SS ring for bucket with SS bucket. Bottle rack at top shelf. Four 100- 125mm swivel castors, electrically conductive.

18

19.

Drip StandFive WheelMovable4 Sides HangersHeight adjustable(Standard Size)

4

20.

Electro Stimulator Diagnosis/Therapy Unit to be well designed with an easy to read control panel. All parameters to be displayed clearly in digital form to eliminate risk. To have a built in micro processor to monitor and control all functions, to carry out a self test programme each time the unit is

switched on. Unit to offer low frequency electrotherapy and 9 types of current for various treatments. These currents to be: Galvanic surge, Rectangular pulsed, 2-5 current according to Trabert Triangular pulsed current MF - Monophase fixeDF - Diaphase fixeLP - Longues PeriodesCP - Cpourtes PeriodesCP-id CP isodynamique Facilities to include continually adjustable pulse duration, faradic surge and timer with automatic switch off and alarm.

1

21. Emergency First Aid Set with BoxL-ABC instruction in the inside of the lid.Measure: height 47cm, width 30cm.Art.nr: 91172Contents:1pcs 97437 Finger tube bandage1pcs 92109 First Aid Bandage 7,5x12 cm1pcs 92111 First Aid Bandage 17x17 cm1pcs 94376 Burn Free burn dressing incl bandage1pcs 97106 Respiratory sheet1pcs 95492 Plaster Dispenser

1

Page 8 of 55

1pcs 94418 Display box of 40 wound swabs

22.

Folding Examination Couch 3 Section with foam 3” Rexene A-Quality Square Pipe PaintedFolding table with three aluminium sections.The head rest, equipped with a breathing hole and plug, can be adjusted manually (+80°).This couch is available only with black leatherette covering.Safe working load: 150 kg

3

23.

Fine Automatic Pippets Adjustable 05 - 20µL. 10 - 50µL. 20 - 100µL

3

24. GlucometerGlucose monitor, battery operated, hand held, complete with case lancet holder, lancets and 500 glucose monitoring strips 1

25.

Hand PieceAmbient Operating Temperature: 10 to 40°CMaximum Enclosure Temperature: 55°CInput Line Voltage: 100 – 240 VAC, Grounded CircuitInput Line Frequency: 50/60 HzRated Power Consumption: 70 WattsOutput Power: 40 Watts max.Output Frequency: 13.56 MHzPower Supply Dimensions w x d x h: 12.1cm (4.8”) x 12.1cm (4.8”) x 22.2cm (8.8”)Certification / Marking: cNRTLus, CETip-to- Ground Potential: <2mVTip-to-Ground Resistance: <2 ohmsIdle Temperature Stability: ± 1.1°C in still air 13.56 MHzHand-piece Cable Length: L=183cm (72”), burn proof, ESD safeHand-piece Connector: F connector 183 cm (72") SJTWeight of the power supply: 2.65 Kg (5.85 lbs)

2

26.

Hot & Cold PacksSizes of Soft Comfort Hot Cold Corpak: X-Small (3" x 5")Small (6" x 10")Large (10" x 13")Cervical (6" x 20") Tri-Sectional (9" x 16")

1

27.

Infra Red Rays Lamp• Infra red lamp, designed for intermediate use in a hospital ward or physiotherapy department.• The lamp to provide an output of 300 watts, to be mounted on five anti-static castors and stable with a dampened counter

balance for height adjustment.• Rotation through 90 degrees in each direction is a requirement.

Infra Red: Unit should equipped with a microprocessor controlled with a treatment timer, adjustable radiation power and digital display showingset light intensity and remaining treatment time.Technical Specification:Radiation Intensity Adjustment: 10 – 100% in 10% steps Treatment Timer: 1 – 30 min Program Modes: User Define Programs: 10 User Define Sequences: 04 Power supply: 220VAC/50Hz

3

28.

Iron Stool Stool with 16 gauge stainless steel structure & seat of diameter 300mm. Height adjustable by simple spun mechanism. Height adjustment not less than 53cm to 68cm. Mounted on five 5cm swivel castors.

5

29.

Laryngoscope Set (Pak)Handle fiber optic illumination standard fitting, and spare bulb for fiber optic handle. Stainless steel macintosh/magill bladespreferably coated.1) 90 mm length Macintosh blade for infants and neonates2) 110-115 mm length macintosh blade.3) 135 mm length macintosh blade.4) 160 mm length macintosh blade.

Complete set in case 4 blades

1

30. Micromotor Integrated brushless micromotor with endo function 25% shorter and 30% less weight than the INTRA LUX KL702 Integrated 25,000 LUX LED with a long service life Speed range 100 - 40,000 rpm in combination with the smart drive motor control 2,000 - 40,000 rpm with normal motor control SMARTdrive optimised Controllable torque

1

Page 9 of 55

Sterilisable Pre-setting and control through control panel of the dentist element Precise control through foot control Indication-based torque setting No independent endo motor needed

31.

Office Chair WoodenStructure/seat and back made of solid seasoned shisham wood.Finished with NC lacquer.Seat and back webbing with natural double cane.

20

32.

Office Rack WoodenSize: 15 x 20 x 32Finished with NC silver paint.Seat strips made of solid seasoned shisham woodFinished with NC lacquer

4

33.

Office Table WoodenSize: 1600 x 800 x 760 mm(H)Top made of high density chipboard pressed with one side formica and other side veneer. Structure made of 25/25mm mild steelsquare pipe. Finished with NC Silver paing with one drawer box, consist of 3 drawer, top drawer lockable with through back.

6

34.

Oxygen GaugeBrass: Inlet Retainer, Relief Valve, Piston, Rotor,Flow Control Housing, Barb Outlet,Ergonomic-Grip T-handle, Inlet Filter Retainer,Brass/Viton Washer SealAluminium: Body, Barb Outlet, Clear AnodizeSilicone: O-ringsSintered Bronze: 40 Micron Inlet FiltersBody Finish: Green Anodize, Laser EtchedDiameter: 1 3/8" NominalLength: 92mm approximatelyWeight: 390gGauge:0-3000 PSI, Clean for O2 Service, UL Listing, Boot, 1/8"NPT, Fill/Refill

1

35. PCR UnitReal Time PCR Machine Minimum 4 Channel Optics with Precalibrated Dyes. Thirty Six Minimum Samples Capacity. Should Accept Individual Tubes, Strips or Plates Reaction Volume upto 50uL. Capable of Performing Melt Curve Analysis. LEDs as Excitation Source, Photodiodes/PMTs/CCD for Detection. Independents of Reference Dye. Mechanism to Remove Bubbles in Reaction Tubes/Mini Centrifuge. Cooling Rack for Reaction Tubes & Reagent Vials. Branded Computer with Minimum Core i5 Processor. Laser Printer/LCD/Keyboard/Mouse. Online UPS Branded with Dry Batteries, 3.0 KVA with 2 Hours Backup. With 5 Years Warranty, Service/Parts.Mini Centrifuge Angle Rotor for 24 x 2.0 mL Single Row. Aluminium/Steel/Alloy Rotor. With Lid Locking & Holding, Imbalance Notification. Maximum Speed 14000-16000 RPM. Digital Control of Speed/Time, RPM/RCF. With 5 Years Warranty, Service/Parts.Thermal Shaker Shaker Incubator for 2.0ml Tubes. Temperature Range 10-100C. Minimum Sample Capacity 24. With 5 Years Warranty, Service/Parts.Vortex Mixer Touch & Continuous Mixing. With 5 Years Warranty, Service/Parts.PCR Work Station Imported Workstation with UV & Flourescent Light. 3 x 2.5 Feet. With 5 Years Warranty, Service/Parts.Pippets 0.1-10ul. 10-100ul. 100-1000ul. Eppendorf/Gilson/Pippettean.Freezers Upright Freezers – 30 C. 300 Liters/11 Cubic Feet.

1

Page 10 of 55

With Servo Motor Stabilizer. With 5 Years Warranty, Service/Parts.Tube Racks Tubes Racks for PCR Process. 96 x 2.0 m

36.

Quadrichip ChairQuadriceps Chair enables exercise in a sitting position as well as exercise in a reclining position. The adjustability of the seat andback, facilitate a comfortable and stable position. The unit plied with 10 weights of 0.5 Kg and 1 weight of 5 Kg also includes strapsfor upper trunk and legs with back to back fastening.Chair designed table with two adjustable swinging arms with removable weights, and can be used on either side of the table for bothlimbs, it also enables the Patients to exercise in sitting and in reclining positionDimensions: Height 125 cm, Width 60 cm, Length 70 cmVelcro fixation strap for upper legAdditional swinging armUnit to be manufactured from square tube finished in an epoxy coat with a well upholstered washable flame retardant vinyl coveredseat and back rest. The back rest and the arm rests to be removable, the back rest able to be used as an extension to allow exercises to be done in areclining position. The swinging arm of the exerciser able to be mounted on either side of the bench with the resistance supplied by the use of weights, 10 weights to be supplied, each weight 0.5kg and 1 weight of 5kg. The maximum travel of the arm to be able to be preset.

2

37.

Shortwave DiathermyUniversal shortwave therapy unit pulsed and continuous shortwave therapy with high output and automatic tuning.Continuous and pulsed shortwave therapy with 10 pulse repetition frequencies.Rectangular pulsesBar display for output intensityGenerator frequency: 27.12 MHzOutput power in Continuous mode. Max. 400W Pulse duration: Approx.400 micro sec.Pulse repitation frequency: 15-200 Hz adjustable in 10 steps.Timer: 0-30min. with acostic signal and automatic switch off.Multi directional articulated treatment arms with single knob fixation.Protection against accidental switching from pulsed to continuous mode.Power supply: 220V, 50-60 Hz.Safety class: 1 type BF according to IEC 601-1Complete with standard accessories also includes the following2 Disc electrode 85mm2 Flexible rubber electrode2 Felt spacerStrapThe unit to be mobile with two detachable jointed electrode arms. To have a patient safety cord which automatically switches off the machine and an audible timer alarm which also turns off the machine. The following frequencies to be available: at 65 microseconds pulse width of 15, 25, 50, 100, 300, 400, 500 and 600 Hz and at 400 microseconds pulse width of 15, 25, 50, 100 and 200 Hz. To be supplied with standard accessories:2 electrode connection cables, 2 electrode cable clamps, 2 condenser electrodes 85 cms diameter, 2 flexible rubber electrodes 26 x 25 cms with felt spacers and strapsNeon testing tube.

1

38.

Stretcher Trolley for Patients Approx: 2035L x 710B x 915-1000H. Steel frame with epoxy polyester finish. Dia 125 wheels, 2 with brakes. 4 ring bumpers. Mattress thickness 5 cm. with fire retardant vinyl covering Pedal controlled hydraulic height adjustment. I.V. Pole. Slide away footstep. Folding Cot Sides. With forward and backward tilt movement. Backrest adjustable by means of ratchet mechanism.

2

Page 11 of 55

39.

Suction for Dental Unit (Dental Instruments for Surgical Extraction (Forceps) + for Filling etc.

a. Suction for Dental Unit ElectricalVoltage 230* Frequency (Hz) 60 Phase Single Operating Current (Amps) 12.5 A Starting Current (Amps) 70 A Horsepower 3.0 Insulation Class F PneumaticMax. Vacuum (In Hg) 12 Vacuum Limiter Preset (In Hg) 10 Open Vacuum Air Flow (CFM) 100 Separation Tank Capacity (Working Fluid) 8 gallons Tank Material Stainless Steel Ambient SpecificationsOperating Temperature 4.5 °C to 40 °C [40 °F to 104 °F]Relative Humidity (Non-Condensing) 0 to 90 % Environment Clean & Dust Free DimensionsHeight (In) 64 Diameter (In) 26 Weight (Lb) 225

b. Instruments for ExtractionForceps Upper & lower full set. Lower third molar forceps (R & L)Elevators Cross Bar (Mesial & Distal) Straight Elevators (3 different size) Cryer Elevators (Mesial & Distal) Crane Pick Elevator (Mesial & Distal) Periosteal Elevator. Bon Cutter. Bone File.c. Filling Instruments Excavators. Plastic Instruments. Burnishes. Cordensors. Cement Spatula. Carver. Mirror. Tweezer. Probe. Amalgum Gun. Amalgamator. Materix Band (Ivory Type) with Retainer.

