You are on page 1of 134

GOVT.

OF KHYBER PAKHTUNKHWA
HEALTH DEPARTMENT.
DRAFT STANDARD BIDDING DOCUMENT

For Procurement of, Medical Equipment Skill


Lab, Anatomy Models, Electronics, IT &
Miscellaneous Items.

For the Newly Constructed 02, Lecture


Theaters, Laboratories, and Auditorium at
Saidu Medical College, Swat.
Through Self Finance Funds
(2020-2021).
National Competitive Bidding (NCB).

1
PREFACE

These Standard Bidding Documents have been prepared for the procurement
of Equipment Instruments & IT/ Electronics, for Saidu Medical College, Swat
through Self Finance Funds (2021-2022) through National Competitive Bidding
(NCB) under KPK procurement of Goods, Works & Services rules 2014.

In order to simplify the preparation of the Standard Bidding Documents for


each Procurement, the said Bidding Documents are grouped in two parts based on
provisions which are fixed and that which are specific for each procurement.
Provisions which are intended to be used unchanged are in Part-One, which Includes
Instructions to Bidders (ITB) and General Conditions of Contract (GCC).

Part-Two has five sections. Any amendment or variation in the Instructions to


Bidders (ITB) and the General Conditions of Contract (GCC) in Part-I, regarding
contract data and procurement specific provisions, will be carried out in Bid Data
Sheet (BDS) & Special Conditions of Contract (SCC) respectively in Part-Two:
Section-I which includes Invitation For Bid (IFB), Bid Data Sheet (BDS) & Special
Conditions of Contract (SCC).Part-Two: Section-II includes Technical & Financial
Evaluation Criteria for the bidder and the intended Goods. Part-Two: Section-III
further includes Schedule of Requirements, Technical Specifications and Ancillary
Services. Part Two: Section-IV also contains standardized Sample Forms and
Schedules to be submitted by the bidder; and Part-Two: Section V contains in the
end, exceptions to the list of eligible countries for the procurement activity under
consideration.

Each section is prepared with notes [in italics] intended only as information for the
purchaser or the person drafting the bidding documents. They shall not be included in
the final documents.

This bidding document is prepared with consultation of technical committee


members, end users and purchase committee as well, not only to simplify the bidding
document but also to procure quality equipment for Saidu Medical College, Swat

Errors and omissions accepted. In case of any doubt in the interpretation of any point,
decision of Technical Committee and Procuring entity (Principal/Chief Executive
Saidu Medical College) will be acceptable to the bidders.

2
Fixed Conditions of Contract
Section -I
INSTRUCTIONS TO BIDDERS (ITB)

The Bidders are expected not only to read this document thoroughly but also to come with relevant
documents in their Bids in order to make the process easy and transparent as well.
1. Scope of Bid:
Saidu Medical College, Swat invites bids for supply of Goods specified in the Schedule
of Requirements along with Technical Specifications and related services incidental there to
meet the requirement of Saidu Medical College, Swat. Bid Reference Number for the
procurement activity as mentioned in Bid Data Sheet (BDS).

2. Source of Funds:

Non-ADP/Self- Finance Project. (2020-2021)

3. Eligible Bidders:
a) This Invitation for Bids (IFB) is open to all eligible or Pre-Qualified manufacturers
and to the importers or their authorized agents in Pakistan for supply of Goods as mentioned in
the Bid Data Sheet (BDS) and more specifically described in the Schedule of Requirement in
Part-Two: Section-III of these Standard Bidding Documents.

b) Government-owned enterprises in Pakistan may participate only if they are legally


and financially autonomous and authorized to participate in bidding.

c) The Importer/Agent must possess valid authorization from the Manufacturer embassy
attested and shall have to submit a copy of Equipment Sale License/ Drug Sale License/
Memorandum of Association/ Partnership Deed registered with the Registrar of Companies.
However, in case of Manufacturer, they should have a documentary proof as prescribed in the
Bid Form 3B: Section IV of these Standard Bidding Documents to the effect that they are the
pre-qualified Manufacturer of the required specifications of Goods.
d) Bidders under a declaration of ineligibility for corrupt and fraudulent practices issued
by any Government (Federal, Provincial or Local) or a public sector organization are NOT
ELIGIBLE.

e) Bidder shall not have a conflict of interest. All bidders found to have conflict of
interest shall be disqualified. Bidders may be considered to have a conflict of interest with one
or more parties in this bidding process, if they:
(i) are or have been associated in the past, with a firm or any of its affiliates which have
been engaged by the Purchaser to provide consulting services for the preparation of the design,
specifications, and other documents to be used for the procurement of the goods to be purchased
under these Standard Bidding Documents ; or
(ii) Submit more than one bid in this bidding process, except for alternative offers
permitted under ITB Clause 15.6 of these Standard Bidding documents.
However, this does not limit the participation of subcontractors in more than one bid.

3
(f) Bidders shall provide such evidence of their continued eligibility satisfactory to the
Purchaser, as the Purchaser shall reasonably Request.

(g) Bidders shall provide such evidence of their continued eligibility satisfactory to the
Purchaser, as the Purchaser shall reasonably Request. The Government of Khyber
Pakhtunkhwa defines Corrupt and Fraudulent Practices as “the offering, giving , receiving, or
soliciting of anything of value to influence the action of a public official or the supplier or
contractor in the procurement process or in contract execution to the detriment of the
Procuring agencies; or misrepresentation of facts in order to influence a procurement process
or the execution of a contract, collusive practices among bidders (prior to or after bid
submission) designed to establish bid prices at artificial, noncompetitive levels and to deprive
the Procuring agencies of the benefits of free and open competition and any request for, or
solicitation of anything of value by any public official in the course of the exercise of his duty”.

4. Corruption & Fraud:


Indulgence in corruption, fraudulent practices, attempt to offer inducement of any sort,
formation of cartel to discourage fair competition inducement or intentional submission of
false or materially incorrect information is liable to result in cancellation of Bid(s) or
disqualification of the bidder(s) under rule 43 KPK Procurement of Goods, Works and
Services Rules 2014, cancellation of contracts, and debarring & blacklisting of the Bidder(s)
under Rule 44 of KPK Procurement of Goods, Works And Services Rules 2014, for a stated or
indefinite period of time. Black listing of the bidder will be uploaded on the procuring entity
website & authority website.

5. Eligible Goods & Services:


All goods and related services to be supplied under the contract shall conform to the policies of
the Government of Khyber Pakhtunkhwa in vogue. All expenditures made under the contract
shall be limited to such goods and services. For purposes of this clause.
(a) The term “Goods” includes any goods that are the subject of this Invitation for Bids and
(b) The term “Services” includes related ancillary services such as transportation, installation,
insurance, port releases, after sale service etc.

6. Cost of Bidding:
The Bidding Documents will be available from the date of publishing of the IFB
and will be available up to the period as mentioned in the Bid Data Sheet. The Bidder shall
bear all costs associated with the preparation and submission of its bid, and the Procuring
Agency shall in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process.

7. Bidding for Selective Items:


Bidding policy is Lot-wise. The bidder must quote for all the items of lot, failing
to do so will be declared non responsive.

4
The Bidding Procedure

8. The Governing Rules:


The Bidding procedure shall be governed by the Procurement of Goods, Works
and Services Rules, 2014 of the Government of Khyber Pakhtunkhwa.

9. Applicable bidding procedure:


a) The bidding procedure is governed by Rule-6(2-B) “Two-envelop tendering”
of Procurement of Goods, Works and Services Rules, 2014 of the Government of Khyber
Pakhtunkhwa. Bidders are advised also to refer to the Bid Data Sheet (BDS) to confirm the
Bidding procedure applicable in the present bidding process.
b) The Bidding procedure prescribed in the Bid Data Sheet above is explained
below:
Single Stage Two Envelop Procedure
i) The bid shall comprise a single package containing two separate envelopes. Each envelope
shall contain Separately the Technical bid and the financial bid;
ii) The envelopes shall be marked as “TECHNICAL BID” and “FINANCIAL BID” in bold and
legible letters to avoid confusion;
iii) Initially, only the envelope marked “TECHNICAL BID” shall be opened. Technical bid
contains requirements for the responsiveness and technical and financial eligibility for the
firm and its quoted product. The extent of compliance to the stated requirements will
determine that the firm and its product qualify technically before the opening of the financial
bids.
iv) The envelope marked as “FINANCIAL BID” shall be retained in the custody of Procuring
Agency without being opened;
v) The Procuring Agency shall evaluate the technical bid according to the Technical Evaluation
Criteria indicated in the Standard Bidding Documents as per Rule 39 of the KPK Procurement
of Goods, Works and Services Rules 2014, without reference to the price and may reject any
bid which does not conform to the specified requirements.
vi) During the technical evaluation no amendments in the technical bid shall be permitted; vii) the
financial bids of only the technically qualified bids shall be opened publicly by the Procuring
Entity at a time, date and venue to be announced and communicated to the Bidders in advance;
viii) The financial bids found technically non-qualified or rendered disqualified shall be
returned un-opened to the respective Bidders; and The bid found to be the highest ranking fair
Bid as per the Technical & Financial Evaluation Criteria shall be accepted for Contract award.

5
The Standard Bidding Documents

10. Contents of the Standard Bidding Documents:


1. The goods required, applicable bidding procedures, and Contract terms & conditions are
prescribed in the Standard Bidding Documents. Contents of the Standard Bidding Documents
include: a) Invitation for Bids (IFB).
b) Instructions To the Bidders (ITB)
c) General Conditions of Contract (GCC)
d) Special Conditions of Contract (SCC)
e) Technical & Financial Evaluation Criteria
f) List of Required bio-medical Equipment, Instruments &IT/ Electronics.
g) Technical Specifications of the intended goods
h) Sample Size & Ancillary Services
i) Schedule of Requirements
k) Sample Forms, Schedules & contract template
In case of any discrepancy between the contents of the Invitation for Bid (IFB) and those of
the Standard Bidding Documents listed.

2. The Bidder is expected to examine all instructions, forms, terms, and specifications in the
Invitation For Bids (IFB) and the Standard Bidding Documents (SBDs). Failure to furnish all
information required by the Standard Bidding Documents or to submit a bid not substantially
responsive may be at the Bidder’s risk and shall lead to the non-responsiveness of his
Bid under KPK Procurement of Goods, Works and Services Rules 2014 or rejection of his
bid under Rule 47 of the KPK Procurement of Goods, Works and Services Rules 2014.
11. Clarifications (On Standard Bidding Documents):
A prospective Bidder requiring any clarification(s) on the Bidding Documents may
notify the Procuring Agency in a Pre-Bid meeting or in writing at the Procuring Agency’s
address indicated in the Bid Data Sheet (BDS). The Procuring Agency shall respond in
writing to any request for clarification(s) of the bidding documents, which it receives not later
than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation
for Bids.
Written copies of the Procuring Agency’s response (including an explanation of the query
but without identifying the source of inquiry) shall be sent to all prospective Bidders that
have received the Bidding Documents. To respond to all such queries, the Procuring Entity
will hold a Pre-Bid Meeting under Rule 37(10) of the KPK Procurement of Goods, Works
and Services Rules 2014, on a date specified in the Bid Data Sheet (BDS) and also given in
advertisement.