1

40. Ultrasonic Wave Therapy UnitElectrotherapy – Currents• Interferential (isoplanar, dynamic, static, one-channel AMF)• TENS (symmetric, asymmetric, alternating, Burst)• TENS to spastic paralysis therapy• Kotz’/Russian stimulation• Tonolysis• Diadynamic (MF,DF,CP,CP-ISO, LP)• Trabert pulse, Leduc’, faradic• Pulse – rectangular, triangular• Unipolar sine surge• Galvanic• MicrocurrentsElectrodiagnostics• Electrodiagnostics with graphic presentation of I/t curve• Automatic calculation of rheobase, chronaxie as well as threshold, coefficient and quotient of accommodationUltrasound Therapy• 1 MHz, 1 cm2 ultrasound head• 1 MHz, 4 cm2 ultrasound head• Continuous emission – thermal effect• Pulse emission – micro-massage

1

Page 12 of 55

• Ultrasound heads provided with contact control connected to treatment timer• Stabilization of output powerElectrophonophoresis• 1 MHz, 4 cm2 electrophonophoresis head• Available currents: unipolar sine surge, pulse, diadynamic, galvanic• Electrophonophoresis head provided with contact control connected to treatment timer• Current flow monitoring.• Focus of the influence of electric field and ultrasound wave in the area of medicine absorption.• Deep penetration – up to 10 cm under the skin• High concentration of medicine in treated area• Acceleration of the medicine’s effect influenced by ultrasound waveManual ModeComplete control over parameters for advanced usersTreatment Programs• Simplification of the unit operation.• Treatment programs chosen by name• 237 preset treatment procedures• 110 user-defined programs• 80 favourite programs• Naming individual user programsErgonomics• Two independent treatment channels• Operation mode: program/manual• Easy-to-read display• Operation in graphic mode• Preset treatment program base• Treatment programs chosen by name• Treatment timer• Electrodes test• Statistics – the number of performed treatments• Buzzer volume setting• Precise control over the ultrasound wave emission during performed treatment• Head sensitivity calibration• Temporal loss of contact does not interrupt treatment procedure e.g. bone areaStructure• Graphic LCD display• Heavy-duty and reliable keyboard• Modern design• Operation in CC (stabilized output current) and CV (stabilized output voltage) modes.• Complete galvanic isolation between channels in each mode• Generation of unidirectional (unipolar) currents in interrupted mode• Self-test – systematic control of the unitTechnical SpecificationsController – maximum constant current in patient’s circuit (CC mode)Galvanic: 40 mADiadynamic, Pulse: 60 mAInterferencial, Kotz’, unipolar sine surge: 100 mATENS: 140 mATonolysis: 100 mAMicrocurrents: 1 000 μAMaximum voltage in patient’s circuit (CV mode): 140 VMax. ultrasound wave intensity: 3 W/cm2Pulse frequency: 16 Hz, 48 Hz, 100 HzDuty cycle for pulse mode: 10 %, 25 %, 50 %, 75 %Mains supply: 230V, 50Hz, 70W, 100VAWeight Max. 6 kgWarrantyEtius U: 2 yearsUltrasound head: 2 yearsElectrophonophoresis head: 2 yearsStandard Accessories• Mains cable• Patient lead (2 Pieces)• Electrotherapy electrode 6x6 cm (4 Pieces); 7,5x9 cm (2 Pieces)• Viscose electrode cover 6x6 cm (8 Pieces); 7,5x9 cm (4 Pieces)• Velcro fixing belt 40x10 cm (2 Pieces); 100x10 cm (2 Pieces)• 1 MHz, 4 cm2 ultrasound head with holder• Gel 0,5 l (1 pc.)• Spare fuse T1 AL250 V (2 Pieces)• User guideOptional Accessories• Disposable self-adhesive electrodes 3x4 cm; 5,5x5,5 cm; 5,5x12,5 cm• Point electrodes 5 mm, 10 mm, 15 mm, 20 mm• Crocodile clip• Sand-filled bag 21x14 cm, 21x28 cm

Page 13 of 55

• Bag for the unit and accessories• Elf, Elf X trolleys• 1 MHz, 1 cm2 ultrasound head with holder• 1 MHz, 4 cm2 electrophonophoresis head with holder• Patient’s switch

41.

Wheel Chair LargeMade of seamless chrome plated steel tubing (18gauge)Wheels, rear, Chrome-plated rims, with opush rims/had ralls for self propulsionSolid rubber tiles, 610mm (24” dia meter)Front swivel coasters, rubber-tired with heavy duty bearings. Single hand break.Push handles with non slip rubber/plastic gripsFoot rest, folding, of caste of aluminumFolding seat and back of strong and washable material.

36

42.

Wheels & Exercise PullisShoulder WheelFor shoulder and hand exercise, made of painted steel frame and chromium plated/ SS sliding parts. The wheel is to be fully adjustable for height and resistance and be able to accommodate all age groups and various stages ofrehabilitation.

2

43. Wheight Machine Adult 544. Almirah Steel for Medicines 1½' x 3' x 6' 1845. Baby Weight Machine 146. Basin Steel with Stand 247. Babcock’s Forceps 1848. Bed Sheets 66 x 108 Blue waved border with monogram 2049. Blanket (Fine Quality) 450. Bowel Large Size 10” 6551. Bowel Medium Size 6” 6552. Bowel Small Size 4” 353. BP Knife Handle No.3 2454. BP Knife Handle No.4 3255. Chittle Forceps 156. Chittle Forceps Jar 157. Curtain Screen 4-pieces 258. Delivery Light Mobile 159. Dental Forceps Set 160. Doctor Coat White 261. Draw Sheet 36” x 72” 1062. Dressing Pair of Scissor 263. Dressing Trolley 264. Dressing/Sterilizing Drum 14" X 14" 265. Duster 28” x 28” 21066. Ellis Forceps Medium 867. ENT Set 168. Episiotomy Pair of Scissor 8" 269. ESR Stand Stainless Steel 270. Garbage Container Steel with Wheel 771. Instrument Tray with Stand (Medium 14" x 12") 1272. Instruments Tray 12" x 14" 273. Instruments Trolly 274. Jar Large Size (Steel) 475. Jar Small Size (Steel) 476. Magiels Forceps 677. Mosquito Artery Forceps 278. Mouth Gag 6679. Mayo’s Pair of Scissor (curved) 280. Needle Holder Large Size 8" 281. Needle Holder Medium Size 2082. Normal Delivery Forceps 483. Operation Gown (Set) with Cap & Mask 2484. Pillow Foam with Cover 6485. Plastic Dust Bins (Ordinary Basket Capacity 3 Litres) 6486. Retractar Small 1887. Safe Almirah 2088. Sharp Pair of Scissors 289. Sponge Holder Forceps 290. Steel Almirah 1½' x 3' x 6' 1691. Stethoscope (Littman/Like Type) 23292. Stone Holding Forceps 1593. Sucker End 694. Syringes Cutter 695. Test Tube Rack (Steel) 7

Page 14 of 55

96. Thermameter 1297. Torch Three Cell 398. Towel 24" x 48" 2099. Towel Clips 10100. Towel Stand Iron 20

Interested eligible bidders may get the tendered item’s specification after submission of written

application along with tender fee (non-refundable) which shall be issued only during working hours immediately

after publication of this tender. A copy of the Bidding Documents is available for information and can be

downloaded from the websites www.ppra.punjab.gov.pk. In case the bidding documents are downloaded from

websites, the required cost of the bidding documents shall be paid at the time of submission of bids. Single stage two envelops procedure bidding procedure shall be applied. The Bid Security / Earnest

Money 3% (of actual estimated price) in the form of “CDR i.e. Bank Draft, Pay Order etc.” in favour of Executive

District Officer (Health) Jhang is required to be submitted with the Financial Bid, without which the offer shall be

rejected being non-responsive. Sealed bids are required to reach as per above schedule in the office of Executive District Officer

(Health) Jhang latest by 27.12.2016 at 11:00 AM. The bids shall be opened on the same day at 12:00 Noon. Note: All assessments and procuring procedure i.e. receiving, opening and awarding etc. shall be governed

by the Punjab Procurement Rules-2014.

Dr. Zafar Abbas KhanExecutive District Officer

(Health) Jhang

PART-II

Page 15 of 55

BIDDING DOCUMENT(Goods)

Page 16 of 55

Table of ContentsCheck List 1A. Instructions to Bidders (ITB) 2General Instructions 21. Content of Bidding Document 22. Source of Funds 23. Eligible Bidders 24. Eligible Goods and Services 35. Cost of Bidding 36. Clarification of Bidding Documents 37. Amendment of Bidding Documents 38. Qualification and Disqualification of Bidders 49. Corrupt or Fraudulent Practices 410. Mechanism for Blacklistment of Defaulted Bidder/Contractor under rule 21 ofPunjab Procurement Rules 2014 5Preparation of Bids 711. Language of Bid 712. Documents Comprising the Bid 713. Bid Form and Price Schedule 714. Bid Prices 815. Bid Currencies 816. Documents Establishing Bidder’s Eligibility and Qualification 817. Documents Establishing Goods’ Eligibility and Conformity to BiddingDocuments 1018. Bid Security 1019. Bid Validity 10Submission of Bids 1120. Format and Signing of Bid 1121. Sealing and Marking of Bids 1122. Deadline for Submission of Bids 1223. Late Bid 1224. Withdrawal of Bids 1225. The Bidding Procedure 1226. Opening and Evaluation of Bids 12Opening of Bids by the Procuring Agency 12(in single stage two envelops procedure) 1227. Clarification of Bids 1328. Preliminary Examination 1329. Evaluation and Comparison of Bids 1430. Evaluation Criteria 1431. Contacting the Procuring Agency 1632. Rejection of Bids 1633. Re-Bidding 1634. Announcement of Evaluation Report 17Award of Contract 1735. Acceptance of Bid and Award criteria 1736. Procuring Agency’s right to vary quantities at time of Award 1737. Limitations on Negotiations 1738. Notification of Award 1739. Signing of Contract 1740. Performance Guarantee 1841. Schedule of Requirement 1842. Redressal of grievances by the Procuring Agency 18B. General Conditions of Contract (GCC) 20

Page 17 of 55

1. Definitions 202. Application 203. Country of Origin 204. Standards 205. Use of Contract Documents and Information 216. Patent Rights 217. Submission of Samples 218. Ensuring Storage/Installation Arrangements 219. Inspections and Tests 2110. Physical Examination/Inspection of Goods 2211. Delivery and Documents 2212. Insurance 2213. Transportation 2214. Incidental Services 2215. Warranty 2216. Payment 2317. Prices 2318. Contract Amendments 2319. Assignment 2320. Subcontracts 2321. Delays in the Supplier’s Performance 2322. Penalties/Liquidated Damages 2423. Termination for Default 2424. Mechanism for Blacklistment of Defaulted Bidder under rule 21 of PunjabProcurement Rules 2014 2425. Force Majeure 2626. Termination for Insolvency 2727. Arbitration and Resolution of Disputes 2728. Governing Language 2729. Applicable Law 2830. Notices 28C. Special Conditions of Contract (SCC) (If required) 29[Name & Designation of the Concerned Officer of Procuring Agency] 30Performance Guarantee Form 32Manufacturer’s Authorization Form If Other Than Manufacturer 33Contract Form 33Bid Form 36Price Schedule 37Specifications 38

Page 18 of 55

Check List

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

Detail Yes/NoPage

Number

1. Original receipt for purchase of tender.

2. Bid Security not more than 5% of tender price.

3. Minimum one year business history from the date of authorization.

4.Mandatory warranty of the product as per terms and conditions of thecontract. Proof that the company is authorized to give warranty on behalf ofthe Principal to be provided.

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

6. Company profile including engineering and managerial capability.

7.

An affidavit on stamp paper of Rs.20/- submitting following clauses: i) thatmaintenance of goods and replacement of defective parts under warrantyshall be done, ii) that neither the firm has been blacklisted on any groundswhatsoever or is being proceeded against or is involved in litigation. Thiscertificate shall remain operative till the finalization of the procurement.

8. Price mentioned on technical bid.

9. Bank statement / Balance sheet, Financial Soundness, National tax numberand General Sale Tax number certificate.

10. Literature / brochure of product.

11. Manufacturer authorization form (proof in form of reviews/opinions).

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

13. Mentions the country of origin (wherein the country of origin is the countrywhere more than 50% of parts of the goods are manufactured).

14. Certificates regarding quality of production for conformity with InternationalStandards (copy of certificate FDA, CE, JIS)

15. References regarding reputation from Private / Public Sector.

Page 19 of 55

A. Instructions to Bidders (ITB)

General Instructions:

1. Content of Bidding Document1.1 The goods required, bidding procedures, and Contract terms are prescribed in the bidding documents. Inaddition to the Invitation for Bids, the bidding documents include:(a) Instructions to Bidders (ITB);(b)General Conditions of Contract (GCC);(c) Special Conditions of Contract (SCC);(d) Schedule of Requirements;(e) Technical Specifications;(f) Contract Form;(g)Manufacturer’s Authorization Form;(h) Performance Guaranty Form;(i) Bid Form; and(j) Price Schedule1.2 The “Invitation for Bids” may be part of Bidding Documents, as used by IBRD, ADB etc. and is included as areference only. In case of discrepancies between the Invitation for Bid and the Bidding Documents listed in 1.1said Bidding Documents shall take precedence.1.3 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents.Failure to furnish all information required by the bidding documents or to submit a bid not substantiallyresponsive to the bidding documents in every respect shall be at the Bidder’s risk and may result in the rejectionof its bid.2. Source of Funds2.1 Funds are available with the (herein referred to as the “Procuring Agency”).3. Eligible Bidders3.1 This Invitation for Bids is open to all National / International / Original Manufacturers / authorized Sole Agentsof Foreign Principals in Pakistan for supply of goods.3.2 The bidder must possess valid authorization from the Foreign Principal / Manufacturer and in case ofManufacturer; they should have a documentary proof to the effect that they are the original Manufacturer of therequired goods.3.3 Bidders should not be under a declaration of ineligibility for corrupt and fraudulent practices issued by anyGovernment (Federal, Provincial), a local body or a public sector organization or have been or being disqualifiedor blacklisted or is involved in litigation on this account. The bidder shall have to be clear of all ineligibilities,disqualifications and blacklistment by the completion of bidding process.4. Eligible Goods and Services4.1 All goods and related services to be supplied under the contract shall have their origin in eligible sourceCountries and all expenditures made under the contract shall be limited to such goods and related services. 4.2 For the purpose of this clause, (a) the term “Goods” includes any Goods that are the subject of this Invitationfor Bids and (b) the term “Services” includes related services such as transportation, insurance, after saleservice, spare parts availability, etc. For purposes of this clause, “origin” means the place where the goods aremined, grown, or produced, or the place from which the related services are supplied. Goods are producedwhen, through manufacturing or processing, or substantial and major assembly of components, a commerciallyrecognized product is produced that is substantially different in basic characteristics or in purpose or utility fromits components.5. Cost of Bidding5.1 The Bidder shall bear all costs associated with the preparation and submission of its bid, and the ProcuringAgency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of thebidding process.6. Clarification of Bidding Documents6.1 A prospective Bidder requiring any clarification of the bidding documents may notify the Procuring Agency inwriting at the Procuring Agency’s address indicated in the Invitation for Bids. The Procuring Agency shall respond

Page 20 of 55

in writing to any request for clarification of the bidding documents, which it receives not later than ten (10) daysprior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of theProcuring Agency’s response (including an explanation of the query but without identifying the source of inquiry)shall be sent to all prospective Bidders that have received the bidding documents.7. Amendment of Bidding Documents7.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at itsown initiative or in response to a clarification requested by a prospective Bidder, may modify the biddingdocuments by amendment.7.2 All prospective Bidders that have received the bidding documents shall be notified of the amendment inwriting through post, courier, email or any other authentic source of communication, and shall be binding onthem. All prospective bidders must provide acknowledgement of amendment of bidding document.7.3 In order to allow 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 the submission of bids.Amendment notice to that effect shall be communicated in the same manner as the original invitation to bid.8. Qualification and Disqualification of Bidders8.1 In the absence of prequalification, the Procuring Agency shall determine to its satisfaction whether the Bidderthat is selected as having submitted the lowest evaluated responsive bid is qualified to perform the Contractsatisfactorily, in accordance with the criteria listed in ITB Clause 29.2.8.2 The determination shall take into account the Bidder’s financial, technical, and production capabilities. It shallbe based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by theBidder, (ITB Clause 29.2), as well as such other information as the Procuring Agency deems necessary andappropriate.8.3 An affirmative determination shall be a pre-requisite for Award of the Contract to the Bidder. A negativedetermination shall result in rejection of the Bidder’s bid.8.4 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or primafacie evidence of any defect in Supplier’s capacities may require the Suppliers to provide information concerningtheir professional, technical, financial, legal or managerial competence.8.5 The Procuring Agency shall disqualify or blacklist a Bidder if it finds, at any time, that the informationsubmitted by him concerning his qualification as Supplier was false inaccurate or incomplete, or otherwise to beindulging in corrupt and Fraudulent practices.9. Corrupt or Fraudulent Practices9.1 The Procuring Agency requires that all Bidders / Suppliers / Contractors observe the highest standard ofethics during the procurement and execution of such Contracts. In pursuance of this policy, the ProcuringAgency:a. defines, for the purposes of this provision, the terms set forth below as follows:I. “corrupt practice” means the offering, giving, receiving or soliciting of anything of value to influence the action ofa public official in the procurement process or in Contract execution; andII. “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or theexecution of a Contract to the detriment of the Procuring Agency, and includes collusive practice among Bidders(prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprivethe Procuring Agency of the benefits of free and open competition;b. shall reject a proposal for Award if it determines that the Bidder recommended for award has engaged incorrupt or fraudulent practices in competing for the Contract in question and may disqualify or blacklist thefirm/bidder either indefinitely or for a stated period of time;c. shall reject the bid which is to be awarded a Contract or contract if it at any time determines that the firm hasengaged in corrupt or fraudulent practices in competing for, or in acquiring or executing, a Contract.10. Mechanism for Blacklistment of Defaulted Bidder/Contractor under rule 21 of Punjab ProcurementRules 2014:The following are the events which would lead to initiate (Rule 21 of PPRA Rules 2014) blacklisting/debarmentprocess;i) Submission of false fabricated / forged documents forprocurement in tender.ii) Not attaining required quality of work.iii) Inordinate tardiness in accomplishment of assigned/agreed responsibilities/ contractual obligations resultingloss to procuring agency/Government

Page 21 of 55

iv) Non execution of work as per terms & condition of contract.v) Any unethical or unlawful professional or business behavior detrimental to good conduct and integrity of thepublic procurement process.vi) Involvement in any sort of tender fixing.vii) Persistent and intentional violation of important conditions of contract.viii) Non-adherence to quality specifications despite being importunately pointed out.ix) Security consideration of the State i.e., any action that jeopardizes the security of the State or good repute ofthe procuring agency.

PRCEDURE

1. Competent authority of procuring agency may on information received from any resource direct issuance ofshow cause notice to a bidder or contractor of the Procuring Agency.2. The show cause notice shall contain precise allegation against the contractor and maximum period ofdebarring the contractor form participating in any public procurement of the Procuring Agency.3. The contractor will be given minimum of seven days to submit the written reply of the show cause notice.4. In case the contractor fails to submit written reply within the requisite time, the competent authority may directto issue notice of personal hearing to the contractor/ authorized representative of the contractor and thecompetent authority shall decide the matter on the basis of available record and personal hearing, if availed.5. In case the contractor submits written reply, competent authority may decide to file the matter or directissuance of a notice to the contractor for personal hearing.6. The contractor shall be given minimum of seven days for appearance before the competent authority ofhearing in person.7. The competent authority shall decide the matter on the basis of available record and personal hearing of thecontractor, if availed.8. The competent authority shall decide the matter within fifteen days from the date of personal hearing unlessthe personal hearing is adjourned to a next date and in such and eventuality, period of personal hearing shall bereckoned from the last date of personal hearing.9. The order of competent authority shall be communicated to the contractor with a statement that the contractormay, with thirty days, file a representation against the order before the Managing Director Punjab ProcurementRegulatory Authority.10. An effort shall be made for electronic communication of the notices and other documents pursuant to thismechanism and manner of the blacklisting of the contractor.

NOTE: The decision for blacklistment shall be for period as the competent authority deems fit according tocircumstances of the each case. The letter for debarring the agency/individual will be published on PPRAwebsite. Once the blacklisting order is issued it shall not be revoked ordinarily unless as provided under rule 21of the Punjab Procurement Rules 2014.

Preparation of Bids

11. Language of Bid11.1 The bid prepared by the Bidder, as well as all correspondence and documents relating to the bid exchangedby the Bidder and the Procuring Agency shall be written in English or Urdu (with the mutual consent of parties).Supporting documents and printed literature furnished by the Bidder may be in another language provided theyare accompanied by an accurate translation of the relevant passages in English, in which case, for purposes ofinterpretation of the Bid, the translation shall govern.12. Documents Comprising the Bid12.1 The bid prepared by the Bidder shall comprise the following components:(a) A Bid Form and Price Schedule completed in accordance with (ITB Clauses 13 and 14) (to be submittedalong with financial proposal);(b) Documentary evidence established in accordance with (ITB Clause 16) that the Bidder is eligible to bid and isqualified to perform the Contract if its bid is accepted;

Page 22 of 55

(c) Documentary evidence established in accordance with (ITB Clause 16) that the goods to be supplied by theBidder are eligible goods and conform to the bidding documents.13. Bid Form and Price Schedule13.1 The Bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the biddingdocuments (Annexure A Form), indicating the goods to be supplied, a brief description of the goods,specifications, taxes, quantity, and prices.14. Bid Prices14.1 The Bidder shall indicate on the Price Schedule the unit prices and total bid price of the goods, it proposesto supply under the Contract.14.2 Form for Price Schedule is to be filled in very carefully, and should be typed. Any alteration/ correction mustbe initialed. Every page is to be signed and stamped at the bottom. Serial number/ bid number of the quoted itemmay be marked or highlighted with red/yellow marker.14.3 The Bidder should quote the prices of goods according to the technical specifications. The specifications ofgoods, different from the demand of enquiry, shall straightway be rejected.14.4 The Bidder is required to offer competitive price. All prices must include relevant taxes and duties, whereapplicable. If there is no mention of taxes, the offered/ quoted price shall be considered as inclusive of allprevailing taxes/duties. The benefit of exemption from or reduction in the GST or other taxes, if granted at anystage of procurement, shall be passed on to the Procuring Agency.14.5 Prices offered should be for the entire quantity demanded; partial quantity offers shall straightaway berejected. Conditional offer shall also be considered as non-responsive Bidder. Where prices are to be quoted inpackage, all items mentioned in the package shall be quoted in the offered prices. Nonmentioning of price ofeach item of the package being non-responsive shall be rejected straightaway.14.6 While tendering (your) quotation, the present trend/ inflation in the rate of goods and services in the marketshould be kept in mind. No request for increase in price due to imposition of taxes or market fluctuation in thecost of goods and services etc. shall be entertained after the bid has been submitted.15. Bid Currencies15.1 Prices shall be quoted in Pak Rupees.15.2 for the purposes of comparison of the bids quoted in different currencies, the price shall be converted intoPak Rupees and the rate of exchange shall be the selling rate, prevailing on the date of opening of bids, asnotified by the state bank of Pakistan for that day. The price counted in currency different than in Pak rupeesshall be treated as bid in Pak rupees in this manner.16. Documents Establishing Bidder’s Eligibility and Qualification16.1 The Bidder shall furnish, as part of its technical bid, documents establishing the Bidder’s eligibility to bid andits qualifications to perform the Contract if its bid is accepted.16.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’ssatisfaction that the Bidder, at the time of submission of its bid, is eligible as defined under ITB Clause 3.16.3 The documentary evidence to be submitted in the Technical Proposal for the purposes of qualification andtechnical evaluation:(a) The Supplier/ agent shall have to produce letter of authorization from Manufacturer and in case ofManufacturer, documentary proof to the effect that they are the original Manufacturer of the required goods shallbe provided.(b) National Tax Number (NTN), General Sales Tax Number and Professional Tax (if applicable) withdocumentary proof shall have to be provided by each Bidder in the tender.(c) The Bidder/ Manufacturer shall submit an affidavit on legal stamp paper of Rs.20/- that their firm has not beenblacklisted in the past on any ground by any Government (Federal, Provincial), a local body or a public sectororganization and no litigation is underway on account of blacklistment process. In case the bidder has beendisqualified or blacklisted earlier in the past by any public sector organization, detail concerning the period ofsuch disqualification/blacklistment, cause of such embargo and eventual result/latest status shall be mentionedby the bidder. On account of submission of false statement or concealment of the fact, the Bidder shall bedisqualified forthwith, if contract has not been executed and blacklisted, if the contract has been executed.(d) The Bidder should have minimum year experience in the market which will be counted from the date ofAuthorized Letter of Principal/Local Manufacturer. Similarly it is mandatory that the item to be quoted by theBidder/ Manufacturer should have already been used in different public/ private Institution/hospitals.Documentary proof shall have to be provided in this regard. If the quoted items/models are newly launched, itshould be also indicated.

Page 23 of 55

(e) The Bidder is required to provide with the technical proposal the name of item(s), tender number and serialnumber in the exact manner as quoted in the financial proposals.(f) The Bidder must indicate the country of origin of the goods, capacity of production of the firm (in case ofmanufacturer), its financial status, necessary assurance of quality production, Certificate(s) for conformity withInternational standards of Quality (original or attested certification) and list of qualified (attested degrees orcertification) technical persons along with qualification and trainings (including details of CNIC), payroll details ofstaff, list of main service, testing and calibration tools and supervisory staff working in the production and qualitycontrol departments in the manufacturing plants.(g) The Bidder (in case of manufacturer) shall provide a list of plant, major machinery and equipment installed in the factory. All necessary equipment must be calibrated and validation certificate to be included in the technical bid.(h) In case of non-local manufacturers, the list of Countries in which the specific product is available and is in use.(i) The Bidder shall provide firms balance sheet, latest tax paid, audit inspection report (if undertaken) and atleast one year bank statement.(j) The Bidder shall provide total list of products it supplies in the market. The Bidder shall also be responsible forproviding up to date and authentic contact details of both private and public sector organizations to which it hassupplied over the last twoyears. Bidder shall also provide supply order details over last one (01) year with complete and up to date detailsof its distribution sub-offices or/and representatives.17. Documents Establishing Goods’ Eligibility and Conformity to Bidding Documents17.1 ITB Clause 12, the Bidder shall furnish along with (technical proposal) (if applicable), as part of its bid,documents establishing the eligibility and conformity to the bidding documents of all goods, which the Bidderproposes to supply under the Contract.17.2 Submission of sample (where demanded): If so required by the technical committee, to be recorded inwriting, the bidder shall provide a sample or demonstration as the case may be.18. Bid SecurityExplanationThe Procuring Agency will notified a technical committee under this clause to all the bidders18.1 Bid Security (not more than 5% of the total) estimated price should be attached in the form of CDR,banker’s cheque etc., attached with Financial Proposal in the name of “(Name & Designation of the personconcerned)”.19. Bid Validity19.1 Bids shall remain valid for a period of Ninety days from the date of submission of the Bid prescribed by theProcuring Agency. A bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive.19.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within thestipulated bid validity period. However, under exceptional circumstances and for reasons to be recorded inwriting, if an extension is considered necessary, all those who have submitted their bids shall be asked to extendtheir respective bid validity period by communicating reasons for such extension. Such extension shall be for notmore than the period equal to the period of the original bid validity.19.3 Bidders who,(a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to changethe substance of their bids; and(b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids. In case the bidshave been opened and evaluated even in that case the non-willing bidder shall not be penalized and his bid shallbe refused without forfeiting of bid security/any penalty.

Submission of Bids20. Format and Signing of Bid20.1 The bid shall be typed and shall be signed by the Bidder or a person or persons duly authorized to bind theBidder to the Contract. The person or persons signing the bid shall initial all pages of the bid.20.2 Any interlineations, erasures, or overwriting shall be valid only if they are initialed by the person or personssigning the bid.20.3 All biding documents to be duly attested (signed and stamped) by the authorized person of company.

Page 24 of 55

21. Sealing and Marking of Bids21.1 Since the bidding procedure shall be according to the provision of rule 38 of Punjab Procurement Rules2014 (whichever is desirable to the Procuring Agency) so the procedure of sealing and marking of bids shall begoverned accordingly.21.2 The envelope(s) shall:a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; andb) Bear the name and number indicated in the Invitation for Bids, and shall be inscribed by the followingsentence: “DO NOT OPEN BEFORE,” to be completed with the time and the date specified in the invitation forBid.21.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returnedunopened in case it is declared non-responsive or late.21.4 If the outer as well as inner envelope is not sealed and marked properly, the Procuring Agency shall assumeno responsibility for the bid’s misplacement or premature opening.22. Deadline for Submission of Bids22.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address specified underthe Tender Notice not later than the time and date specified in the Tender Notice.22.2 The Procuring Agency may, at its discretion, extend this deadline for the submission of bids by amendingthe bidding documents in accordance with (ITB Clause 7), in which case all rights and obligations of theProcuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline asextended.23. Late Bid23.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by theProcuring Agency (ITB Clause 22) shall be rejected and returned unopened to the Bidder.24. Withdrawal of Bids24.1 The Bidder may withdraw its bid prior to the deadline specified in the invitation to bid.24.2 No bid can be withdrawn after the deadline for submission of bids and before the expiration of the bidvalidity period specified in (ITB Clause 19) Withdrawal of a bid during this period shall lead to bidderdisqualification for participation in future procurements of the procuring agency for a period as deem necessaryby the Procuring Agency and forfeiture of bid security.25. The Bidding Procedure25.1 Bidding procedure according to rule 38 of Punjab Procurement Rules 2014 shall be adopted (whichever isapplicable25.2 The bid found to be the lowest evaluated bid shall be accepted.26. Opening and Evaluation of Bids Opening of Bids by the Procuring Agency (in single stage two envelops procedure)26.1 The Procuring Agency shall initially open only the envelopes marked “TECHNICAL PROPOSAL” in thepresence of Bidders’ representatives who choose to be present, at the time, date and venue already specified inthe Invitation for Bids or Tender Notice. The Bidders’ representatives who are present shall sign the AttendanceSheet as evidence of their attendance. However, the envelope marked as “FINANCIAL PROPOSAL” shallremain unopened and shall be retained in safe custody of the Procuring Agency till completion of the technicalevaluation process.26.2 The Bidders’ names, item(s) for which they quoted their rate and such other details as the ProcuringAgency, at its discretion, may consider appropriate, shall be announced at the opening of technical proposal.Bids found non-responsive and non-complied shall be rejected. The financial bid however shall be opened onlyof those who are technically found complied and responsive. Non-complied/non-responsive bidder’s financialproposal shall be returned unopened. However, at the opening of financial proposals (the date, time and venuewould be announced later on), the bid prices, discounts (if any), and the presence or absence of requisite bidSecurity and such other details as the Procuring Agency, at its discretion, may consider appropriate, shall beannounced.26.3 The Procuring Agency shall prepare minutes of both the technical proposal as well as the financial proposalbid opening.27. Clarification of Bids27.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification ofits bid. The request for clarification and the response shall be in writing, and no change in the prices or substanceof the bid shall be sought, offered, or permitted.