12. Amendments (to the Bidding Documents):

a) At any time prior to the deadline for submission of bids, the Procuring Agency, for any
reason, whether at its own initiative or in response to a clarification(s) requested by a
prospective Bidder, either in a Pre-Bid Meeting held under Rule 37(10) of the KPK

6
Procurement of Goods, Works and Services Rules 2014, on a date specified in the Bid
Datasheet (BDS) or through official communication to the prospective bidders, may
modify the Standard Bidding Documents by amendment(s).
b) All prospective Bidders who have received the Standard Bidding Documents shall be
notified of the amendment(s) in writing through Post, e-mail or fax or advertisement in
three national dailies. The said amendment(s) shall be binding on them.
c) The Procuring Entity may extend, under Rule 33(7) of the KPK Procurement of Goods,
Works and Services Rules 2014, the bid submission date and time after giving adequate
notice to all intending bidders in case the Communication of change(s) in the Standard
Bidding Documents to the prospective bidders has taken time. The extended time should
be reasonable enough to enable the Bidder to adequately reflect the approved change(s)
in his bid.

Preparation of BIDs

13. Language of BIDs:


All correspondences, communications, associated with Preparation of Bids, clarifications,
amendments, submissions shall be written in English. Supporting documents and printed
literature furnished by the Bidder may be in another language provided they are
accompanied by an accurate translation of the relevant passages in English, in which case,
for purposes of interpretation of the Bid, the said translation shall take precedence.

14. Documents Comprising the BIDs


a) The Bid shall comprise the Bid Forms of these Standard Bidding Documents and all
those ancillary documentation that are prescribed for the eligibility of the bidders and goods,
and ancillary services that are found necessary and highlighted in the Bid Forms in Section V
of these Standard Bidding Documents.

b) The Bidder shall complete the Bid Forms and an appropriate Price Schedule
furnished in these Standard Bidding Documents, indicating the goods to be supplied, a
brief description of the goods, their general and specific characteristics as specified in
the Bid Data Sheet (BDS), ancillary services that the bidder is willing or required to
provide along with the proposed price.

c) The Bidder shall indicate on the appropriate form prescribed in these Standard
Bidding Documents the unit prices and total bid price of the goods, it proposes to supply
under the Contract.

15. BID Price:


a) The Bidder shall indicate on the appropriate form prescribed in these Standard
Bidding Documents the unit prices and total bid price of the goods, it proposes to supply
under the Contract.

b) Form prescribed for quoting of prices is to be filled in very carefully, preferably


typed. Every page of these Standard Bidding Documents is to be signed and stamped at
the bottom by the bidder. No alteration of any Term or Condition is allowed.

7
c) The Bidder should quote the prices of goods according to the technical specifications
as provided in Part-Two: Section III of these Standard Bidding Documents. The
technical specifications of goods, different from the required specifications, shall be
rejected out rightly.

d) The Bidder is required to offer a competitive price which must include all the taxes,
duties, prescribed price and any other price as mentioned in the Bid Data Sheet (BDS)
where applicable. If there is no mention of taxes, the offered/ quoted price shall be
considered as inclusive of all prevailing taxes/ duties, etc.

e) The benefit of exemption from or reduction in the taxes and duties shall be passed on
to the Procuring Agency.

f) Prices offered should be for the entire quantity of an item demanded in the Schedule
of Requirement or in a lot; partial quantity offers within a lot shall straightaway be
rejected. Conditional, alternate or provisional offer shall also render the bid as non-
responsive. No negotiation on price is allowed.

g) While making a price quote, trend/ inflation in the rate of goods and services in the
market should be kept in mind. No request for increase in price due to market
fluctuation in the cost of goods and services shall be entertained. The bidder needs to
consider including any probable price fluctuation or expected inflation in the quoted
price before the bid submission.

16. BID Currencies:


Prices shall be quoted in the currency as mentioned in the Bid Data Sheet.
17. Samples:

The Bidder shall provide samples of quoted goods i.e. equipment, Instruments etc. Along
with the bid at his own cost and in a quantity prescribed by the Procuring Agency in Part-
Two: Section III of these Standard Bidding Documents.

18. Documentation on Eligibility of Bidders:


a) Bidder shall furnish, as part of his bid, the Bid Form(s) as primary document (s)
provided in Part-Two: Section IV of the Standard Bidding Documents and as specified
in the Bid Data Sheet (BDS), establishing Bidder’s eligibility to bid and his
qualifications to perform the Contract if his bid is accepted.
b) Bid Evaluation Performa provided as Annexure in Part-Two: Section IV of these
Standard Bidding Documents may be filled and submitted by the bidders to facilitate the
Procuring Entity for the preliminary evaluation of their Technical Bids if specified in
Bid data sheet.

8
c) The Bidder shall furnish, as part of his technical bid, the Bid Forms Provided in
Part-Two: Section IV of these Standard Bidding Documents as specified in the Bid
Data Sheet (BDS), establishing his substantial responsiveness required for
establishing his eligibility for further evaluation of his technical bid as defined under
ITB Clause 3 of these Standard Bidding Documents.

19. Documentation on Eligibility of Goods:

The documentary evidence required in the evaluation criteria of these Standard


Bidding Documents as specified in the Bid Data Sheet (BDS) for Bidder’s eligibility
to bid for the intended goods, shall establish to the Procuring Entity’s satisfaction that
the Bidder, at the time of submission of his bid, is an eligible bidder.

20. Bid Security:


a) The bidder shall furnish, as part of its bid, a bid security to the extent of a
percentage of the total bid value as mentioned in the bid data sheet (BDS).The bid
security shall be submitted from the account of the firm/bidder /contractor who
submits the bid. (KPPRA Notification No.KPPRA/M&E/Estt:/1-12/2017-18 dated
April 05, 2018).Unsuccessful bidder’s bid security shall be discharged or returned
soon after announcement of the successful bids.

b) The successful Bidder’s bid security shall be discharged upon signing of contract
and furnishing the performance security/guarantee.

c) The bid security shall be in PKR and shall be in one of the following forms.
i) A bank guarantee or an irrevocable letter of credit issued by a reputable bank
located in the Procuring.
ii) Agency’s country, in the form provided in the bidding document or another
form acceptable to the procuring agency and valid for thirty (30) days beyond the
validity of the bid: or
iii) Irrevocable cashable on-demand call-deposit.
iv) Bid security in form of Pay order is not acceptable (KPPRA/M&E/Estt: /1-
12/2017-18 dated April 05, 2018).

d) Any bid not secured in accordance with ITB Clauses 28.1 (I) and 28.3 (III)
will be rejected by the procuring agency as nonresponsive, pursuant to ITB
Clause 29.
The bid security may be forfeited:
1. If a Bidder Withdraws its bid during the period of bid validity or
2. In the case of Successful Bidder, if the bidder fails to sign The Contract or
fails to provide a performance security/guarantee for the duration of the
contract.

21. BID Validity:


a) Bids shall remain valid for the period identified in the Bid Data Sheet (BDS)
after the date of opening of technical bid prescribed by the Procuring Agency. A
9
bid valid for a period shorter than the one prescribed in the Bid Data Sheet
(BDS) shall be rejected by the Procuring Entity as non-responsive.

b) The Procuring Entity shall ordinarily be under an obligation to process and


evaluate the bid within the stipulated bid validity period. However under
exceptional circumstances and for reason to be recorded in writing, if an
extension is considered necessary, all those who have submitted their Bids shall
be asked to extend their respective bid validity period. Such extension shall not
exceed the period of the original bid validity.

c) Bidders who,-
i) Agree to the Procuring Entity’s request for extension of bid validity period,
shall not be permitted to change the substance of their bids.

ii) Do not agree to an extension of the bid validity period, shall be allowed to
withdraw their bids without forfeiture of their bid securities.
22. Format & Signing of BIDs:

a) The Bidder shall prepare and submit his bid and provide original documents,
as appropriate. Copies of any documents must be signed and stamped by the
bidder.

b) The Bid shall be accompanied by the original receipt for payment made for
the purchase of the bidding document. In an event where the Bidder has
downloaded the bidding document from the web, they will require to get the
original payment receipt of the prescribed fee from the Procuring Agency well
before the date of submission of bid.

c) The original bid shall be typed or written in indelible ink and shall be signed
by the Bidder or a person or persons duly authorized to bind the Bidder to the
Contract. The person or persons signing the bid shall initial and stamp all pages
of the Standard Bidding Documents.

d) Any tampering, illegitimate inclusion or exclusion in any part of the Standard


Bidding Documents shall lead to disqualification of the bidder.

23. Sealing & Marking of Bids:


a) The envelopes shall be marked as “FINANCIAL PROPOSAL” and
“TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion.
Similarly, the Bidder shall seal both the proposals/bids in separate
Envelopes. The said two envelopes shall then be sealed in an outer
Envelope.
b) The inner and outer envelopes shall:
(i) Be addressed to the procuring agency Saidu Medical College, Swat), at the
address given in the Invitation for Bids; and
10
(ii) Bid Reference No. indicated in the Bid Data Sheet, and a statement: “DO
NOT OPEN BEFORE,” the time and the date Specified in the Bid Data Sheet
(BDS) for opening of Bids.
c) The inner envelopes shall also indicate the name and address of the Bidder to
enable the bid to be returned unopened in case it is declared as “non-responsive”
or “late”.

d) If the outer as well as inner envelope is not sealed and marked as required by
the ITB Clauses 23.1 to 23.3 above the procuring agency (Saidu Medical
College, Swat), shall assume no responsibility

For the bid’s misplacement or premature opening.

24. Deadline for Submission of Bids:


a) Bids must be submitted by the Bidder & received by the procuring Agency at the
address on the time & date specified in the bid data sheet. BIDs received later than
the time and time specified in the BDS will be returned non- responsive & will be
returned to the bidder unopened.
b) The procuring agency may, in its discretion, extend the prescribed deadline for the
submission of bids by amending the standard Bidding Documents in accordance with
ITB clause 12 above, in which case all rights & obligation of the Procuring Agency &
bidders previously subject to the deadline shall thereafter be subject to the deadline as
extended.

25. Late Bids:


Any bid received by the procuring agency after deadline for submission of bids
prescribed by the procuring agency pursuant to outbreak clause 24 shall be rejected &
returned unopened to the bidder.

26. Withdrawal of Bids:

The bidder may withdraw its bid after the bids submission and prior to the deadline
prescribed for opening of bids.

Opening & Responsiveness Determination of BIDS

27. Opening of Bids by the Procuring Agency:


a) All bids received, shall be opened by the procuring agency publicly in the presence
of the bidders or their representatives on the date, time & venue prescribed in the Bid
Data Sheet.

b) All bidders in attendance shall sign an attendance sheet.

c) The purchaser shall open one bid at a time & read out aloud its contents which may
include name of the bidder, category tendered for, any discounts, any bid
modifications or withdrawal, the presence or absence of requisite bid security, unit as
well as total bid price & such other details as the purchaser, at its discretion, may
11
consider appropriate if not in conflict with the KPK procurement of Goods, Works &
Services Rules, 2014.
Note: this method may be followed both at opining of technical and financial bids.

d) The procuring agency (Principal/Principal/Chief Executive SMC, Swat) shall have


the minutes of the bid opening (technical & when applicable financial) recorded.

e) Bid security in the form of post –dated cheque in place of readily cashable
financial instruments like Demand Draft, CDR etc. As required by the client.
 Bids having no primary documents e.g. Bids forms or as mentioned in the Bid Data
Sheet.
 Bids accompanying no financial bid
 Bid validity document with days less than the prescribed period especially in the
Bank –Guarantee submitted as BID security.
 Bid security presented on Bank – Guarantee Form having unauthorized tampering of
the prescribed template, provided as Bid security, by the bidder’s bank.
f) The bids found without bid security shall also be returned unannounced to the
bidders. However, prior to return to the bidder, the chairman of the
purchase/procurement committee shall record a statement giving reasons for return of
such bids.