Page 25 of 55

28. Preliminary Examination28.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether anycomputational errors have been made, whether the required documents have been furnished and properlysigned, and whether the bids are generally in order.28.2 In the financial bids (at the time of opening the financial proposal) the arithmetical errors shall be rectified onthe following basis. If there is a discrepancy between the unit price and the total price that is obtained bymultiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. If theBidders/Suppliers do not accept the correction of the errors, its bid shall be rejected. If there is a discrepancybetween words and figures, the amount in words shall prevail.28.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which doesnot constitute a material deviation (or changes the substance of the bid), provided such waiver does notprejudice or affect the relative ranking of any Bidder.28.4 Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness ofeach bid to the bidding documents. For purposes of these Clauses, a substantially responsive bid is one, whichconforms to all the terms and conditions of the bidding documents without material deviations. Deviations from,or objections or reservations to critical provisions shall be deemed to be a material deviation for technicalproposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of thebid itself without recourse to extrinsic evidence.28.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and will not beaccepted/entertained for detail evaluation.29. Evaluation and Comparison of Bids29.1 The Procuring Agency shall evaluate and compare the bids, on knockout clauses basis and shall select onlythose which have been determined to be substantially responsive during preliminary evaluation of bids (ITBClause 28).29.2 The Procuring Agency’s evaluation of technical proposal/ bid (if applicable in any case) shall be on the basisof previous performances, test reports, inspection of plant/ factory/ premises, previous experience, financialsoundness and such other details as already highlighted. However, the evaluation of financial proposal shall beon the basis of price inclusive of prevailing taxes and duties in (ITB Clause 14, 15).29.3 All bids shall be evaluated in accordance with the evaluation criteria (ITB Clause 30) and other terms andconditions set forth in these bidding documents.29.4 In case of procurement on C&F/ CIP/ CIF basis; for the purpose of comparison of bids quoted in differentcurrencies, the price shall be converted into Pak Rupees (ITB Clause 14). The rate of exchange shall be theselling rate, prevailing on the date of opening of bids as notified by the State Bank of Pakistan/ National Bank ofPakistan on that day.29.5 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules,regulations and policies that are in force at the time of issue of notice for Tender.30. Evaluation Criteria30.1 For the purposes of determining the lowest evaluated bid, facts other than price such as;Previous performances (20 marks)Previous experience (20 marks)Technical capabilities (20 marks)Financial soundness (20 marks)Numbers of similar assignment in the past (20 marks)

Note (Evaluation criteria will be marked/changed as per requirements of the procurement of procuring agency)

Such other details as the Procuring Agency at its discretion, may consider appropriate shall be taken intoconsideration. The evaluation factors / criteria will be employed on technical proposals. The number of pointsallocated to each factor (in case quantification method is adopted) shall be specified in the Evaluation Report.Only bids securing minimum of 65% marks would be declared technically accepted.i). After technical evaluation is completed, the Procuring Agency shall notify the date, time and location foropening of the financial proposals. Bidders’ attendance at the opening of financial proposals is optional.ii). Financial proposals shall be opened publicly in the presence of the bidders’ representatives who choose to bepresent. The name of the bidders and the technical score of the bidder shall be read aloud. The financial

Page 26 of 55

proposal of the bidders who met the minimum qualifying mark shall then be inspected to confirm that they haveremained sealed and unopened (financial proposals of Bidders failedto secure minimum score thresh-hold in the technical evaluation shall be returned unopened). The financialproposals of technically qualified bidder shall then be opened, and the total prices read aloud and recorded.

A) List of Essential Document Required1. Bid Security _____ (not more than 5% of the estimated price).2. Minimum years of business history from the date of authorization.3. Mandatory warranty of product as per terms and conditions of the contract.Proof that the company is authorized to give warranty on behalf of the Principal to be provided.4. Company profile including engineering if required and managerial capability.5. An affidavit on stamp paper of Rs. 20/- submitting following clauses: i) that maintenance of goods andreplacement of defective parts under warranty shall be done, ii) that the firm is never blacklisted on any groundswhatsoever.6. Bank statement/ Balance sheet, Financial Soundness, National tax number and General Sale Tax numbercertificate (mention the time / year).7. List of products supplied to Govt. and private sector.8. Literature/ brochure of product.9. Manufacture authorization form (proof in form of reviews/ opinions)10. Bidder must indicate the country of origin (wherein the country of origin is the country where more that 50%of parts of the goods are manufactured).11. Certificate regarding quality of production for conformity with International Standards (copy of certificate FDA,CE, JIS)12. Reference regarding reputation from Private/ Public Sector.

Page 27 of 55

B). Technical Specification

ITEM Specification1. 1. __________________________

2. __________________________3. __________________________

2. 1. __________________________2. __________________________3. __________________________

3. 1. __________________________2. __________________________3. __________________________

30.3 Financial proposals would be evaluated as follows:i). Incomplete bid shall stand rejected.ii). Minor oversight, clerical mistakes, other minor inconsistencies that do not alter the substances of the financialbid may be corrected by the Procuring Agency.31. Contacting the Procuring Agency31.1 No Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bidopening to the time the Contract is awarded. 31.2 Any effort by a Bidder to influence the Procuring Agency in itsdecisions on bid evaluation, bid comparison, or Contract Award will disqualify the bidder and rejection of the bid.Canvassing by any Bidder at any stage of the Tender evaluation is strictly prohibited.32. Rejection of Bids32.1 The Procuring Agency may reject all bids at any time prior to the acceptance of a bid. The Procuring Agencyshall upon request communicate to the Bidder who participated in the process seeking the reasons for its bid’srejection, but is not required to justify those grounds.32.2 The Procuring Agency incurs no liability, solely by virtue of its invoking Clause 32.1 towards Bidders whohave submitted bids.32.3 Notice of rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids.33. Re-Bidding33.1 If the Procuring Agency rejects all bids (ITB Clause 32), it may call for a rebidding.34. Announcement of Evaluation Report34.1 The Procuring Agency shall announce the results of bid evaluation in the form of a report giving justificationfor acceptance or rejection of bids at least ten days prior to the award of Contract. The report shall be madeavailable on PPRA website and all the bidders shall be informed of this.

Award of Contract35. Acceptance of Bid and Award criteria35.1 The Bidder with lowest evaluated bid, if not in conflict with any other law, rules, regulations or policy of theGovernment, shall be awarded the Contract, within the original or extended period of bid validity.36. Procuring Agency’s right to vary quantities at time of Award36.1 The Procuring Agency reserves the right to increase or decrease, the quantity of goods originally specifiedin the Price Schedule and Schedule of Requirements without any change in unit price or other terms andconditions prior to award of contract or after the award of contracts but such increase or decrease shall not bemore than 15% of the contract cost.37. Limitations on Negotiations37.1 Save as otherwise provided there shall be no negotiations with the bidder having emerged as lowest bidderor with any other bidder.38. Notification of Award38.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify the successful Bidder inwriting by registered post, courier, email or any other authentic means of communication that its bid has beenaccepted.38.2 The notification of Award shall constitute the formation of the Contract.39. Signing of Contract

Page 28 of 55

39.1 At the same time as _______________, the Procuring Agency notifies the successful Bidder that its bid hasbeen accepted, the Procuring Agency shall send the Bidder the Contract Form (which include general conditionsof the contract (GCC) & special conditions of the contract (SCC) provided in the bidding documents,incorporating all agreements between the Parties.39.2 Within ONE week of receipt of the Contract Form alongwith submission of performance security, both thesuccessful Bidder and the Procuring Agency shall sign and date the Contract on the legal stamp paper. If thesuccessful Bidder, after completion of all codal formalities shows inability to sign the Contract then its bidSecurity/ earnest money shall be forfeited and the firm shall be blacklisted minimum for two years for futureparticipation. In such situation the Procuring Agency may make the Award to the next lowest evaluated Bidder orcall for re-bidding. But for award to next lowest Bidder, the procuring agency shall see the possibility ofcartelization basing upon the bid price difference between the first and second lowest bids. In case the differenceis irrational, than the procuring agency shall move for the rebidding process.Note: The special conditions of contract, if required (Special Conditions of Contract shall be concluded betweenthe Procuring Agency and the successful bidder(s) as per specific requirement of the specific Product. In casewhere there is a conflict between the general conditions of the contract and the special conditions of contract, thespecial condition of contract shall prevail).40. Performance Guarantee40.1 Within 14 days of the receipt of LOA/PO, the successful Bidder shall furnish the PerformanceGuarantee/Security in the form of Bank Guarantee, issued by schedule bank operating in Pakistan, inaccordance with Special Condition of Contract in the format prescribed in the bidding document before signing offormal contract. The Performance Guarantee will be (not exceeding 10%) of contract amount, as specified inSpecial Condition of Contract.40.2 Failure of the successful Bidder to comply with the requirement of (ITB Clause 39.1) shall constitutesufficient grounds for the annulment of the Award, in which event the Procuring Agency may make the Award tothe next lowest evaluated Bidder or call for re-bidding.41. Schedule of Requirement41.1 The supplies shall be delivered within 30 to 45 days w.e.f. the next date after from the date of issue ofPurchase Order (without penalty), and with prescribed liquidated damage under clause 41.2, after the graceperiod of _____days (as per following schedule of requirement):

Mode of Penalty Delivery Period Grace Period Total Delivery PeriodWithout Penalty 30 days 15 days 45 days

41.2 Liquidated DamageIn case of late delivery of goods beyond the periods specified in the Schedule of Requirements, liquidateddamages (as may be fixed by the Procuring Agency) per day of the cost not exceeding 10% of the contractamount value for late delivered supply shall be imposed upon the Supplier.42. Redressal of grievances by the Procuring Agency42.1 The Procuring Agency shall constitute a committee, according to Rule 67 of Punjab Procurements Rules2014, comprising odd number of persons, with proper powers and authorizations, to address the complaints ofbidders that may occur during the procurement process.42.2 Any bidder feeling aggrieved by any act of the Procuring Agency after the submission of his bid may lodge awritten complaint concerning his grievances till the award / signing of procurement contract by the ProcuringAgency.42.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt of thecomplaint but prior to the entry into force of the procurement contract.42.4 Mere fact of lodging of a complaint shall not warrant suspension of the procurement process.

Page 29 of 55

B. General Conditions of Contract (GCC)

1. Definitions1.1 In this Contract, the following terms shall be interpreted as indicated:a. “The Contract” means the agreement entered into between the Procuring Agency and the Supplier, asrecorded in the Contract Form signed by the Parties, including all attachments and appendices thereto and alldocuments incorporated by reference therein.b. “The Contract Price” means the price payable to the Supplier under the Contract for the full and properperformance of its contractual obligations.c. “The Goods” means Goods which the Supplier is required to supply to the Procuring Agency under theContract.d. “The Services” means those services ancillary to the supply of above goods, such as printing of specialinstructions on the label and packing, design and logo of the Institute/ Hospital, transportation of goods up to thedesired destinations and other such obligations of the supplier covered under the Contract.e. “GCC” mean the General Conditions of Contract contained in this section.f. “SCC” means the Special Conditions of Contract.g. “The Procuring Agency” means the [Full name & address of the procuring agency].h. “The Procuring Agency’s Country” is the country of purchaser as named in SCCi. “The Supplier” means the individual or firm supplying the goods under this Contract.j. “Day” means calendar day.2. Application2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other partsof the Contract.3. Country of Origin3.1 All goods and related services to be supplied under the contract shall have their origin in eligible sourcecountries and all expenditures made under the contract shall be limited to such goods and services.3.2. For purposes of this clause, “origin” means the place where the goods are produced, or the place from whichthe related services are supplied. Goods are produced either, through manufacturing or processing.4. Standards4.1 The goods supplied under this Contract shall conform to the standards mentioned in the bidding documents /Technical Specifications.5. Use of Contract Documents and Information5.1 The Supplier shall not, without the Procuring Agency’s prior written consent, disclose the Contract, or anyprovision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf ofthe Procuring Agency in connection therewith, to any person other than a person employed by the Supplier in theperformance of the Contract. Disclosure to any such employed person shall be made in confidence and shallextend only so far as may be necessary for purposes of such performance.5.2 The Supplier shall not, without the Procuring Agency’s prior written consent, make use of any document orinformation enumerated in GCC Clause5.1 except for purposes of performing the Contract.5.3 Any document, other than the Contract itself, enumerated in GCC Clause5.1 shall remain the property of the Procuring Agency and shall be returned (all copies) to the Procuring Agencyon completion of the Supplier’s performance under the Contract if so required by the Procuring Agency.5.4 The Supplier shall permit the Procuring Agency to inspect the Supplier’s accounts and records relating to theperformance of the Supplier.6. Patent Rights6.1 The Supplier shall indemnify the Procuring Agency against all third-party claims of infringement of patent,trademark, or industrial design rights arising from use of the Goods or any part thereof in the country.7. Submission of Samples7.1 The samples shall be submitted as per detail in ITB 17.2.8. Ensuring Storage/ Installation Arrangements8.1 To ensure storage and installation arrangements for the intended supplies, the Supplier shall inform end userfor pre-requisites well in time for proper installation. In case the Supplier abides by the given time frame he shallnot be penalized for delay.