Evaluation of Bids

28. Clarification of Bids:


During evaluation the bids, the procuring agency may, at its discretion, ask the bidder
clarification of its bid. The request for clarification and response shall be in writing
and no change in the prices or substance of the bid shall be sought, offered or
permitted.
29. Preliminary Examination:
a) The procuring agency shall examine the bids to determine whether they are
complete, whether any computational errors have been made, whether required
sureties have been furnished, whether the documents have been properly signed, and
whether the bids generally in order.
b) In the financial bids the arithmetical errors shall be rectified on the following
basis.
If there is a discrepancy between the unit price and the total price that is obtained by
multiplying the unit price and quantity, the unit price shall prevail, and the total price
be corrected.
If the bidder does not accept the correction of the errors, its bid shall be rejected, and
its bid security may be forfeited. If there is a discrepancy between words & figures
words shall be considered as per rule of the KPK Procurement of goods, works &
services rules 2014.

12
The evaluation shall include all taxes & duties inclusive of local levies as a part of
the price under rule KPK Procurement of Goods, Works & Services Rules 2014.

30. Evaluation of Bids in accordance with the Evaluation Criteria:

a) The procuring agency may waive any minor informality, nonconformity, or


irregularity in a bid which does not constitute a material deviation, provided such
waiver does not prejudice or affect the relative ranking of any bidder.
b) Prior to detail evaluation, the procuring agency shall determine the substantial
responsiveness of each bid to the bidding documents. For purposes of this clause, a
substantially responsive bid is one, which at the time of bid opening, conforms to all
the terms & condition of the invitation for bid & the standard bidding documents
without material deviations. Deviations from the critical provisions, such as those
concerning applicable laws, taxes, and duties & internationally recognized best
practices or imposition of conditionality’s by the bidder shall be the deemed to be a
material deviation for rendering a technical bid as nonresponsive. The procuring
agency’s determination of a bid’s responsiveness is to be based on the contents of
the bid itself without recourse to extrinsic evidence.
c) If a bid is not substantially responsive, it shall be rejected by the procuring agency
and may not subsequently be made responsive by the bidder by correction of the
nonconformity.

31. Evaluation of Bids in accordance with the Evaluation Criteria:


a) The procuring agency shall evaluate and compare the bids, which have been
determined to be substantially responsive in accordance with ITB clause above.
b) All bids shall be evaluated in accordance with the evaluation criteria and other
terms and condition set forth in these standard bidding documents (SBDs). Merit
Point Average Evaluation Methodology shall be used to identify the most
economically advantageous bidder.
c) For the purposes of comparison of bids quoted in Different currencies, the price
shall be converted into Pak Rupees. The rate of exchange shall be the selling rate,
prevailing on the date of opening of bids specified in the Standard Bidding
Documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on
the day.
d) A bid once opened in accordance with the prescribed procedure, shall be subject
to only those evaluation criteria in the Standard Bidding Documents, rules,
regulations and policies that are in force at the time of issue of notice for Invitation
for Bids (IFB).
e) The Procuring Agency, at any stage of the procurement proceedings, having
credible reasons for or prima facie evidence of any defect in Bidder’s capacities,

13
may require under KPK Procurement of Goods, Works and Services Rules 2014 the
Bidder to provide information concerning their professional, technical, financial,
legal or managerial competence whether already Pre-qualified or not.
Warranty Certificate:

• Warranty is 3 years both with services and parts & next 2 years warranty without
spare parts from manufacturer/supplier (Total 5 Years) for Lot no: 1 Medical
Equipment & 3 Skill Lab.
• Warranty period should be from manufacturer/supplier for two years both with spare
parts and services for Lot No. 2, 4, 5, 6, 7, 8. Respectively.

32. Qualification of Bidders:


a) Such qualification shall only be laid down after recording reasons thereof in
writing. They shall form part of the records of that procurement proceeding.

b) The Procuring Agency shall determine to its satisfaction whether a Bidder,


technically and financially qualified and even having the highest ranking fair bid is
qualified to perform the Contract satisfactorily.
c) The determination can take into account the Bidder’s financial, technical, and
production capabilities. It shall be based upon an examination of the documentary
evidence of the Bidder’s qualifications submitted by the Bidder, as well as such
other information as the Procuring Agency deems necessary and appropriate.
Further, during the process of technical evaluation of Bidder, the Procuring
Agency may inspect the manufacturing plant/ production capacity/Warehousing
system/ practices by a team of experts for assessment, if it deems necessary.
d) An affirmative determination shall be a pre-requisite for award of the Contract
to the Bidder. A negative determination shall result in non-qualification/
disqualification of the Bidder’s bid, in which event the Procuring Entity shall
proceed to the next highest ranking responsive bid to make a similar determination
of that Bidder’s capabilities to perform satisfactorily.
e) If the Procuring Entity finds at any time that a bidder has attempted to defraud
or hoodwink the Procuring Entity or an Evaluation Committee constituted there
under, by intentional provision of false, miss-stated, miss-represented, incomplete
or materially inaccurate information concerning qualification of the product or the
firm, through unauthorized submission of another firm’s proprietary clinical or
product research, certification or any data as specified in the Bid Data Sheet(BDS)
against his own quoted product or firm and fails to remedy such deficiencies, the
said bidder shall be disqualified under KPK Procurement of Goods, Works and
Services Rules 2014; and any attempt by the bidder to offer inducement of any
sort, formation of a cartel to discourage fair competition or failure to complete his
earlier contract within a period of three years of initiation of procurement may lead
to cancellation of his bid or contract, and his debarring & blacklisting under KPK
Procurement of Goods, Works and Services Rules 2014, for a stated or indefinite
period of time.

33. Disqualification of Bidders:


14
The Procuring Entity may opt for arranging a Pre-Award Debriefing
session to inform the non-qualified/disqualified bidders before the opening of
financial bids of technically qualified bidders.
34. Rejection of Bids:
a) The Procuring Agency may reject any or all bids at any time prior to the
acceptance of a bid under KPK Procurement of Goods, Works and Services Rules
2014.However, before rejection of tender on basis of the bid being unworkable, the
bidder shall upon request be given an opportunity to give a detailed analysis of
workability of his Bid.
b) The workability of a bid may depend, among other factors, upon the objectives of
a procurement activity as specified in the Bid Data Sheet (BDS) wherein wider
coverage for disease prevention, diagnosis or treatment of patients is required with
intended cost-effective healthcare goods of high therapeutic value.
c) The Procuring Agency incurs no liability, by virtue of its invoking ITB Clause
34.1 above towards Bidders who have submitted bids.
d) Notice of the rejection of any or all bids shall be given promptly to the concerned
Bidders that submitted bids.
35. Grievances Redressed Mechanism:
Any bidder aggrieved by any act of the procuring entity may follow the two tier
grievance redressal mechanism in the following manner.
1. File a complaint in writing to the head of procuring entity in accordance with
prescribed procedure.
2. File an appeal to the authority against the decision of the procuring entity
within 15 days in accordance with the procedure.
a) The decision of the authority on appeal shall be final.
b) Unless & until the two tier grievance redressal mechanism is exhausted, no court are any
other authority shall take cognizance of the same & grant any injunction.
36. Re- Bidding:

a) If the Purchaser rejected all bids in pursuant to ITB Clause 32, it may call for a
re-bidding by adopting the requisite procedure under KPK Procurement of Goods,
Works &Services Rules 2014. Notice of rejection of the tender shall be given to
all the bidders who submitted the bids.

b) The Procuring Agency before invitation for re-bidding shall assess the reasons
for rejection of tender and may accordingly revise specifications, evaluation
criteria or any other condition for Bidders, as it may deem necessary under KPK
procurement of Goods, Works & Services Rules 2014.

37. De-Briefing Session for Access to Information on Evaluation Process:

Under KPK Procurement of Goods, Works& Services Rules 2014, the Purchaser,
upon written request of a bidder, may make available to him information on
evaluation process as mentioned in the said Rule, or may either:
a) Convene a Pre-Award De-Briefing session to apprise the technically non-
qualified/disqualified bidders about the reasons of their

15
non-qualification/disqualification, or, b) Convene a Post-Award De-Briefing
to apprise the Technically qualified but unsuccessful bidders about
shortcomings of their bids and reasons of success of the selected bid.
38. Contracting the Procuring Agency:

a) Subject to ITB Clause 28 above, under KPK Procurement of Goods, Works &
Services Rules 2014 no Bidder shall contact the Procuring Agency on any matter
relating to its bid, from the time of the bid opening to the time of announcement
of Evaluation Repot. If a Bidder
Wishes to bring additional information to the notice of the Procuring Agency, it
should do so in writing.
b) Any effort by a Bidder to influence the Procuring Agency in its decisions on bid
evaluation, bid comparison, or Contract award may result in the rejection of the
Bidder’s bid. Canvassing by any Bidder at any stage of the bid evaluation is
strictly prohibited. Any infringement shall lead to disqualification under
Procurement of Goods, Works & Services Rules 2014.

39. Contracting the Procuring Agency Confidentiality of the Tendering Process:

Under KPK Procurement of Goods, Works & Services Rules 2014, the Procuring
entity shall ensure the confidentiality of the tender process until final orders on
the tenders are passed and successful bidders are selected.

Access to Record of Procurement Proceedings.

40. Maintenance of Record of Procurement Proceeding:


The Procuring Entity shall maintain the record relating to the procurement
proceedings under Procurement of Goods, Works & Services Rules 2014.Record
of such proceeding shall be made public on a specific request under only after
the final selection of the highest ranking fair bid under KPK Procurement of
Goods, Works & Services Rules 2014.

Award of Contract

41. Acceptance of Bid and Award Criteria:


The Bidder whose bid is found to be most closely conforming to the Evaluation
Criteria prescribed in Part-Two: Section II of these Standard Bidding
Documents if not in conflict with any other law, rules, regulations or policy of
the Government of Khyber Pakhtunkhwa, shall be awarded the Contract, within
the original or extended period of bid validity.
42. Procuring Agency’s Right to vary quantities at the time of Award:
The Procuring entity may reject any or all bids communicating the reasons for
rejections in writing to the authority at any time prior to the award of contract.
43. Notification of Award:

16
a) Prior to the expiration of the period of bid validity, the Procuring Agency
shall notify to the successful Bidder in Writing that its bid has been accepted.

b) The notification of award shall constitute the formation of the Contract


between the Procuring Agency and the successful Bidder.

c) The enforcement of the Contract shall be governed by KPK


Procurement of Goods, Works and Services Rules, 2014. The procuring Entity
and the successful bidder shall sign a written contract within fifteen (15) days
of the dispatch of the notice of acceptance of bid to the successful bidder.

d) Upon receipt of the Notification of Award, the successful Bidder shall


submit a Performance Security equal to the percentage of the Contract price,
as specified in the Bid Data Sheet (BDS) under Procurement of Goods,
Works and Services Rules, 2014 and within the time specified in the Bid Data
Sheet (BDS).

e) Upon submission of the requisite Performance Security, the Procuring


Entity shall release the Bid Security to the Successful bidder. The Bid
Securities of the unsuccessful bidders shall also be released to them.

44. Limitation on Negotiation:


Negotiations, that may be undertaken in finalization of the contract shall not
relate to the price or substance of bid specified by the Bidder, but only to
minor technical, Contractual or logistical details.
Negotiations shall not be used to:
substantially change the technical quality or details of the requirement,
including the tasks or responsibilities of the Bidder or the performance of the
goods, substantially alter the terms and conditions of Contract; reduce unit
rates or reimbursable costs; substantially alter anything which formed a
crucial or deciding factor in the evaluation of the bids or proposals alter the
submitted financial bid.
45. Signing of Contract:

a) Within fifteen (15) days of dispatch of the notice of acceptance of bid to the
successful bidder the Purchaser and the bidder shall sign the Contract
Agreement Form provided in Part-Two: Section IV of these Standard
Bidding Documents, incorporating all the Terms & Conditions of these
Standard Bidding Documents as agreed between the Parties and in
accordance with the legal requirements in Vogue. Entering into a Repeat
Order shall be governed separately under KPK
Procurement of Goods, Works and Services Rules, 2014.

b) Review against a contract award shall be carried out in accordance with


Rule 43 of the NWFP Procurement of Goods, Works and Services Rules,
2003.
17
c) If the successful Bidder, after completion of all Codal formalities shows an
inability to sign the Contract then its Bid Security shall stand forfeited and
the firm may be blacklisted and de-barred from future participation,
whether temporarily or permanently. In such situation the Purchaser may
award the contract to the next lowest evaluated Bidder or the next highest
ranking bid or call for new bids.

d) The Contract shall become effective upon affixation of Signature of the


Purchaser and the selected Bidder on the Contract document, and shall be
governed for the period specified in the Bid Data Sheet (BDS) and by the
terms and conditions mutually agreed in the contract.
46. Performance Security:
On the date of signing of Contract, the successful Bidder shall furnish a
Performance Security in the form of a Bank Guarantee for a percentage
amount (10% of the total items’ quoted price) as specified in the Bid Data
Sheet (BDS), on the Form and in the manner prescribed by the Procuring
Agency in Part-Two: Section-IV of these Standard Bidding Documents
within the time prescribed in the Bid Data Sheet (BDS).
a) The Bid Security submitted by the bidder at the time of submitting its bid
shall be returned to the successful Bidder upon submission of Performance
Security.
b) Failure to provide a Performance Security by the successful Bidder is a
sufficient ground for annulment of the award and forfeiture of his Bid
Security. In such event the Procuring Entity may award the contract to the
next highest ranking fair bidder or call for new bid.

47. Corrupt or Fraudulent Practices:

The Government of Khyber Pakhtunkhwa requires that procuring


agency’s (including Beneficiaries of donor agencies’ loans) as well as
Bidders/Suppliers/Contractors under Government –financed contracts,
observe the highest standards of ethics during the procurement and
execution of such contracts. In pursuance of this policy, the KPPRA, in
accordance with KPPRA Act 2012 and Rules made there under:
Defines, for the purposes of this provision, the terms set forth below as follows:
i) Corrupt practices means the offering, giving, receiving or soliciting
of anything of value to influence the action of a public official in the
procurement process or in contract execution and

ii) “fraudulent practice” means a misrepresentation of Facts in order


to influence a procurement process or the execution of a contract to the
determinant of the procuring agency, and includes collusive practice
among bidders (prior to or after bid submission) designed to establish
bid prices at artificial noncompetitive levels and to deprive the
procuring agency of the benefits of the free and open competition.

18
iii) Will reject a proposal for award if it determines that the bidder
recommended for award is engaged and corrupt or fraudulent practices
in competing for the contract in question.

iv) Will declare a firm ineligible, either indefinitely or for a stated


period of time, to be awarded a Govt financed contract if it at any time
determines that the firm has engaged in corrupt or fraudulent practices
in competing for, or in executing a Govt financed contract.
Furthermore, the bidder shall be aware of the provisions stated in general
conditions of contract.

48. Integrity Pact:


The bidder shall sign and stamp the integrity pact provided at form 07 to
bid in the bidding documents for all provincial government procurement
contracts exceeding rupees ten million.

19
Part-One Section-II

General Conditions of Contract (GCC)


Notes on the General Conditions of Contract
The general conditions of contract in part one section II read in conjunction with the
special condition of contract part two section III and other documents listed therein, should
be a complete document expressing all the rights and obligations of the parties .

The general conditions of contract herein shall not be altered. Any changes and
complementary information, which may be needed, shall be introduced only through the
special conditions of contract in part-two section –III.

1. Definitions:
In this Contract, the following terms shall be interpreted as indicated:
a) The Contract” means the agreement entered into between the Purchaser (provincial
or district Health departments, Autonomous Medical Institutions or Vertical
Programs) and the Supplier, as recorded in the Agreement signed by the Parties,
including all attachments and appendices thereto and all documents incorporated by
reference therein.
b) The Contract Price” means the price payable to the Supplier under the Contract for
the full and proper performance of its Contractual obligations.
c) The Goods” means all those supplies which the Supplier is required to supply to the
Purchaser under the Contract.
d) The Services” means those services ancillary to the supply of above goods, such as
printing of special instructions on the label and packing, design and logo of the
government of Khyber Pakhtunkhwa, transportation of goods up to the desired
destinations, installation 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 Special Conditions of the Contract.
g) The Purchaser” means the Client as mentioned in the SCC.

The Supplier” means the individual or firm supplying the goods under this Contract.
“Day” means Calendar day.

2. Application:

These General Conditions shall apply to the extent that they are not superseded by
provisions of other parts of the Contract.

20
3. Country of origin:
a) All goods and related services to be supplied under the contract that are required to be
imported in Pakistan shall have their origin in eligible countries and territories eligible under the
rules and further elaborated in the SCC.

b) For purposes of this clause, “origin” means the place where the goods are produced, or
the place from which the related services are supplied. Goods are produced when, through
manufacturing or processing.

4. Standards:

a) The goods supplied under this Contract shall conform to the standards mentioned in the
Technical Specifications.
b) In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter
mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and
Services and to remedy defects therein in conformity in all respects with the provisions of
this Contract.
c) If the Supplier provide substandard item and fail to provide the fresh supply, the payment of
risk purchase (which will be purchased by the Health Department) the price difference shall
be paid by the Supplier.
d) In case of supply of substandard product the cost associated with disposal/destruction or
associated handling shall be borne by the Supplier i.e. removal from purchaser’s premises,
burning, dumping, or incineration.

5. Use of Contract Documents & Information:

a) The Supplier shall not, without the Purchaser’s prior written consent, disclose the Contract,
or any provision thereof, or any specification, plan, drawing, pattern, sample, or information
furnished by or on behalf of the Purchaser in connection therewith, to any person other than
a person employed by the Supplier in the performance of the Contract. Disclosure to any
such employed person shall be made in confidence and shall extend only as far as may be
necessary for purposes of such Performance.
b) The Supplier shall not, without the Purchaser’s prior written consent, make use of any
document or information enumerated in GCC Clause 5.1 except for purposes of performing
the Contract.
c) Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain
the property of the Purchaser and shall be returned (all copies) to the Purchaser on
completion of the Supplier’s performance under the Contract if so required by the
Purchaser.
d) The Supplier shall permit the Purchaser to inspect the Supplier’s accounts and records
relating to the performance of the Supplier.

6. Patent rights:

The Supplier shall indemnify the Purchaser against all third party claims of infringement of
patent, trademark, or industrial design rights arising from use of the Goods or any part
thereof in the country.
21
7. Performance security:
a) Within ten (10) days of receipt of the notification of Contract award, the successful Bidder
shall furnish to the Purchaser the Performance security in the amount specified in SCC.
b) The proceeds of the performance security shall be payable to the Purchaser as
compensation for any loss resulting from the Supplier’s failure to complete its obligations
under the Contract.
c) The performance security shall be denominated in the currency of the Contract acceptable
to the Purchaser and shall be in one of the following forms:

i) A Bank Guarantee or an irrevocable letter of credit issued by a reputable bank


located in the Purchaser’s country on behalf of the Supplier, in the form provided in the
bidding documents or another form acceptable to the Purchaser Or
ii) A cashier’s or certified check.
d) The performance security will be discharged by the Purchaser and returned to the Supplier
not later than thirty (30) days following the date of completion of the Supplier’s
performance/guarantee period. Obligations under the Contract, including any warranty
obligations, unless specified otherwise in SCC.
8. Submission of Samples:
Before commencing supplies, the Supplier shall provide samples free of cost, if and as
specified in the Schedule of Requirements of the product to the designated office or staff, as the
case may be.

9. Ensuring Storage Arrangements:


To ensure storage arrangements for the intended supplies, the Supplier shall inform the
Purchaser at least 0ne (01) week in advance. However, in case no space is available at the
Purchaser’s premises at the time of supply, the Purchaser shall, at least 02 days prior to
such situation, shall inform the Supplier, in writing, of the possible time frame of
availability of space by which the supplies can be made. In case the Supplier abides by the
given time frame it shall not be penalized for delay.
10. Inspections & tests:

a) The Purchaser or its representative shall have the right to inspect and/or to test the goods in
accordance with the procedure given in the SCC to confirm their conformity to the Contract
specifications at no extra cost to the Purchaser.
b) All costs associated with testing shall be borne by the Supplier.
c) The Purchaser’s right to inspect, test and, where necessary, reject the goods after the goods
either at Supplier’s premises or upon arrival at Purchaser’s destinations shall in no way be
limited or waived by reason of the goods having previously been inspected, tested, and
passed by the Purchaser or its representative prior to the goods delivery from the point of
Supply or manufacturing.
d) Nothing in GCC Clause 10 shall in any way release the Supplier from any warranty or other
obligations under this Contract.

22
11. Packing:

a) The Supplier shall provide such packing of the Goods as is required to prevent their damage
or deterioration during transit to their final destination, as indicated in the Contract. The
packing shall be sufficient to withstand, without limitation, rough Handling during transit
and exposure to extreme temperatures, salt and precipitation during transit, and open
storage. Packing case size and weights shall take into consideration, where appropriate, the
remoteness of the Goods’ final destination and the absence of heavy handling facilities at all
points in transit.
b) The packing, marking, and documentation within and outside the packages shall comply
strictly with such special requirements as shall be expressly provided for in the Contract,
Including additional requirements, if any, specified in SCC, and in any subsequent
instructions ordered by the Purchaser.

12. Delivery & Documents:


a) The Supplier in accordance with the terms and manner specified in the Schedule of
Requirements shall make delivery of the goods.
b) The Supplier shall furnish all necessary documentation necessary for completion of the
delivery, at the time of delivery and in the manner prescribed.
c) The goods supplied under the Contract shall be Delivered Duty Paid (DDP) under which
risk is transferred to the buyer after the Goods have been delivered.
13. Insurance:
The supplier shall be solely responsible for Insurance of the Goods subject to the contract.