Page 30 of 55

8.2 In case of late delivery of goods beyond the periods specified in the Schedule of Requirements,penalty/liquidated damage ____________________ of the cost not exceeding _____ of the purchase order valuefor late delivered supply shall be imposed upon the Supplier.9. Inspections and Tests9.1 The Procuring Agency or its representative shall have the right to inspect and/or to test the goods to confirmtheir conformity to the Contract specifications at no extra cost to the Procuring Agency.9.2 For the purpose of inspections and tests of goods, The Supplier, shall provide all reasonable facilities andassistance, to the inspectors at no charge to the Procuring Agency. However, if the Supplier proves an unduedelay in conduct of inspection on the part of Procuring Agency, the Supplier shall not be liable for penalty onaccount of that delay. The cost of such lab tests shall be borne by the Manufacturer/ Supplier (The ProcuringAgency will notify to the bidder regarding his inspection team members).9.3 The Procuring Agency reserves the right to inspect, test and, where necessary, reject the goods after thegoods have been installed at Procuring Agency’s destinations.9.4 Nothing in GCC Clause 9 shall in any way release the Supplier from any warranty or other obligations underthis Contract.10. Physical Examination/ Inspection of Goods10.1 The goods shall be acceptable subject to physical inspection, tests and/ or in accordance with the approvedsample as decided by the Procuring Agency11. Delivery and Documents11.1 The Supplier in accordance with the terms specified in the Schedule of Requirements shall make delivery ofthe goods. The details of documents to be furnished by the Supplier are specified in SCC.12. Insurance12.1 The goods supplied under the Contract shall be delivered duty paid (DDP) under which risk is transferred tothe buyer after having been delivered; hence insurance coverage is Suppliers responsibility.13. Transportation13.1 The Supplier shall arrange such transportation of the goods as is required to prevent their damage ordeterioration during transit to their final destination as indicated in the Schedule of Requirement.13.2 Transportation including loading/ unloading of goods shall be arranged and paid for by the Supplier, andrelated cost shall be inclusive in the Contract price. The addresses of destinations/ offices shall be provided atthe time of signing of the Contract.14. Incidental Services14.1 The Supplier shall be required to provide the incidental services as specified in SCC and the cost of whichshall be included in the total bid price.15. Warranty15.1 A warranty of ____________ will be provided free of cost which will also cover replacement of parts.16. Payment16.1 The method and conditions of payment to be made to the Supplier under this Contract shall be specified inSCC. The currency of payment is Pak. Rupees which will be paid after installation and satisfactory report by theInspection Committee for Duty Delivered Pay (DDP)/free delivery at the consignee end.16.2 In case of Import cases the payment will be made 100% via establishing the LC at sight and receivingshipping documents/ Bill of lading, Insurance, Inspection certificate of the manufacturer, Country of origin,compliance of International standards of quality as per bid as per INCOTERMS.17. Prices17.1 Price charged by the Supplier for goods delivered under the Contract shall not vary from the prices quotedby the Supplier in its bid and shall remain the same till expiry of the original bid validity period provided theProcuring Agency’s request for bid validity extension. (No price variation shall be admissible under the Contract.)18. Contract Amendments18.1 No variation in or modification of the terms of the Contract shall be made except by written amendmentsigned by the Parties.19. Assignment19.1 The Supplier shall not assign, in whole or in part, its obligations to be performed under this Contract toanybody else, except with the Procuring Agency’s prior written consent.20. Subcontracts20.1 The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract, except withProcuring Agency’s prior written consent.

Page 31 of 55

21. Delays in the Supplier’s Performance21.1 Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by theProcuring Agency in the Schedule of Requirements.21.2 If at any time during performance of the Contract, the Supplier should encounter conditions impeding timelydelivery of the goods, the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay, itslikely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the ProcuringAgency shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with orwithout liquidated damages, in which case the extension shall be ratified by the Parties by amendment ofContract.21.3 Except as provided under GCC Clause 8.2, a delay by the Supplier in the performance of its deliveryobligations shall render the Supplier liable to the imposition of liquidated damages pursuant to GCC Clause 22,unless an extension of time is agreed upon pursuant to GCC Clause 21.2 without the application of liquidateddamages.22. Penalties/Liquidated Damages22.1 In case of late delivery beyond the presented period, penalty / liquidated damages as specified in SCC shallbe imposed upon the Supplier/ Manufacturer.The above Late Delivery (LD) is subject to GCC Clause 24, including late delivery for reasons beyond control.Once the maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCCClause 23.22.2 If the firm/supplier provides substandard item and fail to provide the prescribed item, the payment of riskpurchase (which will be purchased by the indenter) the price difference shall be paid by the Firm.23. Termination for Default23.1 The Procuring Agency, without prejudice to any other remedy for breach of Contract, by written notice ofdefault sent to the Supplier, may terminate this Contract in whole or in part if:-a. The Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract, orwithin any extension thereof granted by the Procuring Agency pursuant to GCC; orb. The Supplier fails to perform any other obligation(s) under the Contract.c. The Supplier, in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices incompeting for or in executing the Contract. For the purpose of this clause: “corrupt practice” means the offering,giving, receiving or soliciting of anything of value to influence the action of a public official in the procurementprocess or in Contract execution. “fraudulent practice” means a misrepresentation of facts in order to influencea procurement process or the execution of a Contract to the detriment of the Procuring Agency, and includescollusive practice among Bidders (prior to or after bid submission) designed to establish bid prices at artificialnon-competitive levels and to deprive the Procuring Agency of the benefits of free and open competition.24. Mechanism for Blacklistment of Defaulted Bidder under rule 21 of Punjab Procurement Rules 2014:The following are the events which would lead to initiate (Rule 21 of PPRA Rules 2014) blacklisting/debarmentprocess;x) Submission of false fabricated / forged documents for procurement in tender.xi) Not attaining required quality of work.xii) Inordinate tardiness in accomplishment of assigned/agreed responsibilities /contractual obligations resultingloss to procuring agency/Governmentxiii) Non execution of work as per terms & condition of contract.xiv) Any unethical or unlawful professional or business behavior detrimental to good conduct and integrity of thepublic procurement process.xv) Involvement in any sort of tender fixing.xvi) Persistent and intentional violation of important conditions of contract.xvii) Non-adherence to quality specifications despite being importunately pointed out.xviii) Security consideration of the State i.e., any action that jeopardizes the security of the State or good reputeof the procuring agency.

PROCEDURE1. Competent authority of procuring agency may on information received from any resource direct issuance ofshow cause notice to a bidder or contractor of the Procuring Agency.2. The show cause notice shall contain precise allegation against the contractor and maximum period ofdebarring the contractor form participating in any public procurement of the Procuring Agency.3. The contractor will be given minimum of seven days to submit the written reply of the show cause notice.

Page 32 of 55

4. In case the contractor fails to submit written reply within the requisite time, the competent authority may directto issue notice of personal hearing to the contractor/ authorize representative of the contractor and thecompetent authority shall decide the matter on the basis of available record and personal hearing, if availed.5. In case the contractor submits written reply, competent authority decide to file the matter or direct issuance ofa notice to the contractor for personal hearing.6. The contractor shall be given minimum of seven days for appearance before the competent authority ofhearing in person.7. The competent authority shall decide the matter on the basis of available record and personal hearing of thecontractor, if availed.8. The competent authority shall decide the matter within fifteen days from the date of personal hearing unlessthe personal hearing is adjourned to a next date and in such and eventuality, period of personal hearing shall bereckoned from the last date of personal hearing.9. The order of competent authority shall be communicated to the contractor with a statement that the contractormay, with thirty days, file a representation against the order before the Managing Director Punjab ProcurementRegulatory Authority.10. An effort shall be made for electronic communication of the notices and other documents pursuant to thismechanism and manner of the blacklisting of the contractor.

NOTE: The decision for blacklistment shall be for period as the competent authority deems fit according tocircumstances of the each case. The letter for debarring the agency/individual will be published on PPRAwebsite. Once the blacklisting order is issued it shall not be revoked ordinarily unless as provided under Rule-21of the Procurement Rules 2014.25. Force Majeure25.1 Notwithstanding the provisions of GCC Clauses 21, 22, and 23, the Supplier shall not be liable for forfeitureof its Performance Guaranty or termination/ blacklisting for default if and to the extent that its delay inperformance or other failure to perform its obligations under the Contract is the result of an event of ForceMajeure. For the purposes of this clause Force Majeure means an act of nature or an event beyond the control ofthe Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to misplanning,mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restrictedto acts of the Procuring Agency in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes,epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the Supplier shallpromptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the causethereof. The Committee constituted for Redressal of grievances, shall examine the pros and cons of the caseand all reasonable alternative means for completion of purchase order under the Contract and shall submit itsrecommendations to the competent authority. However, unless otherwise directed by the Procuring Agency inwriting, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practicaland shall seek reasonable alternative means for performance not prevented by the Force Majeure event.26. Termination for Insolvency26.1 The Procuring Agency may at any time terminate the Contract by giving written notice of 30 days time to theSupplier if the Supplier becomes bankrupt or otherwise insolvent. In this event, termination shall be withoutcompensation to the Supplier, provided that such termination shall not prejudice or affect any right of action orremedy which has accrued or shall accrue thereafter to the Parties.27. Arbitration and Resolution of Disputes27.1 The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informalnegotiation any disagreement or dispute arising between them under or in connection with the Contract.27.2 If, after thirty (30) days from the commencement of such informal negotiations, the Procuring Agency andthe Supplier have been unable to resolve amicably a Contract dispute, either party may require that the disputebe referred to the Arbitrator for resolution through arbitration.27.3 In case of any dispute concerning the interpretation and/or application of this Contract shall be settledthrough arbitration. [Full name & address of the arbitrator] or his nominee shall act as sole arbitrator. Thedecisions taken and/or award made by the sole arbitrator shall be final and binding on the Parties28. Governing Language28.1 The Contract shall be written in English language or Urdu (as decided by the parties). Subject to GCCClause 29, the version of the Contract written in the specified language shall govern its interpretation. All

Page 33 of 55

correspondence and other documents pertaining to the Contract, which are exchanged by the Parties, shall bewritten in English or Urdu (as decided by the parties).29. Applicable Law29.1 This Contract shall be governed by the laws of Punjab (Pakistan) and the courts of Punjab (Pakistan) shallhave exclusive jurisdiction.30. Notices30.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writingand confirmed to other party’s address specified in SCC.30.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later

Page 34 of 55

C. Special Conditions of Contract (SCC) (If required)

a. Purchaser’s countryb. Purchaser addressc. Schedule of requirements &……d. Delivery addresse. Rules/procedure of arbitration or appointment of Arbitratorf. Detail of shipping and other document furnished by supplierg. Payment scheduleh. Advance payment (if any)i. Performance securityj. Insurance coverage if anyk. Liquidated damages detaill. Warranty period etc.

Page 35 of 55

2. Sample Collection Form

To be filled by Technical Committee of Procuring Agency

Name of Item Make/Model Quantity Detail/ObservationDate of

Submission

Procuring Agency

To be filled by supplier/contractor

Name of Item Make/Model Batch No.Clarification of the

ObservationDated

Signature of Bidder

Page 36 of 55

Performance Guarantee Form(Clause 40 of the ITB)

Page 37 of 55

Manufacturer’s Authorization Form If Other Than Manufacturer

Seal of the Manufacturer

Note. In case of Manufacturer. Supporting documents shall be submitted instead of Form.

Page 38 of 55

Contract Form

THIS CONTRACT is made at _______ on the day of _____ 2016, between the [Full name & address ofthe procuring agency] (hereinafter referred to as the “Procuring Agency”) of the First Part; and M/s (firm name) afirm having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part(hereinafter referred to individually as “Party” and collectively as the “Parties”).

WHEREAS the Procuring Agency invited bids for procurement of goods, in pursuance where of M/s(firm name) being the Manufacturer/ authorized Supplier/ authorized Agent of (item name) in Pakistan andancillary services offered to supply the required item (s); and Whereas the Procuring Agency has accepted thebid by the Supplier for the supply of (item name) and related services in the sum of Rs (amount in figures andwords) cost per unit, the total amount of (quantity of goods) shall be Rs (amount in figures and words).

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them inthe General Conditions of this Contract hereinafter referred to as “Contract”:2. The following documents shall be deemed to form and be read and construed as integral part of this Contract,viz:-a. the Price Schedule submitted by the Bidder,b. the Schedule of Requirements;c. the Technical Specifications;d. the General Conditions of Contract;e. the Special Conditions of Contract;f. the Procuring Agency’s Notification of Award;g. the scope of work;h. the Contract; andi. the Bid & its clarifications.j. the contracted specifications (attached as annexure)3. In consideration of the payments to be made by the Procuring Agency to the Supplier/ Manufacturer ashereinafter mentioned, the Supplier / Manufacturer hereby covenants with the Procuring Agency to provide theGoods and its related Services etc. and to remove/rectify 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 provision of the Goods andServices and the remedying of defects therein, the Contract Price or such other sum as may become payableunder the provisions of this Contract at the time and in the manner prescribed by this Contract.5. [The Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right,interest, privilege or other obligation or benefit from Government of the Punjab or any administrative subdivisionor agency thereof or any other entity owned or controlled by it (Government of the Punjab) through anycorrupt/collusive business practice.6. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fullydeclared the brokerage, commission, fees etc, paid or payable to anyone and not given or agreed to give andshall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any naturalor juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder,sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described asconsultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, rightinterest, privilege or other obligation or benefit in whatsoever form from Government of the Punjab, except thatwhich has been expressly declared pursuant hereto.

Page 39 of 55

7. [The Supplier] certifies that it 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 the Punjab and has not taken anyaction or shall not take any action to circumvent the above declaration, representation or warranty.8. [The Supplier] accepts full responsibility and strict liability for not making any false declaration, misrepresentingfacts or taking any action likely to defeat the purpose of this declaration, representation and warranty and makingfull disclosure of all relevant information as required by procuring agency. It agrees that any Contract, right,interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to anyother right and remedies available to Government of the Punjab under any law, Contract or other instrument, bevoid able at the option of Government of the Punjab.9. Notwithstanding any rights and remedies exercised by Government of the Punjab in this regard, [The Supplier]agrees to indemnify Government of the Punjab for any loss or damage incurred by it on account of its corruptbusiness practices and further pay compensation to Government of the Punjab in an amount equivalent to tentime the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Seller / Supplier] asaforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege orother obligation or benefit in whatsoever form from Government of the Punjab.10. In case of any dispute concerning the interpretation and/or application of this Contract shall be settledthrough arbitration. Secretary Law or his nominee shall act as sole arbitrator. The decisions taken and/or awardmade by the sole arbitrator shall be final and binding on the Parties.11. This Contract shall be governed by the laws of Punjab Government and the courts of Punjab (Pakistan) shallhave exclusive jurisdiction.12. Any dispute, controversy or claim arising out of or relating to this Contract or the breach, termination orinvalidity thereof, which cannot be amicably settled between the Parties, shall be referred to mediation inaccordance with the Center for Effective Dispute Resolution (CEDR) Model Mediation Procedure and to beconducted by a mediator who is duly accredited by CEDR. Both Parties shall appoint a mediator who is mutuallyacceptable. If the Parties fail to agree upon a mediator within fourteen (14) days after one Party has notified theother in writing of the dispute, then, the courts at Punjab (Pakistan) may be requested by either Party to appoint aCEDR-accredited mediator. The venue for the mediation proceedings shall be in Punab (Pakistan). The languageof mediation and the appropriate documentation shall be English

IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at_____________(the place) and shall enter into force on the day, month and year first above mentioned.

Signed/ Sealed by the Manufacturer/ Signed/ Sealed by Procuring Agencyauthorized Supplier/ authorized Agent 1. 1.2. 2.

Page 40 of 55

Bid FormDate:Tender No.:

To: [Name and address of Procuring Agency]

Respected Sir/Madam

Having examined the Bidding Documents, the receipt of which is hereby duly acknowledged,we, the undersigned, offer the supply and deliver the goods specified in and in conformity with the said BiddingDocuments for the sum of [Total Bid Amount], [Bid Amount in words] or such other sums as may be ascertainedin accordance with the Schedule of Prices attached herewith and made part of this bid.

We undertake, if our bid is accepted, to deliver the goods in accordance with the deliveryschedule specified in the Schedule of Requirements. If our bid is accepted, we shall obtain an unconditionalguarantee of a bank in the sum of ____ percent of the Contract Price for the due performance of the Contract, inthe form prescribed by the Procuring Agency.

We agree to abide by this bid for a period of [number] days from the date fixed for bid openingunder ITB Clause 18 of the Instructions to Bidders, and it shall remain binding upon us and may be accepted atany time before the expiration of that period. Until a formal Contract is prepared and executed, this bid, togetherwith your written acceptance thereof and your notification of award, shall constitute a binding Contract betweenus.

We understand that you are not bound to accept the lowest or any bid you may receive.Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract executionif we are awarded the contract, are listed below:

Name and address of bidder Amount and Currency(if none, state “none”).”Dated this day of , 2016

Signature(in the capacity of)Duly authorized to sign bid for and on behalf of. Attachment

Page 41 of 55

Price Schedule(Goods to be procured under DDP/Free delivery at consignee’s end basis)

Name of Bidder:

Tender No.____________

Sr.# (Aslisted

ininvitati

onof bid)

Name ofItem (Aslisted in

invitationof bid)

Make/Model andcountry of

Manufacturerand origin

Specification(Complete

Details)Qty

(Rs.)UnitPrice

Sale andothertaxes

(Specifythe typeand kindof taxesapplied)

TotalCost(Rs.)

1.2.3.

Grand Total

Sign and Stamp of Bidder____________________________________________

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

Page 42 of 55

Part - IIISpecifications

Sr.#

Name of Machinery/ Equipments/ InstrumentsEstimated Cost

DHQ

THQ

BHU

Quantity

Country ofOrigin

1. Air Conditioned Ambulance Floor:

Made of water and termite proof half inch thick plywood or imported HDFlaminated with PVC coating. The floor should be carpeted with flexible,non-slip, non-standing, and waterproof and washable special Vinyl coveringat-least 2mm thick in single piece flooring. All side gaps should be sealedwith silicon.

Internal Ceiling: All internal ceiling is replaced with F/G ceiling, which is waterproof,washable, and disinfect able. ABS sheets on sidewalls. All sidewall inpatient compartment poshes made of hand board is replaced withwashable disinfect able ABS sheets and this is to ensure cleanliness.

Partition Wall: In between driver and patient compartment of 3/4” lamination sheetmoulded with F/G mat fixed with steel brackets to sidewalls. One windowwith sliding glasses.

Side Utility Panel: Made of ABS/F.G moulded material on the right side. Having followingitems:-

Examination LED’s light. Oxygen Outlets (02). Oxygen Alarm. All switches and sockets (12 volts) and fuse box. Suction unit cabinet large made of ABS / FG material with rounded edges,

top to accommodate AED having special lock system and bottom toaccommodate suction unit to be installed on the right side of the vehicle.

Electrical Wiring: All electrical wiring of ambulatory compartment should be of wiring harnesssystem with no joint and taping having all connector system and having aseparate fuse box for each operation. All wires should be of 10mm, 8mmand 6mm size and should be of fire retardant material. There should be aseparate maintenance-free battery of 40 amps for ambulatorycompartment, which is to be charged through the vehicle generator. Thereshould be a 220 volts inlet and outlet sockets for outside source of 220volts. One 220-volt inverter will be provider for continues suppliers of 220for charging of various medical equipment.

Main Automatic Loading Stretcher: Main stretcher automatic loading type made of aluminium alloy/stainlesssteel frame with 4+2 loading wheels and adjustable head section. Themattress should be 2” thick with best quality foam, upholstered with bestquality washable PVC coated Rexene with pillow with two safety belts andtwo side guards. Approx. Size 6’ 3” x 1’ 9” (L x W) with 3’ Ht. in standingposition and 1’ Ht. In collapsible position. Locking system for stretcher atfront and right side of the stretcher and S.S. sheet on the floor under hisstretcher. Detachable IV rod with the stretcher. • One Folding StretcherFour Fold: Bedding area made of very strong water proof PVC coatedwashable orange parachute cloth and special carrying bag made ofParachute and structure made of 11/4” round lightweight aluminium alloy.

Spine Board: Spine board that reduces the possibility of contamination duringtransportation of the patient. High-density completely recyclablepolyethylene, moulded into a unique, one-piece shell; this techniqueguarantees the B-back. The exclusive Spencer Contour head immobilizerhas been studied to assure the optimum head immobilization oftraumatized patients.

Four Persons Bench: Made of single piece F/G material make of 3” special preformedpolyurethane foam with minimum 16” width, made over a storage box open-able in two parts. Seat cover of best quality artificial leather and seat belts.Back of the bench should be cushioned.

One side bar made of 1” MS pipe chrome plated / powder coated. One person crew seat revolving, fixed to the body of the vehicle with seat

belt at the head end of patient with best quality artificial leather / fabric. Medical Cabinet:

Made of high quality non-staining scratch resistant, rust proof, water proof

6000000

1 1 -

Page 43 of 55

fibber glass and ABS material. All front doors & Drawers having double sidefinished with self-lockable latch type handles made of plastic material. Alldoors having selfclosable imported surface hinges. Cabinet having foursections.

Oxygen Section:To accommodate two M.F size O2 cylinders, should have double steelbrackets with rubber padding. The door having plexi glass window, aninternal light with a door switch to be provided Floor of cabinet matted withvinyl flooring.

Disposable Section:Disposable section having 3 to 4 shelves for various disposables.

Drawers Section:Having 5 to 7 drawers (depending upon the size of vehicle) All drawersmade of S/S sheet material. All drawers having special self-closing & self-retaining catcher railing which is not self opened during rush driving.

Wash Basin Section:This section having special moulded wash basin with tap, having a waterreservoir of 18 to 20 Litres capacity, water is dispensable through anelectrical pump operated through a foot switch at the cabinet door. Top ofthe cabinet having rounded edges & corners One soap dispenser & onetoilet roll holder to be provided.

Oxygen Supply System: Brand new MF (48 cu ft.) two imported oxygen cylinders duly tested andfilled by the Govt. approved company with electronic Low oxygen alarm,changeover system and high pressure piping made of imported flexiblematerial and brass sockets and connectors. The pressure regulator ofcylinder should be imported. Oxygen would be delivered through twooutlets with one flow meter and mask.

One Portable Aluminium Oxygen Cylinder having capacity 2.2 litres withflow meter in carrying bag.

Back Search Light, adequate internal lighting for handling the patients atnight.

One BP Apparatus with wall mounted large dial type 5/6” imported withone stethoscope.

Red Crescent Sign and word AMBULANCE on front and rear sides. Withname and Monogram of institution and phone number on right and left sidein red reflective vinyl stickers of imported panel a category.

External & Internal lights & Warning devices. Standard flasher type (imported) horizontal red & blue emergency light /

LED Flash Light size 1200 mm with siren/hooter system at least 150 wattoutput. All room lights (LED) sufficient for working & patient handling will beprovided.

First Aid Bag: Made of very strong water proof PVC coated washable red parachute cloth.With “ENGRO” printed on it: Designed to store the following items: Ambo Bag Adult (01), airway, splints(2), Crepe Bandage (4"=01 6"=01), N/Saline 0.9% (01), Pyodine Solution(01), Dressing Scissor (01), Pyodine powder (01), 4X4 Gauze Pad (04) andSticking (01).

Back Flood Light. Fire Extinguishers:

2 Kg Halotron in driver compartment and 6 Kg dry chemical powder typefixed with bracket to the side-wall.

Trash box: Stainless steel with 10 litres capacity, attached to the floor and with plasticremovable and washable inner lining.

Fabricated on latest model Toyota/Nissan/Mazda/Mercedes/Volkswagen/Mitsubishi vehicle.

Additional Items: Ambo Bag adult and paeds size. Stethoscope. (01). Professional torch. Reflective vest and jackets (04). Reflective Tri-angle / Emergency signboards. Portable (Halotran). Four helmets and fireman axe. Provision for installation of two ways VHF communication system. Suction Unit. Pulse Oximeter. Defibrillator. Transport Ventilator. Spot Lamp. Spot Lamp with flexible neck for patient examination.

Page 44 of 55

Torch and Emergency Light. Rechargeable (portable torch and emergency light). Hooks for intravenous infusion set will be placed on both sides. Ice Box: Plastic 02 litres. Frosted Glass:

Window Glass of patient compartment, 2/3 frosted with high quality opaqueimported vinyl sticker.

Resuscitation Kit: One Resuscitation Hard Carrying Case with following items:-

Hand operated manual suction apparatus. Laryngoscope with four curved blades. Endotracheal tubes of all sizes. Airways assorted sizes (1 set). Disposable gloves (04). Contaminant bags (04). Mouth gag/opener (01). Thermometer Flat type (02). Chest Extrication Device (01) Syringe cutter. Stethoscope. (01) Tongue depressor (disposable) (one box). Hammer with rubber ends for examination. Philadelphia Collar. Ampoule Cutter. Rescue Equipment: Safety Belt"(02)," Safety harness (2); Fire Axe (01),

Rope 10 meter, Crow Bars (02), Emergency Search Light (Rechargeable),Leather Gloves (06)

Note: Firm will quote the rates of additional items separately.

2.

Air Conditioner Split 2-TonType: Air Conditioner Split 2 Ton Brand: New Brand.Compressor: RotatoryCooling Capacity: 24000 BTU (2 Ton)Electric Specifications: 220-240v 50HzInspection Manual: Urdu/EnglishOther Conditions:Rate should be inclusive of all Government taxes and levies as well as installationcharges including commissioning of unit, refrigerant & refrigerant pipe withstandard iron frame.

69786 36 36 -

3.

Ambo Bag (Adult) Silicon Resuscitation Bag with adult and child face mask sizes 1,2,3,4 with

E2 valve and fully autoclavable. Reservoir Bag volume 1700 ml or more. Oxygen Reservoir Volume approximately 2500ml for adult and child. Tidal maximum volume: approximately 1000ml for adult. Resuscitation bag to be manually operable and able to be connected to an

oxygen source upto 100% for ventilation through a mask or an end trachealtube.

To be able to connect to an oxygen source upto 100%. Unit to be supplied with a carrying case.

6500 2 2 Imported

4.

Ambo Bag (Paediatric) Silicon Resuscitation Bag with adult and child face mask sizes 1,2,3,4 with

E2 valve and fully autoclavable. Reservoir Bag volume 1700 ml or more. Oxygen Reservoir Volume approximately 2500ml for adult and child. Tidal maximum volume: approximately 1000ml for adult. Resuscitation bag to be manually operable and able to be connected to an

oxygen source upto 100% for ventilation through a mask or an end trachealtube.

To be able to connect to an oxygen source upto 100%. Unit to be supplied with a carrying case.

6000 2 2 Imported

5. Bed Side LockerOver All Size16” (40cm) D x 20” (50cm) W x 32 (80cm) H from floor including 3” feet, made of20 gauge MS Sheet and top 18 gauge stainless steel sheet.Locker Size16” (40cm) D x 20” (50cm) W x 14 (35cm) H with door having 2 hinges of 3 sizesand chrome plated handle 4” long sheet metal. Door fitted handle with catchers.Drawer SizesDrawer size corresponding to overall size of 16” (40cm) D x 20” (50cm) W x 4”(10cm) H with chrome plated similar handle as above. Drawers 20 gauge MSSheet fitted on roller.

8500 2 2 Local

Page 45 of 55

Remaining height between drawers and locker front open but other 3 sidesclosed.Bottom shelf of cabinet should be plain for easy cleaning from front.FINISH: off white powdered coated/spray painted.Note: Local subject to approval of sample. (Physical)

6.

Bench Steel / Aluminium Three SeatsFrameThe structure made with two rectangular tubes with section 2.25 x 13/16 x .08inch cold rolled steel, united by crossbars and elements for attaching to the seatswith .20 inch stamped steel plate. All steel parts should be coated with anti-corrosive epoxy paint.SeatCitizen modular seating molded in Appryl 3060 MN5 polypropylene with anti-staticco-polymer. Seats available with upholstered seat and back cushions in a widevariety of vinyls and fabrics.Arms & LegsLegs for the 9000 model are made of cast aluminum and have an anodized finish. Legs for the 8000 model are cast iron, painted with epoxy with 100 micronthickness. Armrests are pressed steel with polyurethane coating for comfort anddurability.

17000 3 3 Local

7.