14. Transportation:

a) The Supplier shall arrange such transportation of the goods as is required to prevent their
damage or deterioration during transit to their final destination and in accordance with the
terms and manner prescribed in the Schedule of Requirement.
b) All costs associated with the transportation of the goods subject to this contract shall be
borne by the Supplier.

15. Incidental Services:


The Supplier shall be required to provide the incidental services as specified in the SCC and
the cost of which is included in the total bid price.
16. Spare parts:

As specified in SCC, the Supplier may be required to provide any or all of the following
materials, notifications, and information pertaining to spare parts manufactured or
distributed by the Supplier:
23
a) Such spare parts as the Purchaser may elect to purchase from the Supplier, provided that
this election shall not relieve the Supplier of any warranty obligations under the Contract;
and
b) In the event of termination of production of the spare parts:
c) Advance notification to the Purchaser of the pending termination, in sufficient time to
permit the Purchaser to procure needed requirements and
d) Following such termination, furnishing at no cost to the Purchaser, the blueprints,
drawings, and specification of the spare parts, if requested.

17. Warranty:
a) All goods subject to this contract shall be accompanied by the necessary warranty in the
manner prescribed in the SCC.
b) The Purchaser shall promptly notify the Supplier in writing of any claims arising under this
warranty.

18. Payment:
a) The purchaser shall make payments to the Supplier in Accordance with the conditions set
forth in the Payment Schedule agreed in SCC and annexed to this contract.
b) The currency of payment shall be Pakistan Rupee.

19. Prices:

Prices charged by the Supplier for goods delivered under the Contract shall not vary from
the prices quoted by the Supplier in its bid and shall remain the same till the expiry of the
contract unless the Parties to this contract mutually agree to vary the prices.

20. Change Orders:


a) The Purchaser may at any time, by a written order given to the Supplier pursuant to
GCC Clause 33 for notices, make changes within the general scope of the Contract in
any one or more of the following:

i). Drawings, designs, or specifications, where Goods to be furnished under the


Contract are to be specifically manufactured for the Purchaser;
ii) The method of shipment or packing;
iii) The place of delivery; and/or
iv) The Services to be provided by the Supplier.
b) If any such change causes an increase or decrease in the cost of, or the time required
for, the Supplier’s performance of any provisions under the Contract, an equitable
adjustment shall be made in the Contract Price or delivery schedule, or both, and the
Contract shall accordingly be amended. Any claims by the Supplier for adjustment
under this clause must be asserted within thirty (30) days from the date of the
Supplier’s receipt of the Purchaser’s change order.
21. Contract Amendments:
24
No variation in or modification of the terms of the Contract shall be made except
by written amendment signed by the Parties.

22. Assignment:
The Supplier shall not assign, in whole or in part, its obligations to perform under this
Contract, except with the Purchaser’s prior written consent.

23. Subcontracts:
The Supplier shall not be allowed to sublet and award Subcontracts under this Contract.

24. Delays in the Supplier’s Performance:


a) Delivery of the goods shall be made by the Supplier in Accordance with the time
schedule/supply schedule prescribed by the Purchaser in the Schedule of
Requirements.
b) If at any time during performance of the Contract, the Supplier encounters
conditions impeding timely delivery of the goods; the Supplier shall promptly notify
the Purchaser in writing of the fact of the delay, it’s likely duration and its cause(s).
As soon as Practicable after receipt of the Supplier’s notice, the Purchaser shall
evaluate the situation and may at its discretion extend the Supplier’s time for
performance, with or without liquidated damages, in which case the extension shall
be ratified by the Parties by an amendment to the Contract.

25. Liquidated Damages & Penalties:


Except as provided under GCC Clause 24, a delay by the Supplier in the
performance of its delivery obligations shall render the Supplier liable to the
imposition of liquidated damages as prescribed in the SCC, unless the parties to this
contract mutually agree for extension of time. Subject to GCC Clause 25, if the
Supplier fails to deliver any or all of the Goods or to perform the Services within
the period(s) specified in the Contract, the Purchaser shall, without prejudice to its
other remedies under the Contract, deduct from the Contract Price, as liquidated
damages, a sum equivalent to the percentage specified in SCC of the delivered
price of the delayed Goods or unperformed Services for each week or part Thereof
of delay until actual delivery or performance, up to a maximum deduction of the
percentage specified in SCC. Once the maximum is reached, the Purchaser may
consider termination of the Contract pursuant to GCC Clause 26. Applicable rate
for penalties in case of a breach of contract by the supplier regarding delivery of
Goods is specified in the Supply Schedule in Part-II: Section-III.

26. Termination for Default:

The Purchaser, without prejudice to any other remedy for breach of Contract, by written
notice of default sent to the Supplier, may terminate this Contract as mentioned in the SCC
in whole or in part:
(a) if the Supplier fails to deliver any or all installments of the goods within the
period(s) specified in the Supply Schedule in Part-II: Section-III of the Standard
Bidding Documents within the period specified in and subsequent purchase order,

25
or within any extension thereof granted by the Purchaser pursuant to GCC Clause
24; or
(b) If the Supplier fails to perform any other obligation(s) under the Contract.
(c) If the Supplier, in the judgment of the Purchaser has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract.
For the purpose of this clause Corrupt and fraudulent practices means: the offering, giving,
receiving, or soliciting of anything of value to influence the action of a public official or the
supplier or contractor in the procurement process or in contract execution to the detriment
of the Procuring agencies; or
misrepresentation of facts in order to influence a procurement process or the execution of a
contract, collusive practices among bidders (prior to or after bid submission) designed to
establish bid prices at artificial, non-competitive levels and to deprive the Procuring
agencies of the benefits of free and open competition and any request for, or solicitation of
anything of value by any public official in the Course of the exercise of his duty.”

27. Force Majeure:

a) Notwithstanding the provisions of GCC Clauses 24, 25 & 26, the Supplier shall not be liable
for forfeiture of its performance Guaranty, or termination/ blacklisting for default if and to
the extent that it’s delay in performance or other failure to perform its obligations under the
Contract is the result of an event of force Majeure. For the purposes of this clause Force
Majeure means an act of God or an event beyond the control of the Supplier and not
involving the Supplier’s fault or negligence directly or indirectly purporting to miss-
planning, mismanagement and/or lack of foresight to handle the situation. Such events may
include but are not restricted to acts of the purchaser in its sovereign capacity, wars or
revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight
embargoes.
b) If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in
writing with sufficient and valid evidence of such condition and the cause thereof. The
Purchaser shall examine the merits of the case and all reasonable alternative means for
completion of purchase order under the Contract and inform the Supplier of its findings
promptly.
c) Unless Purchaser informs the Supplier in writing of its Agreement on the application of
force majeure, the Supplier shall continue to perform its obligations under the Contract as
far as is reasonably practical and shall seek reasonable alternative means for performance
not prevented by the Force Majeure event.

28. Termination for insolvency:

The Purchaser may at any time terminate the Contract by giving written notice of one month
time to the Supplier if the Supplier becomes bankrupt or otherwise insolvent. In this event,
termination shall be without compensation to the Supplier, provided that such termination
shall not prejudice or affect any right of action or remedy which has accrued or shall accrue
thereafter to the Parties.

29. Termination for Convenience:

26
a) The Purchaser, by written notice sent to the Supplier, may terminate the Contract, in
whole or in part, at any time for its convenience. The notice of termination shall
specify that termination is for the Purchaser’s convenience, the extent to which
performance of the Supplier under the Contract is terminated, and the date upon
which such termination becomes effective.
b) The Goods that are complete and ready for shipment within thirty (30) days after the
Supplier’s receipt of notice of termination shall be accepted by the Purchaser at the
Contract terms and prices. For the remaining Goods, the Purchaser may elect:
i) to have any portion completed and delivered at the Contract terms and prices;
and/or
ii) To cancel the remainder and pay to the Supplier an agreed amount for partially
completed Goods and Services and for materials and parts previously procured
by the Supplier.

30. Arbitration & resolution of disputes:

a) The Purchaser and the Supplier shall make every effort to resolve amicably by direct
informal negotiation any disagreement or dispute arising between them under or in
connection with the Contract.
b) After thirty (30) days from the commencement of such informal negotiations, the
Purchaser and the Supplier have been unable to resolve amicably a Contract dispute;
either party may require that the dispute be referred to the Arbitrator for resolution
through arbitration.
c) In case of any dispute concerning the interpretation and/or application of this
Contract shall be settled through arbitration under the Arbitration Act of 1940 (As
amended from time to time) in a court of relevant jurisdiction as mentioned in the
SCC.

31. Governing language :

The Contract shall be written in English language. Subject to GCC Clause 32, the
version of the Contract written in the specified language shall govern its interpretation.
All correspondence and other documents pertaining to the Contract, which are
exchanged by the Parties, shall be written in English.

32. Applicable laws:

This Contract shall be governed by the Laws of Pakistan and the courts of Pakistan shall
have exclusive jurisdiction.
33. Notices:
a) Any Notice given by one party to the other pursuant to this Contract shall be sent to
the other party in writing and on the others address specified in SCC.
b) A notice shall be effective when delivered or on the notice’s effective date,
whichever is later.
34. Taxes & duties:
27
All taxation, whether International, Federal, Provincial or local, shall be borne by the
Supplier.

28
Part Two: Variable Condition of Contract
SECTION - I
INVITATION FOR BIDS

PROCURMENT OF EQUIPMENT, INSTRUMENTS, IT AND ELECTRONICS


FOR SAIDU MEDICAL COLLEGE, SWAT DURING THE YEAR 2020-21

1. The Principal/Principal/Chief Executive Saidu Medical College, Swat invites sealed bids under
national competitive bidding from manufacturers & importers & authorized dealers/distributers
for the Procurement of Equipment, Instruments, IT and Electronics for Saidu Medical College,
Swat during the current financial year 2020-21.

2. Bidding shall be conducted through Single Stage –Two Envelopes Bidding Procedure
comprising a single package containing two envelopes as per KPPRA rules -2014. Each
envelope shall contain separately technical and financial bid clearly marked in bold & legible
letters. The bidders are bound to provide complete information along with its postal as well as
valid email address and phone numbers on each of the respective envelope.

3. Interested manufacturer & importers & authorized dealers/distributers must obtain complete
set of bidding documents from the office of the Principal/Chief Executive Saidu Medical
College Swat during office hours on any working day against the non-refundable cash payment
of Pak Rupees two thousand per application form. Original receipt of the paid amount must
be attached to technical bid inside its sealed envelope. The bidding documents can also be
downloaded from the official website of Saidu Medical College, Swat. www.smcswat.edu.pk.
& www.kppra.gov.pk.

4. A pre-bid meeting with the interested bidders will be held on 29-03-2021 at 10:00 AM in
the office of the Principal/Chief Executive Saidu Medical College, Saidu Sharif Swat.

5. Interested Bidders must submit sealed bids to the office of the Principal/Chief Executive Saidu
Medical College, Saidu Sharif Swat on or before 12-04-2021 10:00 AM, which will be
opened on the same day at 11:00 AM in the presence of those bidders or their representatives,
who choose to attend the process. Bid submitted after 10:00 AM shall not be entertained.