Bench Wooden (3-Seats)Size: 1500 x 360 x 450mm(H)Structure made of 25/25mm mild steel square pipe.Finished with NC silver paint.Seat strips made of solid seasoned shisham woodFinished with NC lacquer

8000 7 7 Local

8.

Blood Storage Cabinet (Large Size)Blood Storage Cabinet.Blood storage cabinet for storage of blood bag.Capacity 850 liter single door.Temperature +4 deg. Digital readout.7- days chart recorder.Built in over and under temperature alarm system.Drawers roll out for easy excess to inventory.High visibility glass door, with look and key.22V 50Hz.

828716 1 1USA/Japan/Euro

pe

9.

BP Apparatus Mercury (Table)Mercury 300mm Hg with die cast metal housing large reservoir with spilling overarrangement, tube with 3 mm silicone. Rubber bulbs. 1 Velcro Cuff, Adults,Pediatric and Neonates. Complete with basket for storage of cuffs.

3000 4 4 Imported

10.

BP Apparatus Mercury with StandMercury 300mm Hg with die cast metal housing large reservoir with spilling overarrangement, tube with 3 mm silicone. Rubber bulbs. 1 Velcro Cuff, Adults,Pediatric and Neonates. Complete with basket for storage of cuffs.

9000 4 4 Imported

11.

Cabinet for InstrumentsMade of MS 16 SWG with three side covered. Front double door with lock and hinges. Front door having 5mm Glass.Four glass shelves 5mm Floor clearance 9” with legs 1-1/4”x1-1/4” 16 SWG pipe. U-shape rod Handles / grip with rubber stumps.Size: 1 ½ x 3 x 6

25000 2 2 Local

12.

Computer with Printer Laser Jet & UPS

ComputerForm Factor Tower

Processor Intel Core i3 , 3240 3rd Genarations 3.4 GHZ Processor3MB cache, 1333MHz/1600 MHz ) or Better

L2 Cache 3MB cache, 1600MHz /1333 MHz FSB or BetterHard Disk 500GB SATA 3.0Gb/s 7,200rpm Hard DiskSerial –ATA 4 serial-ATA Interfaces

Memory 4GB DDR3 (1066 MHz/1033 MHz) upgradeable up to 8GB or better

Network Interface Ethernet – IntegratedNetwork Speed 10Mbps, 100Mbps, 1000Mbps Fast Ethernet AdapterGraphics Type 2D / 3D Graphics with integrated 512 MB or BetterVideo Memory Intel Graphics Media Accelerator 3100Sound Integrated High Definition audio with 600w Speaker setExpansion Bays (2) 3.5" internal baysOptical Drive 16X Internal DVD Writer or betterReaders 16GB USB Pen DriveKey Board USB KeyboardMouse USB Optical Scroll Mouse with padLCD 17” with all accessoriesResolution 1024 x 768 or better

100000 4 1 5 -

Page 46 of 55

Slots total free and type

1 full-height PCI slots, 1full height PCI Express x1 slot,1 full height PCI Express x16 slot

I/O Ports 1 Parallel, 1 Serial stard, 8 USB 2.0 (2 Front and6Rear) Ports

Expansion Ports External microphone, External Display, Keyboard, Linein, Line out, Mouse, RJ-45

Operating System Windows 7 with Down grate to Genuine windows XPProfessional with Original User Licenses (32 bit)

Warranty Three years comprehensive warranty.

Manuals &CDs Original Manual and Installation and Drivers CD for Each Desktop Computer

UPSPower Rating 750VAType Sine WaveInput Supply 180V to 250V, Single Phase, 50Hz/60Hz

Output Supply

Voltage: 230V Frequency: 50Hz Wave Form: True Sine Wave Less than 5%

Battery Backup

Backup Time: 4-16 minutes fully typical computer load.

Recharge Type: 3 to 6 hours after fully discharged.

Battery Type: Replaceable maintenance free built-in battery system

Number of Sockets 04 Minimum

Protection Overload, Over/Under Voltage, Battery LowSurge Energy Rating 340 Joules

Noise Noise less than 55 DBA

Indicator Visuals: Line input, Overload, Inverter on/off,

Battery Low Audible Battery in use, Overload, Battery Low

Warranty Minimum two year including batteriesInterface Port(s) DB-9 RS-232, USB, Smart Slot

Printer Laser Printer with the capacity of 30PPM with all necessary accessories, driver, cable, etc.

13.

Computer Table with Chair

Table Computer Table Class 1 Laminated MDF Table 1200mm x 750mm With sliding rail fixed separable drawers CPU Cabinet, Complete in every respectChair Receptionist chair with cushioned seat and back, Upholstery in fabric. Including swivel action pedestal base and back support in cast metal or

ABS, Metal Finishing in approved baked enamel paint of approved color Including ball castors, Complete in every respect

10000 1 1 Local

14.

D & C Set (17 Pieces)Dilator Set (10 Pieces) 1Sim’s Speculum Set 1Duck Speculum Set 1Flushing Curette 2Uterine Curette Set of Three 1Uterine Sound 1Volsellum Forceps 1

4000 4 4

15. Delivery TableFrame epoxy-power-coated steel.Bed base 3-sectional, epoxy-power-coated steel.Dimensions max, length 1939mm, maximum width 910mm recommended mattress sizes:725 x 1100 x 370mm (back and seat section), 725 x 310.Mattress 80mm thick foam, cover of comfortable and flexible material.

100000 1 1 Local

Page 47 of 55

Adjustments Height: Hydraulically 550 – 920mm, pedal on both sides.Back Section: Pneumatically, steplessly 70° Trendelenburg (14°) and anti-trendeleburg (3°):Pneumatically and steplessly foot section: Folding and detachable pelvic position.

16.

Photostate Machine1 Speed at least 30 CPM2 Digital Sorter(s)3 Laser Printing Built-in4 Paper Supply at least 2 trays @500 sheets (bypass tray)5 Copy Memory Minimum 256MB/32MB Page Memory6 Resolution Minimum 600 x 600 dpi7 Paper Tray Size at A-6 _ A-3 other8 Zoom Minimum 25% - 400%9 ADF (Automatic Documents Feeder)10 Scanning (Black & White)11 Photocopier Machine Trolley

200000 1 1 -

17.

Dressing TableCompletely made of stainless steel AISI 304, material thickness 1.5 mm. Tabletop with negativediagonal folds to the drain (0 50 mm) and PVC drain tube. Canbe disassembled in 5 pieces, easyassembly with hexagonal spanner (incl.assembly tool).Dimensions L/W/H: 2050 x 750 x 850 mmLoading capacity: 200 kgWeight approx. 30 kgPacking dimensions UW/H: approx. 2100 x 800 x 150 mm (carton + palette)Gross weight: 35 kg

15000 2 2 Local

18.

Dressing Trolley with Basin & Bucket (Mobile)4 leg frame made of Stainless steel pipe 16 SWG 1” x 1” all made of stainlesssteel. Tubular frame forms a safety rail, no sharp edges. Two shelves surfaceground to reduce glare, resistant to disinfectants, trolley, 800mm high, fittedabove and below with frames and shelf 20 SWG made of CrNi steel size 24” x18”, to accept two sterilization tray. 1 SS ring for bowl 10” with SS bowl and 1 SSring for bucket with SS bucket. Bottle rack at top shelf. Four 100- 125mm swivelcastors, electrically conductive.

9765 18 18 Local

19.

Drip StandFive WheelMovable4 Sides HangersHeight adjustable(Standard Size)

2200 4 4 Local

20.

Electro Stimulator Diagnosis/Therapy Unit to be well designed with an easy to read control panel. All parameters to be displayed clearly in digital form to eliminate risk. To have a built in micro processor to monitor and control all functions, to

carry out a self test programme each time the unit is switched on. Unit to offer low frequency electrotherapy and 9 types of current for various

treatments. These currents to be: Galvanic surge, Rectangular pulsed, 2-5 current

according to Trabert Triangular pulsed current MF - Monophase fixeDF - Diaphase fixeLP - Longues PeriodesCP - Cpourtes PeriodesCP-id CP isodynamique Facilities to include continually adjustable pulse duration, faradic surge and

timer with automatic switch off and alarm.

200000 1 1USA/Japan/Euro

pe

21.

Emergency First Aid Set with BoxL-ABC instruction in the inside of the lid.Measure: height 47cm, width 30cm.Art.nr: 91172Contents:1pcs 97437 Finger tube bandage1pcs 92109 First Aid Bandage 7,5x12 cm1pcs 92111 First Aid Bandage 17x17 cm1pcs 94376 Burn Free burn dressing incl bandage1pcs 97106 Respiratory sheet1pcs 95492 Plaster Dispenser1pcs 94418 Display box of 40 wound swabs

16000 1 1

22.

Folding Examination Couch 3 Section with foam 3” Rexene A-Quality Square Pipe PaintedFolding table with three aluminium sections.The head rest, equipped with a breathing hole and plug, can be adjustedmanually (+80°).This couch is available only with black leatherette covering.Safe working load: 150 kg

14000 3 3 Local

Page 48 of 55

23.

Fine Automatic Pippets Adjustable 05 - 20µL. 10 - 50µL. 20 - 100µL

5400 3 3USA/Japan/Euro

pe

24.GlucometerGlucose monitor, battery operated, hand held, complete with case lancet holder,lancets and 500 glucose monitoring strips

3500 1 1USA/Japan/Euro

pe

25.

Hand PieceAmbient Operating Temperature: 10 to 40°CMaximum Enclosure Temperature: 55°CInput Line Voltage: 100 – 240 VAC, Grounded CircuitInput Line Frequency: 50/60 HzRated Power Consumption: 70 WattsOutput Power: 40 Watts max.Output Frequency: 13.56 MHzPower Supply Dimensions w x d x h: 12.1cm (4.8”) x 12.1cm (4.8”) x

22.2cm (8.8”)Certification / Marking: cNRTLus, CETip-to- Ground Potential: <2mVTip-to-Ground Resistance: <2 ohmsIdle Temperature Stability: ± 1.1°C in still air 13.56 MHzHand-piece Cable Length: L=183cm (72”), burn proof, ESD safeHand-piece Connector: F connector 183 cm (72") SJTWeight of the power supply: 2.65 Kg (5.85 lbs)

15000 2 2USA/Japan/Euro

pe

26.

Hot & Cold PacksSizes of Soft Comfort Hot Cold Corpak: X-Small (3" x 5")Small (6" x 10")Large (10" x 13")Cervical (6" x 20") Tri-Sectional (9" x 16")

60000 1 1USA/Japan/Euro

pe

27.

Infra Red Rays Lamp• Infra red lamp, designed for intermediate use in a hospital ward or

physiotherapy department.• The lamp to provide an output of 300 watts, to be mounted on five anti-

static castors and stable with a dampened counter balance for heightadjustment.

• Rotation through 90 degrees in each direction is a requirement.Infra Red: Unit should equipped with a microprocessor controlled with a treatment timer,adjustable radiation power and digital display showing set light intensity andremaining treatment time.Technical Specification:Radiation Intensity Adjustment: 10 – 100% in 10% steps Treatment Timer: 1 – 30 min Program Modes: User Define Programs: 10 User Define Sequences: 04 Power supply: 220VAC/50Hz

60000 3 3USA/Japan/Euro

pe

28.

Iron Stool Stool with 16 gauge stainless steel structure & seat of diameter 300mm. Height adjustable by simple spun mechanism. Height adjustment not less than 53cm to 68cm. Mounted on five 5cm swivel castors.

3000 5 5 Local

29.

Laryngoscope Set (Pak)Handle fiber optic illumination standard fitting, and spare bulb for fiber optichandle. Stainless steel macintosh/magill blades preferably coated.5) 90 mm length Macintosh blade for infants and neonates6) 110-115 mm length macintosh blade.7) 135 mm length macintosh blade.8) 160 mm length macintosh blade.

Complete set in case 4 blades

5500 1 1 Local

30. Micromotor Integrated brushless micromotor with endo function 25% shorter and 30% less weight than the INTRA LUX KL702 Integrated 25,000 LUX LED with a long service life Speed range 100 - 40,000 rpm in combination with the smart drive motor control 2,000 - 40,000 rpm with normal motor control SMARTdrive optimised Controllable torque Sterilisable Pre-setting and control through control panel of the dentist element

70000 1 1 USA/Japan/Europe

Page 49 of 55

Precise control through foot control Indication-based torque setting No independent endo motor needed

31.

Office Chair WoodenStructure/seat and back made of solid seasoned shisham wood.Finished with NC lacquer.Seat and back webbing with natural double cane.

5500 20 20 Local

32.

Office Rack WoodenSize: 15 x 20 x 32Finished with NC silver paint.Seat strips made of solid seasoned shisham woodFinished with NC lacquer

5000 4 4 Local

33.

Office Table WoodenSize: 1600 x 800 x 760 mm(H)Top made of high density chipboard pressed with one side formica and other sideveneer. Structure made of 25/25mm mild steel square pipe. Finished with NCSilver paing with one drawer box, consist of 3 drawer, top drawer lockable withthrough back.

20000 6 6 Local

34.

Oxygen GaugeBrass: Inlet Retainer, Relief Valve, Piston, Rotor,Flow Control Housing, Barb Outlet,Ergonomic-Grip T-handle, Inlet Filter Retainer,Brass/Viton Washer SealAluminium: Body, Barb Outlet, Clear AnodizeSilicone: O-ringsSintered Bronze: 40 Micron Inlet FiltersBody Finish: Green Anodize, Laser EtchedDiameter: 1 3/8" NominalLength: 92mm approximatelyWeight: 390gGauge:0-3000 PSI, Clean for O2 Service, UL Listing, Boot, 1/8"NPT, Fill/Refill

3800 1 1 China

35. PCR UnitReal Time PCR Machine Minimum 4 Channel Optics with Precalibrated Dyes. Thirty Six Minimum Samples Capacity. Should Accept Individual Tubes, Strips or Plates Reaction Volume upto

50uL. Capable of Performing Melt Curve Analysis. LEDs as Excitation Source, Photodiodes/PMTs/CCD for Detection. Independents of Reference Dye. Mechanism to Remove Bubbles in Reaction Tubes/Mini Centrifuge. Cooling Rack for Reaction Tubes & Reagent Vials. Branded Computer with Minimum Core i5 Processor. Laser Printer/LCD/Keyboard/Mouse. Online UPS Branded with Dry Batteries, 3.0 KVA with 2 Hours Backup. With 5 Years Warranty, Service/Parts.Mini Centrifuge Angle Rotor for 24 x 2.0 mL Single Row. Aluminium/Steel/Alloy Rotor. With Lid Locking & Holding, Imbalance Notification. Maximum Speed 14000-16000 RPM. Digital Control of Speed/Time, RPM/RCF. With 5 Years Warranty, Service/Parts.Thermal Shaker Shaker Incubator for 2.0ml Tubes. Temperature Range 10-100C. Minimum Sample Capacity 24. With 5 Years Warranty, Service/Parts.Vortex Mixer Touch & Continous Misxing. With 5 Years Warranty, Service/Parts.PCR Work Station Imported Workstation with UV & Flourescent Light. 3 x 2.5 Feet. With 5 Years Warranty, Service/Parts.Pippets 0.1-10ul. 10-100ul. 100-1000ul. Eppendorf/Gilson/Pippettean.Freezers Upright Freezers – 30 C.