6. Financial bids must be accompanied with bid security as per detail given in the bid data sheet in
the name of the undersigned. Ordinary Cheque in the form of bid security will result in the bid
rejection summarily.

29
7. Technical bid must be accompanied with a photocopy of the bid security (not showing the
amount) or an Affidavit on Judicial Stamp paper to the effect that bid security as per Bid data
sheet is attached in the financial bid.

8. Bid must be computer typed &printed and the offered bid price must be written both in words &
figures. Bid price / Quotations with cutting and over writing shall not be accepted to the extent
of that quoted item.

9. The technical proposal shall contain all the details in accordance with standard specifications of
items/goods mentioned in the schedule of Requirements (SOR) which must be supported by
original catalogue /brochures. All bidders are also required to submit the relevant detail of
technical proposal and required documents in soft copies (CD/DVD/USB) duly labeled by
permanent marker with the name of bidder/firm.

10. The undersigned reserves the right to reject any or all the bids as per provision contained in
rules 47 of KAPPRA procurement rules 2014.

PRINCIPAL/CHIEF EXECUTIVE
SAIDU MEDICAL COLLEGE, SWAT.

30
Bid Data Sheet

ITB Ref Description Detail

ITB Clause 1.1 Bid Reference number Principal/Chief Executive Saidu Medical
College, Swat Purchase of Equipment,
dental Instruments, and IT/Electronics,
Self-Finance Funds 2020-21 SMC Swat
for the F.Y year 2020-21.

ITB Clause 2.1 Name of client & source Principal/Chief Executive Saidu Medical
of funds College, Swat.

ITB Clause 3.1 Name of Goods Equipment, dental Instruments,


IT /Electronics.

ITB Clause 6.1 Commencement date of __________


provision of bidding
document

ITB Clause 6.1 Closing date of BID 12/04/2021 till 10:00AM

ITB Clause 9.1 Bidding procedure Single Stage Two Envelope Procedure

ITB Clause 9.2 Method determining the Highest ranking fair bid. (Bidder securing
successful bidder highest marks in the technical and financial
evaluation).

ITB Clause Clarification(S) on Principal/Chief Executive Saidu Medical


11.1 bidding document College.

ITB Clause 13 Language of bid English

ITB Clause Specific description of Specification Mentioned at last.


14.2 goods in the bidding
documents

ITB Clause Bid price Bid price shall be inclusive of all duties &
15.4 taxes for F.O.R mode.

ITB Clause 16 Currency of bid 1. For (Lot No: 1 Medical Equipment),


(Lot No: 3 Skill Lab) & (Lot No: 06
Anatomy Models), bidders should
quote their price both in
FOR/PKR/DDP & CNF.
2. For rest of the lots bidders should quote
their price in FOR/PKR & DDP Only.

ITB Clause Name of the bid form(s) - Bid Cover Sheet


31
18.1 - Bid form-1
- Bid form-2
- Bid form-3A for manufacturer
- Bid form-3 B for importer
- Bid form-4
- Bid form-5
Failure to submit bid forms shall render the
bidders non-responsive.

ITB Clause 18.2 Technical Bid Performa Sample bid evaluation Performa:
Suppliers of Equipment, Instruments and
IT/Electronics.

ITB Clause 19.1 Documents required in the -Product conformance certificate


Technical & Financial -product performance certificates
Evaluation Criteria & -firms legal status certificates
requisite Bid Forms -Firms taxation certificates
-firms technical resource certificates
-firms networking documents
-firms warranty certificates
Firms post warranty maintenance
certificates

ITB Clause 20 Amount of bid security 2% of the bid price in the name of
/earnest money Principal/Chief Executive Saidu Medical
College, Swat.

ITB Clause 21 Bid validity period 150 days after opening of the bid.

ITB Clause 25 Last date & time for the 12/04/2021 till 10:00 AM
receipt of bidding
document

32
Late bids Any bid received by the procuring agency
after the deadline in Bid data Sheet, will not
be acceptable and will be rejected and
returned unopened to the bidder.

Date, time and venue of 12/04/2021 at 11:00 AM Saidu Medical


opening of Technical Bids College, Saidu Sharif Swat

Pre bid meeting 29/03/2021 at 11:00 AM in Saidu Medical


College, Saidu Sharif Swat

ITB Clause 41 Duration of contract Financial year 2020-21

ITB Clause 44 Performance The performance security shall be 10% of


guarantee/performance the total contract price quoted and Shall be
security submitted in the name of Principal/Chief
Executive Saidu Medical College, Saidu
Sharif Swat

33
Special Conditions of Contract

The following Special Conditions of Contract shall supplement the General Conditions of Contract
(GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the General
Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses.
1. Definitions (GCC Clause 1)
 The Goods are: Equipment, Skill Lab, Medical Instruments, IT/Electronics, Anatomy
Models, Miscellaneous, & Forensic Medicine Non-ADP Self Finance Project 2021.
 The Purchaser is: Principal/Chief Executive Saidu Medical College, Swat.
 The Supplier is: ________________________________
2. Country of Origin (GCC Clause 3)
All countries and territories as indicated in part 2 section VIII of SBD, “eligibility for the
provisions of goods, works, and services.”
3. Standards (GCC Clause 4)
 The quoted product, at the time of delivery, shall conform to the standards as
Prescribed in the Technical Evaluation Criteria.
4. Performance Security (GCC Clause 07)
 The amount of performance security shall be: Ten (10) percent of the Contract Price.
[The following provision shall be used in the case of Goods having warranty
obligations.
 After delivery and acceptance of the Goods, the Performance Security shall be
returned after successful completion of the contract in accordance with Warranty.

5. Inspections and Tests (GCC Clause 10)


Inspection and tests prior to delivery/shipment of Goods and at final acceptance are as
follows:
Inspections & tests may include re-verification of any quality or manufacturing aspect from
vendor or manufacturer by the Purchaser in the form of either a test run or production of an
industrial process certificate or a Performance Certificate from the previous clients. If the
Purchaser feels that sufficient time has elapsed between the manufacturer’s
prequalification/preliminary assessment and bid evaluation. The procuring agency shall have the
right to inspect the goods before shipment or in a previous place of installation of the equipment
.All the expenses will be borne by the bidder. Final acceptance by Principal/Chief Executive
Saidu Medical College, Swat.

6. Packing (GCC Clause 11)


Applicable as required by the Purchaser.

7. Delivery and Documents (GCC Clause 12)


 Delivery/Supply Period of the intended goods shall be 90 Days for Imported Goods and
30 Days for Local Goods.
 In case of Import or as required otherwise, upon shipment, the Supplier shall notify the
Purchaser the full details of the shipment, including Contract number, description of

34
Goods, quantity and usual transport document. The Supplier shall mail the following
Documents to the Purchaser:
- Copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and
total amount.
- Original and two copies of the usual transport document (for example, a negotiable bill of
lading, a non-negotiable sea waybill, an inland waterway document, an air waybill, railway
consignment note, a road consignment note, or a multimodal transport Document) which the buyer may
require to take the goods;
- Copies of the packing list identifying contents of each package
- Insurance certificate
- Manufacturer’s or Supplier’s warranty certificate
- Inspection certificate, issued by the nominated inspection agency and the Supplier’s
Factory inspection report; and (vii) Certificate of origin.
 Applicable Delivery Mode: Delivered Duty Paid (DDP) of Inco terms2011

8. Insurance (GCC Clause 13)


 The Goods supplied under the Contract shall be Delivered Duty Paid (DDP)
Under which all the risk is transferred to the buyer / concerned Health Institution only after the
intended goods have been delivered to their desired destination. Hence insurance coverage is
seller’s responsibility for arranging appropriate coverage.

9. Spare Parts (GCC Clause 16)


After sale service with spare parts shall be 10 years after the installation of the medical equipment.

10. Warranty (GCC Clause 17)


• Warranty is 3 years both with services and parts & next 2 years warranty without spare parts
from manufacturer/supplier (Total 5 Years) for Lot no: 1 Medical Equipment & 3 Skill Lab.
• Warranty period should be from manufacturer/supplier for two years both with spare parts
and services for Lot No. 2, 4, 5, 6, 7, 8. Respectively.

The Supplier shall, in addition, comply with the guarantees associated with the performance and/or
conformance specifications specified under the Contract. If, for reasons attributable to the Supplier,
these guarantees are not attained in whole or in part, the Supplier shall, at its discretion, either:

a).Make such changes, modifications, and/or additions to the Goods or any part thereof as may be
necessary in order to attain the contractual guarantees specified in the Contract at its own cost and
expense and to carry out further performance / Conformance tests in accordance with GCC Clause 10,
Or
b).Pay liquidated damages to the Purchaser with respect to the failure to meet the Contractual
guarantees. The rate of these liquidated damages shall be 0.05% per day Or 0.5% per week up to a
maximum of 10% of the total Contract price.

35
11. Payment (GCC Clause 18)
 The method and conditions of payment to be made to the Supplier under this contract shall be as
follows:

Payment for Goods supplied:

Payment for equipment supplied under C&F:


100% payment will be released to the principal after submission of the following Documents.
i. Bill of lading
ii. Commercial Invoice
iii. Packing List.
iv. Insurance Cover Note
v. Manufacturer inspection report
etc.
20% payment of the supply order must be submitted to the procuring entity in the shape of
security defined in these standard bidding documents which will be released to the bidder after
successful installation of three months.
Payment for equipment, Instrument & other hospital supplies supplied under FOR:
100% payment will be released to the manufacturers/importer after submission of the following
Documents subject to the inspection report submitted by Inspection Committee to the purchaser.
i. Delivery Challan.
ii. Invoice and copies.
iii. Income Tax Exemption Certificate, Sales Tax Invoice.
iv. 1% Stamp Duty Deduction Certificate.

Liquidated Damages & Penalties (GCC Clause 25)


In case the firm failed to complete the supply till due date a penalty as per detail below will be
charged from the firm.

1. Penalty @ 1% for late supply up to 15 days.


2. Penalty @ 3% for late supply from 15 to 30 days.
3. Penalty @ 7% for late supply from 30 to 60 days.
Once the maximum is reached i.e. 60 days, the second party may consider termination of the
contract and forfeiting of security, any other legal action may be taken accordingly.

12. Termination of Contract (GCC Clause):


After exhausting all the delivery period as provided in the Supply Schedule in Part-II: Section-III
of the Standard Bidding Documents and still failing to supply the intended Goods, the Purchaser
may terminate the Contract for default of the supplier, and procure the Non-supplied goods at
supplier’s risk and cost from the open market, and shall forfeit Supplier’s Performance security.

13. Disputes Resolution (GCC Clause 30).


 The dispute resolution mechanism to be applied pursuant Shall be as follows:
36
 In the case of a dispute between the Purchaser and the Supplier, the dispute shall be referred to
adjudication or arbitration in accordance with The Arbitration Act 1940.The Jurisdiction of
Court shall be of Saidu Sharif Swat, Khyber Pakhtunkhwa.

14. Governing Language (GCC Clause 31).


 The Governing Language shall be: English. In case of any document in another
language, accurate translation is mandatory (especially in case of MHLW /JIS).