7500000

1 1 USA/Japan/Europe

Page 50 of 55

300 Liters/11 Cubic Feet. With Servo Motor Stabilizer. With 5 Years Warranty, Service/Parts.Tube Racks Tubes Racks for PCR Process. 96 x 2.0 m

36.

Quadrichip ChairQuadriceps Chair enables exercise in a sitting position as well as exercise in areclining position. The adjustability of the seat and back, facilitate a comfortableand stable position. The unit plied with 10 weights of 0.5 Kg and 1 weight of 5 Kgalso includes straps for upper trunk and legs with back to back fastening.Chair designed table with two adjustable swinging arms with removable weights,and can be used on either side of the table for both limbs, it also enables thePatients to exercise in sitting and in reclining positionDimensions: Height 125 cm, Width 60 cm, Length 70 cmVelcro fixation strap for upper legAdditional swinging armUnit to be manufactured from square tube finished in an epoxy coat with a wellupholstered washable flame retardant vinyl covered seat and back rest. The back rest and the arm rests to be removable, the back rest able to be usedas an extension to allow exercises to be done in a reclining position. The swinging arm of the exerciser able to be mounted on either side of the benchwith the resistance supplied by the use of weights, 10 weights to be supplied, each weight 0.5kg and 1 weight of 5kg. The maximum travel of the arm to be able to be preset.

80000 2 2USA/Japan/Euro

pe

37.

Shortwave DiathermyUniversal shortwave therapy unit pulsed and continuous shortwave therapy with high output and automatic tuning.Continuous and pulsed shortwave therapy with 10 pulse repetition frequencies.Rectangular pulsesBar display for output intensityGenerator frequency: 27.12 MHzOutput power in Continuous mode. Max. 400W Pulse duration: Approx.400 micro sec.Pulse repitation frequency: 15-200 Hz adjustable in 10 steps.Timer: 0-30min. with acostic signal and automatic switch off.Multi directional articulated treatment arms with single knob fixation.Protection against accidental switching from pulsed to continuous mode.Power supply: 220V, 50-60 Hz.Safety class: 1 type BF according to IEC 601-1Complete with standard accessories also includes the following2 Disc electrode 85mm2 Flexible rubber electrode2 Felt spacerStrapThe unit to be mobile with two detachable jointed electrode arms. To have a patient safety cord which automatically switches off the machine and an audible timer alarm which also turns off the machine. The following frequencies to be available: at 65 microseconds pulse width of 15, 25, 50, 100, 300, 400, 500 and 600 Hz and at 400 microseconds pulse width of 15, 25, 50, 100 and 200 Hz. To be supplied with standard accessories:2 electrode connection cables, 2 electrode cable clamps, 2 condenser electrodes 85 cms diameter, 2 flexible rubber electrodes 26 x 25 cms with felt spacers and strapsNeon testing tube.

400000 1 1USA/Japan/Euro

pe

38.

Stretcher Trolley for Patients Approx: 2035L x 710B x 915-1000H. Steel frame with epoxy polyester finish. Dia 125 wheels, 2 with brakes. 4 ring bumpers. Mattress thickness 5 cm. with fire retardant vinyl covering Pedal controlled hydraulic height adjustment. I.V. Pole. Slide away footstep. Folding Cot Sides. With forward and backward tilt movement. Backrest adjustable by means of ratchet mechanism.

10000 2 2 Local

Page 51 of 55

39.

Suction for Dental Unit (Dental Instruments for Surgical Extraction(Forceps) + for Filling etc.d. Suction for Dental Unit

ElectricalVoltage 230* Frequency (Hz) 60 Phase Single Operating Current (Amps) 12.5 A Starting Current (Amps) 70 A Horsepower 3.0 Insulation Class F PneumaticMax. Vacuum (In Hg) 12 Vacuum Limiter Preset (In Hg) 10 Open Vacuum Air Flow (CFM) 100 Separation Tank Capacity (Working Fluid) 8 gallons

Tank Material Stainless Steel Ambient SpecificationsOperating Temperature 4.5 °C to 40 °C [40 °F to 104 °F]Relative Humidity (Non-Condensing) 0 to 90 % Environment Clean & Dust Free DimensionsHeight (In) 64 Diameter (In) 26 Weight (Lb) 225

e. Instruments for ExtractionForceps Upper & lower full set. Lower third molar forceps (R & L)Elevators Cross Bar (Mesial & Distal) Straight Elevators (3 different size) Cryer Elevators (Mesial & Distal) Crane Pick Elevator (Mesial & Distal) Periosteal Elevator. Bon Cutter. Bone File.f. Filling Instruments Excavators. Plastic Instruments. Burnishes. Cordensors. Cement Spatula. Carver. Mirror. Tweezer. Probe. Amalgum Gun. Amalgamator. Materix Band (Ivory Type) with Retainer.

200000 1 1USA/Japan/Euro

pe

40. Ultrasonic Wave Therapy UnitElectrotherapy – Currents• Interferential (isoplanar, dynamic, static, one-channel AMF)• TENS (symmetric, asymmetric, alternating, Burst)• TENS to spastic paralysis therapy• Kotz’/Russian stimulation• Tonolysis• Diadynamic (MF,DF,CP,CP-ISO, LP)• Trabert pulse, Leduc’, faradic• Pulse – rectangular, triangular• Unipolar sine surge• Galvanic• MicrocurrentsElectrodiagnostics• Electrodiagnostics with graphic presentation of I/t curve• Automatic calculation of rheobase, chronaxie as well as threshold,

coefficient and quotient of accommodationUltrasound Therapy• 1 MHz, 1 cm2 ultrasound head• 1 MHz, 4 cm2 ultrasound head• Continuous emission – thermal effect

350000 1 1 USA/Japan/Europe

Page 52 of 55

• Pulse emission – micro-massage• Ultrasound heads provided with contact control connected to treatment

timer• Stabilization of output powerElectrophonophoresis• 1 MHz, 4 cm2 electrophonophoresis head• Available currents: unipolar sine surge, pulse, diadynamic, galvanic• Electrophonophoresis head provided with contact control connected to

treatment timer• Current flow monitoring.• Focus of the influence of electric field and ultrasound wave in the area of

medicine absorption.• Deep penetration – up to 10 cm under the skin• High concentration of medicine in treated area• Acceleration of the medicine’s effect influenced by ultrasound waveManual ModeComplete control over parameters for advanced usersTreatment Programs• Simplification of the unit operation.• Treatment programs chosen by name• 237 preset treatment procedures• 110 user-defined programs• 80 favourite programs• Naming individual user programsErgonomics• Two independent treatment channels• Operation mode: program/manual• Easy-to-read display• Operation in graphic mode• Preset treatment program base• Treatment programs chosen by name• Treatment timer• Electrodes test• Statistics – the number of performed treatments• Buzzer volume setting• Precise control over the ultrasound wave emission during performed

treatment• Head sensitivity calibration• Temporal loss of contact does not interrupt treatment procedure e.g. bone

areaStructure• Graphic LCD display• Heavy-duty and reliable keyboard• Modern design• Operation in CC (stabilized output current) and CV (stabilized output

voltage) modes.• Complete galvanic isolation between channels in each mode• Generation of unidirectional (unipolar) currents in interrupted mode• Self-test – systematic control of the unitTechnical SpecificationsController – maximum constant current in patient’s circuit (CC mode)Galvanic: 40 mADiadynamic, Pulse: 60 mAInterferencial, Kotz’, unipolar sine surge: 100 mATENS: 140 mATonolysis: 100 mAMicrocurrents: 1 000 μAMaximum voltage in patient’s circuit (CV mode): 140 VMax. ultrasound wave intensity: 3 W/cm2Pulse frequency: 16 Hz, 48 Hz, 100 HzDuty cycle for pulse mode: 10 %, 25 %, 50 %, 75 %Mains supply: 230V, 50Hz, 70W, 100VAWeight Max. 6 kgWarrantyEtius U: 2 yearsUltrasound head: 2 yearsElectrophonophoresis head: 2 yearsStandard Accessories• Mains cable• Patient lead (2 Pieces)• Electrotherapy electrode 6x6 cm (4 Pieces); 7,5x9 cm (2 Pieces)• Viscose electrode cover 6x6 cm (8 Pieces); 7,5x9 cm (4 Pieces)• Velcro fixing belt 40x10 cm (2 Pieces); 100x10 cm (2 Pieces)• 1 MHz, 4 cm2 ultrasound head with holder• Gel 0,5 l (1 pc.)

Page 53 of 55

• Spare fuse T1 AL250 V (2 Pieces)• User guideOptional Accessories• Disposable self-adhesive electrodes 3x4 cm; 5,5x5,5 cm; 5,5x12,5 cm• Point electrodes 5 mm, 10 mm, 15 mm, 20 mm• Crocodile clip• Sand-filled bag 21x14 cm, 21x28 cm• Bag for the unit and accessories• Elf, Elf X trolleys• 1 MHz, 1 cm2 ultrasound head with holder• 1 MHz, 4 cm2 electrophonophoresis head with holder• Patient’s switch

41.

Wheel Chair LargeMade of seamless chrome plated steel tubing (18gauge)Wheels, rear, Chrome-plated rims, with opush rims/had ralls for self propulsionSolid rubber tiles, 610mm (24” dia meter)Front swivel coasters, rubber-tired with heavy duty bearings. Single hand break.Push handles with non slip rubber/plastic gripsFoot rest, folding, of caste of aluminumFolding seat and back of strong and washable material.

10000 20

12 4 36 Local

42.

Wheels & Exercise PullisShoulder WheelFor shoulder and hand exercise, made of painted steel frame and chromiumplated/ SS sliding parts. The wheel is to be fully adjustable for height and resistance and be able toaccommodate all age groups and various stages of rehabilitation.

50000 2 2USA/Japan/Euro

pe

43. Wheight Machine Adult 1700 5 5 Imported

44. Almirah Steel for Medicines 1½' x 3' x 6' 11900 18 18 Local

45. Baby Weight Machine 5000 1 1 Imported46. Basin Steel with Stand 4500 2 2 Local

47. Babcock’s Forceps 194 18 18 Local

48. Bed Sheets 66 x 108 Blue waved border with monogram 800 20 20 Local

49. Blanket (Fine Quality) 3000 4 4 Local

50. Bowel Large Size 10” 1000 62 3 65 Local

51. Bowel Medium Size 6” 700 62 3 65 Local

52. Bowel Small Size 4” 250 3 3 Local

53. BP Knife Handle No.3 39 24 24 Local

54. BP Knife Handle No.4 39 32 32 Local

55. Chittle Forceps 550 1 1 Local56. Chittle Forceps Jar 500 1 1 Local57. Curtain Screen 4-pieces 8000 2 2 Local58. Delivery Light Mobile 85000 1 1 Local59. Dental Forceps Set 3798 1 1 Local60. Doctor Coat White 1500 2 2 Local

61. Draw Sheet 36” x 72” 400 10 10 Local

62. Dressing Pair of Scissor 600 2 2 Local63. Dressing Trolley 9000 2 2 Local64. Dressing/Sterilizing Drum 14" X 14" 5000 2 2 Local

65. Duster 28” x 28” 100 200

10 210 Local

66. Ellis Forceps Medium 350 8 8 Local67. ENT Set 12000 1 1 Local68. Episiotomy Pair of Scissor 8" 1200 2 2 Local69. ESR Stand Stainless Steel 1000 2 2 Local70. Garbage Container Steel with Wheel 16000 7 7 Local

71. Instrument Tray with Stand (Medium 14" x 12") 6000 12 12 Local

72. Instruments Tray 12" x 14" 1000 2 2 Local73. Instruments Trolly 8000 2 2 Local74. Jar Large Size (Steel) 700 4 4 Local75. Jar Small Size (Steel) 350 4 4 Local76. Magiels Forceps 233 6 6 Local77. Mosquito Artery Forceps 600 2 2 Local

Page 54 of 55

78. Mouth Gag 543 56

10 66 Local

79. Mayo’s Pair of Scissor (curved) 500 2 2 Local80. Needle Holder Large Size 8" 250 2 2 Local

81. Needle Holder Medium Size 194 18 2 20 Local

82. Normal Delivery Forceps 550 4 4 Local

83. Operation Gown (Set) with Cap & Mask 775 24 24 Local

84. Pillow Foam with Cover 600 60 4 64 Local

85. Plastic Dust Bins (Ordinary Basket Capacity 3 Litres) 248 44

20 64 Local

86. Retractar Small 233 18 18 Local

87. Safe Almirah 11900 20 20 Local

88. Sharp Pair of Scissors 350 2 2 Local89. Sponge Holder Forceps 500 2 2 Local

90. Steel Almirah 1½' x 3' x 6' 18000 10 6 16 Local

91. Stethoscope (Littman/Like Type) 350200

22

10 232 Imported

92. Stone Holding Forceps 388 15 15 Local

93. Sucker End 350 6 6 Local94. Syringes Cutter 400 6 6 Local95. Test Tube Rack (Steel) 550 7 7 Local

96. Thermameter 1000 12 12 Local

97. Torch Three Cell 550 3 3 Local

98. Towel 24" x 48" 500 20 20 Local

99. Towel Clips 100 10 10 Local

100. Towel Stand Iron 1786 20 20 Local

Dr. Zafar Abbas KhanExecutive District Officer

(Health) Jhang

Page 55 of 55