15. Applicable Law (GCC Clause 32).


 The Contract shall be interpreted in accordance with the laws of Islamic Republic of
Pakistan which includes the following legislation:
o KPK Procurement of Goods, Works & Services Rules 2014
o The Drug Act 1976
o The Arbitration Act 1940
o The Contract Act 1876
o The Employment of Children (ECA) Act 1991
o The Bonded Labor System (Abolition) Act of 1992
o The Factories Act 1934

16. Notices (GCC Clause 33)


 Purchaser’s address for notice purposes:
 Principal/Chief Executive Saidu Medical
College, Swat.
 With his office at Saidu Medical College, Saidu Sharif Swat. Telephone 0946-9240134.

17. Duties & Taxes (GCC clause 34) The Unit price quoted by the bidder shall be: inclusive of all
duties and taxes.

37
Section-IV
Schedule of Requirements
Instructions Related To Lot: 01 To Lot 08:

• As detailed in this document, 02% bid security for the above mentioned lots shall be submitted by
each bidder on the total quantity of items in a lot for which bid is being submitted.

• Any one of the following three product/item specific valid international certificates (FDA/
MHLW/CE, MDD) shall be mandatory for the items included in lot 01 & 03.

• It is further clarified that the bid not possessing any one of the above mentioned certificates for lot
01 & 03 shall be disqualified for this bidding competition.

• The mode of provision of bid security shall be in accordance with the modalities as laid down in the
relevant KPPRA rules and this SBD.

• In case of imported items, the importers should provide valid Manufacturer Authorization certificate
for their quoted products. Non provision of Manufacturer Authorization certificate would lead to
disqualification of firm for the quoted item sub authorization will only be accepted for IT &
Electronics.

• All certificates (i.e. manufacturer authorization, ISOs, CE MDD, US FDA, and JIS/MHLW) and
data/documents shall be valid. T&E committee will carry out the verifications before award of
contract and in case of any fraudulent practice; legal action will be taken against the bidder
concerned.

• The procuring agency ,at any stage of the procurement proceedings, having credible
reasons/evidence of any defect in supplier’s capacities may require the supplier to provide
information concerning their professional, technical, financial, legal of managerial competence.
The schedule for the supply of goods shall be as under:
Within 90 days of the supply order for imported items. Within 30 days of the supply order for local
items.

• The bidder must quote the prices in PKR (DDP/FOR) or in foreign currency in C&F (US
dollar/Euro/STG/YEN) as the case may be.

• As the procurement is LOT wise therefore in case of joint venture, joint venture agreement (JVA) on
Judicial Stamp Paper will be mandatory.

• Proper submission of bids with compliance comparison sheet according to technical evaluation
criteria is essential.

• All mandatory and required certificates should be submitted in proper sequence as per the evaluation
criteria of SBD. No irrelevant documents should be given in the submitted bid as this makes the
evaluation process difficult. No changes / documents will be accepted after the bid has been
submitted.

38
Evaluation Criteria for Procurement of
Medical Equipment & Instruments:
Lot No: 1 & 2.
Merit Point Evaluation Method will be applicable.
Attention: The bidders must carefully read the instructions in the Bid Data Sheet &
Special Conditions of Contract in Section-I and in the Evaluation Criteria in Section-
II of the SBDs to submit the requisite documents in the sequence indicated in the List of
Documents to be attached along with the Technical Bids. Non-compliance to the stated
instructions may lead to their technical disqualification. Bidders shall also submit the
soft copies of the Bid Evaluation Performa relating to their category on CD in
MSWord/Excel format.

Note: Evaluation criteria are lot-wise. The bidders shall have to quote for the
complete lot. The bidders can’t quote for selective items of a lot, bidders doing so
will be considered non-responsive.
S No Description of Variables Total points

A. Product Evaluation Parameters

1 Conformance to Specification 38

1.1 Full compliance with the required specifications as per statement of 34


Requirement

1.2 Compliance with Minor Deviation up to 4 minor deviations subject 30


to main function is not affected. (One Mark will be deducted for
each minor deviation)

1.3 Additional features of the product (Two marks for each additional 04
feature)

2 Product International Certification 06

2.1 Certificate of US Food and Drug Administration(USFDA) One certificate


(FDA or
2.2 Certificate of European Community CE (MDD) MHLW/JIS &
CE MDD ) is
2.3 Certificate of Japan Industrial Standard(JIS/MHLW) mandatory
and 3 points for
each additional
certificate

39
3 Manufacturer Performance 04

3.1 ISO 9001 Quality Management Certificate 02

3.2 ISO 13485 Medical Devices Quality Management System 02


Certificate

4 Product Local Performance 06

4.1 One mark for each satisfactory performance certificate on letter 03


head of teaching level public Hospital being recognized by PMC,
signed and stamped from Hospital for quoted model or previous
model of equipment (not more than three years old)

4.2 One mark for each satisfactory performance certificate on letter 03


head of teaching level private sector Hospital being recognized by
PMC for quoted model or previous of the newly launch latest
model of equipment (not more than three years old)

6 Warranty Certificate Mandatory


3 years warranty for services and parts and two years with services
only From Manufacturer/supplier

7 Post warranty maintenance contract for another five years after 3


the mandatory comprehensive warranty of services .bidders
which offer low percentage (%) will get full marks.

Total score of the Product Evaluation 57

B Firm Evaluation Parameters

1 Manufacturer Authorization Certificate, or Partnership Deed with Mandatory


manufacturer

2 NTN, and GST Registration Certificates Mandatory

3 Last two-year documents out of three years of I/Tax return, Sales Mandatory
Tax
Return, Audit Reports, Bank Statement must be submitted with the
bid

4 Compliance comparison sheet 02

40
4 Personnel/Human Resource

4.1 Associate Engineer with Diploma of Associate Engineering in 02


Electrical / Electronics / Bio Medical or equivalent field. (1
mark / associate engineer)

4.2 Graduate Engineer duly registered with PEC in Electrical / 04


Electronics / Bio Medical or equivalent field. (2 marks / Graduate
Engineer)

4.3 Workshop facility at Khyber Pakhtunkhwa Level having list of 03


related testing tools and spares for the quoted items

4.4 Workshop facility at National Level having list of related testing 02


tools and spares for the quoted items

Total Score of the Firm 13

A+B Total Technical Score 70

41
Explanation of Points

Product Evaluation Parameters


1. Conformance to Specification
The performance and productivity of the products offered in the bid should be according to the
technical data and specification of the tender. Up to a maximum of four Minor deviations may
be accommodated subject to the condition that main function and performance in any aspect
would not affect. However, up to four marks will be deducted. More than four minor, or one
major deviation in the specification, the bidder will be non-responsive for the quoted items.

No. Description of Technical Compliance Max 38


Points

I. Full compliance with the required specifications as per statement of 34


Requirement

II. Compliance with Minor Deviation (up to 4 minor deviation subjects to 30


main function is not affected)

III. Additional features of the product (One mark for each additional 04
feature if it enhances the Performance of equipment in required Field
or Additional Software Provided Free of cost).

IV. More than four minor or one major deviation in the specifications Non-
Responsive

Bidders are advised to prepare a product compliance sheet with the procuring entity
technical specifications so that technical evaluation can be executed at earliest.

2. Product International Certification: The certification of equipment must be attached


with technical proposal. One certificate (FDA/CEMDD/MHLW/JIS) is mandatory and
will carry no marks. If the bidder fails to provide certificate for the quoted items will be
non-responsive.

No. Certifications Max 6 Points

I. US FDA, CE MDD, JIS / MHLW (All three certification) 6

II. US FDA, CE MDD, JIS / MHLW (Any two certification) 3

III. US FDA, JIS / MHLW, CE MDD(Any one certification) 0

IV. No certificate Non-


Responsive

42
3. Manufacturer Performance
The certification of equipment must be attached with technical proposal. Two marks will be
awarded to the bidder for providing these certificates for the quoted item.

No. Certifications Max 4 Points

I. ISO 9001 2

II. ISO 13485 2

III. No Certificate 0

4. Product Local Performance


Equipment satisfactory performance certificate on the letter head / sign stamped from any
public institutes throughout Pakistan.
Equipment, satisfactory performance certificate on the letter head with complete address and
phone numbers from any private teaching hospitals. The hospital must be recognized from
Pakistan Medical Commission (PMC). The satisfactory performance certificate of non-
recognized institution from Pakistan Medical Commission (PMC). will not be considered.
(Purchase order/supply order/ delivery challans and installation report will not be considered
as satisfactory performance certificate).

No. Product Local Performance Max 6 Points

I. Certificate from any government institute. 1 mark for each certificate 3

II. Certificate from any private teaching institute. 1 mark for each certificate 3

III. No Certificate 0

No. Country of Origin, Manufacturer Remarks

I. The country of Origin and Manufacturer As given in part two


section VIII

5. Warranty Certificate
 Warranty is 3 years both with services and parts & next 2 years warranty without
spare parts from manufacturer/supplier (Total 5 Years) for Lot no: 1 Medical
Equipment & 3 Skill Lab.
 Warranty period should be from manufacturer/supplier from the date of installation,
testing & commissioning.

43
No. Warranty Certificate Remarks

I. Warranty Period should be from manufacturer / Bidder for five years 3 Mandatory
years with services and parts and two years only services.

No tender warranty quoted by the bidder, bid will be considered as non-responsive.

6. Post Warranty
After the completion of initial Two (03) years comprehensive warranty,
Bidder shall have to quote for further five (02) years Post warranty (maintenance services) in
percentage %.

No. Post warranty maintenance contract Max 3 Points

I. Post warranty maintenance contract for another five years of services. 03


Bidder which offers low percentage (%) will get full marks.

B. Firm Evaluation Parameters

Manufacturer Authorization Certificate


A certificate clarifying that the bidder is authorized by the manufacturer for the quoted items.
No. Manufacturer Authorization Certificate Remarks

I. Manufacturer Authorization Certificate, or Partnership Deed with manufacturer Mandatory

II. Non-Provision of the manufacturer authorization for the quoted item, the bidder Non- responsive
will be rejected

NTN, and GST Registration Certificates


No. Registration Certificates Remarks

I. NTN, and GST Registration Mandatory

1. Last two-year documents of


i. I/Tax return
ii. Sales Tax Return
iii. Audit Reports
iv. Bank Statement Must be submitted with the bid. Any of last two years documents can be
provided from last three years.

No. Financial Soundness Remarks

I. Last two years I/Tax return, Sales Tax Return, Audit reports and bank Mandatory
44
statement must be submitted.

Compliance comparison sheet


1 Points
Compliance comparison sheet
02 Marks

2. Personnel/Human Resource
Documents of the human resource must be attached. For DAE the certificate and for graduate
engineer valid PEC registration must be provided. By non-provision of these documents the
marks will not be awarded. Expired PEC registration will not be accepted.
Workshop facility at Khyber Pakhtunkhwa. (Complete address with contact must be attached in
the bid).
Workshop facility at National Level (Complete address with contact must be attached in the bid)
the procuring agency may verify the workshops if required.

No. Certifications Max 11 Points

I. Associate Engineer with Diploma of Associate Engineering in Electrical / 2


Electronics / Bio Medical or equivalent field. (1 mark / associate engineer)

II. Graduate Engineer duly registered with PEC (Pakistan Engineering council) 4
in Electrical / Electronics / Bio Medical or equivalent field. (2 marks /
Graduate engineer)

III. Workshop facility at Khyber Pakhtunkhwa Level having list of related 3


testing tools and spares for the quoted items

IV. Workshop facility at National Level having list of related testing tools and 2
spares for the quoted items

Technical Weightage: 70%


Financial Weightage: 30%.

45
Evaluation Criteria for Procurement of Skill Lab, Anatomy Models.
Lot No: 3, 6.
Attention: The bidders must carefully read the instructions in the Bid Data Sheet &Special
Conditions of Contract and in the Evaluation Criteria of the SBDs to submit the requisite
documents in the sequence indicated in the Evaluation Criteria as per their Serial Number below and
must place the said documents by creating nine sections in their Technical Bids for evaluation purpose.
On-compliance to the stated instruction may lead to their technical disqualification.

Bidders shall submit the soft copies of the Technical Bid Proforma relating to their category on CD.
Non-compliance to this requirement shall lead to technical disqualification of the bidders.

(Technical Evaluation Marks: 80)

Parameters Sub-parameters Total


S# Product Evaluation Marks: 66
Conformance Specifications
1 Compliance to Purchasers Specifications
Fully compliance with the required specifications as
per statement of Requirement (Up to a maximum of
four Minor deviations may be accommodated subject
to the condition that main function and performance in 34(34)
any aspect would not affected. However, up to four
Marks will be deducted, one mark for every minor
deviation).
2 Special Features
Any special features which may enhance the intended
performance of the equipment including the value
Two Marks Each (Max added item provided as Free of Cost will be given
04(38)
04 Marks) additional Marks. This decision will be taken by the
Technical Advisory & Evaluation Committee.
(TAEC).
3 Product Certifications
(CE, ISO, or any relevant certificate for manikins, one
of the certificates is mandatory)
3.1 06 (44)

46
Demonstration on actual model and physical
inspection of the model. If demo is organized outside
Peshawar, all the expenses incurred on the visit of the
committee for demo will be borne by the bidder/firm,
3.2 Demonstration 10(54)
(the committee members nominated for inspection of
workshop will make video recording i.e. expert in
Surgery, Medicine and a Bio-Medical/Electro
Mechanical Engineer).

4 Product’s Local Performance


Three marks for each satisfactory performance
certificate for Manikins / Simulators from any
Three Marks Each recognized Public / and reputed Private Institute of
06(60)
(Max 06 Marks) Pakistan (Having Similar project previously done)

Warranty Period
5

03 Years with Parts & Services and 02 Years Without


Mandatory
Parts, a total of 05 years.
The firm must quote post warranty in percentage. The
6 Post warranty Lowest one will get full marks.. 06 (66)

Total Score of the Product Evaluation 66(66)


Firm Evaluation Total
Marks: 34
1 Personnel/Human Resource

1.1 02 Marks for Each Associate Engineer with Diploma of Associate 04(4)
Max 04 Marks Engineer.

04 Marks for Each Graduate Engineer duly registered with PEC with
1.2 12 (16)
Max 12 Marks
04 Marks for Each MBBS Doctor/Professionally trained personal having
1.3 08 (24)
Max 08 Marks Minimum 2 years relevant experience.
Workshop/office Facility for Testing/Calibration of Equipment.
2

10 (34)
For KPK workshop 05 Marks.
Workshops/Office
At National Level. 05 Marks.

47
3 Mandatory Clauses for Firms Qualifications
Willingness to permanently deploy Qualified Engineer
Preferences
having experience to handle the similar products on -
3.1 will be
site at SMC for Two Years after award of Contract.
given.

3D Layouts should be provided by the quoting firm


that shows the complete design of Simulation Lab
mentioning the Simulator placements (Architectural
No Marks
Drawings & Visit of the actual Lab can be provided on
3.2 as Being
request from technical staff). All the relevant tools /
Mandatory
items / accessories or any other essentials required
for the persistent care of the simulators and manikins
will be the responsibility of the bidder.
Total Score of the firm 34(34)
A+B Total Technical Score 66+34=100

Total Marks in Technical Criteria: 100 Qualifying


Percentage in Technical Criteria: 70% Qualifying
Marks: 70
This scoring criteria will be 80 % for technical and 20 % for financial (weightage).

Financial Criteria (20 Marks):


S No. Total
Parameters Sub-Parameters
Marks: 20
Price 20
Lowest Price will get full marks.

The formula to calculate the marks for the price


submitted is:
20
[Lowest Price (Fm)/Price of Bid under consideration
(F)] x100 x 0.20

Total Marks (Technical Criteria + Financial Criteria): 100

The bidders achieving a minimum of 70 marks (i.e., 70%) out of 100 marks in the Technical
Evaluation will be declared technically qualified. Financial bids of only technically qualified bidders
will be opened publicly at the time to be announced by the Procuring Agency. The Financial Bids of
technically disqualified bidders will be returned un-opened to them.

Evaluation Criteria for Procurement of IT & Electronics


48
Lot No: 4 & 5.
S.No Description of Variables Total points Remarks

A. Product evaluation Parameters

1 Conformance To Specifications 40

1.1 Full Compliance with the required specification as per statement 40


of requirement.

1.2 Compliance with minor Deviation (up to 5 marks subject to main 35


function is not affected)

1.3 Compliance with Minor Deviation (up to 10 Marks subject to 30


main Function is not affected)

1.4 Compliance with Major Deviation (more than 10 marks when <30
main function is affected) the bid will be rendered nonresponsive

Despite the above scoring principles, the committee would assess


any item based on additional practical application experiences of
such items. should an items offered in the bid having a poor track
record, either in terms of the quality of the product or
maintenance services support, such items may be scored as
having a major deviation or being noncompliant in spite of having
it demonstrated full compliance to the TSD. However, such
scoring MUST be supported with Facts and reasons and
justification for such scoring Must be recorded in the technical
scoring form.

2.1 ISO 9001:2015 3

3 Product Local Performance 6

3.1 One mark for each satisfactory certificate on letter head of 3


hospital, for quoted model or at least the previous provided model
of equipment from the public sector medical institution of
Pakistan.

3.2 One mark for each satisfactory certificate on letter head of 3


hospital, for quoted model or at least the previous provided model
of equipment from the teaching level private sector medical
institution of Pakistan.

49
3.3 Warranty Period should be from manufacturer two years both Mandatory
with spare parts and services.

3.4 Post warranty maintenance contract for another four years, 4


including after sales services with parts, rates (companies who
offer low percentage (%) will get full marks.

Total score of the Product Evaluation 53

B Firm Evaluation Parameters

1 Manufacturer Authorization Certificate or Partnership Deed with Mandatory


manufacturer

1.1 NTN & GST Registration Certificates Mandatory

1.2 I/Tax return Last Two Years / Sales Tax Return Current 02
submitted

1.3 Financial Soundness (bank statement, Audit Report, balance sheet 02


of two years out of the last three Years)

Personal Human Resources

1.1 Simple technician IT/Electronics (6 Months/12 months certificate 1

1.2 Associate Engineer IT/Electronics with diploma of associate 2


Engineer

1.3 Graduate Engineer duly registered with PEC (IT/Electronics) 4

1.4 Workshop facility at Khyber Pakhtunkhwa level having list of 3


related testing tools spares for the quoted items

2.3 Workshop facility at National level having list of related testing 3


tools spares for the quoted items

Total score of the Firm 17

A+B Total Technical Score 70

EVALUATION CRITERIA FOR PROCUREMENT OF LOT NO 7& 8

50
SAMPLE BASE.
S.No Parameters Detail Total Remarks
1 Specifications Full compliance 15
2 Past Major Institutions served 10 Institution includes public
Performance sector as well as private
I No Institution served 0
(last 01 year medical institution with in
as per signed II 1 4 Pakistan or abroad.
Bid form 04). III 2 to 3 7
I 4 to 5 10
V
3 Market I 1-3 Years 3 5 As a minimum requirement
experience in II 4-5 Years 4 during any of the last three
quoted items II Above 5 years 5 years he must have
I completed at least one
contract involving the supply
of similar goods and each at
least 50% of comparable
scale.
4 Financial I Income tax return 5 10 The bidder must have
status II Sales tax return 5 submitted income tax and
sales tax for the last year.
5 Product Good Sample will be examined 30 Product that comply 100%
Sample and accepted by the technical and with the advertised
evaluation committee as per the specifications will be
following parameters. considered for evaluation.
 Consistency and quality
 Durability.
I Excellent 30
II Good 20
III Satisfactory 10
I Unsatisfactory 0
V

Samples Submission:
The Technical Evaluation Committee and relevant end-users will ask the qualified bidders during
technical evaluation to submit samples to the committee (on their own charges) which will be evaluated
and marks will be awarded accordingly.
Total Marks = 70
51
Qualifying marks: 70% (49). The financial bids of technical accepted bidders will be open publically at a
time to be announced by the procuring agency and the financial bids found technically non responsive
shall be returned up opened to the bidders. Lowest priced bid from technically qualified bidders will be
accepted.
Financial Criteria: (30 Marks):
S.No Parameters Sub Parameters Total Marks
(30)
1 Price 30
2 Lowest price will get full marks: 30
The formula to calculate marks for the prices submitted is:
[Lowest Price (FM)/Price of Bid under consideration
(F)]x100x0.30

Total Marks (Technical Criteria + Financial Criteria): 100


The bidders achieving a minimum of 49 marks (that is 70%) out of 70 marks in the technical evaluation
will be declared technically qualified. Financial bids of only technically qualified bidders will be open
publically at the time to be announced by the procuring agency. The financial bids of technically
disqualified bidders will be returned un opened to the respective bidders. After getting the financial score
from the remaining 30 marks, the two scores will be combined to identify the highest ranking firm.

Merit Point Evaluation methodology:


Contract will be awarded to the lowest evaluated responsive firm which gets the maximum marks
and becomes the highest ranking in the combined evaluation calculated through the merit point. Average
methodology which puts greater emphasis on non-price factors conformance specifications (i-e meeting
the required technical specification), performance specification (i-e meeting the requirements the product
is designed for), leading to customer satisfaction verification, certification of the technical staff, provision
of maintenance and services, provision of training on equipment and post warranty services etc. The
following weightages will be given to technical and financial scores.

Technical scores: 70

Financial scores: 30

52
Index Lots

S.No Description

01 LOT- NO.1 (Medical Equipment)

02 LOT NO. 2 (Medical Instruments)

03 LOT NO. 3 (Skill Lab)

04 LOT NO. 4 (Electronics)

05 LOT NO. 5 (IT Equipment)

06 LOT NO. 6 ( Anatomy Models)

07 LOT NO. 7 (Miscellaneous Items)

08 LOT NO. 8 (Forensic Models)

53
LOT NO: 01
MEDICAL EQUIPMENT.

54
S.No Name of Item Specification Quantity
 Students Tissue Organ Bath.
 Double Channel.
 Model VJDTB-01.
 Size mm 310(w) x 370(D) x (H).
 Coil .25kw.
01 Students Tissue Baths 10
 Power required 230 VAC/50Hz.
 Temp. Controller sensor j- type.
 Lever holding Assembly 2.
 Organ tubes 2.
 Metallic Aerator tubes 2.
 Trinocular microscope + Camera, Projection
system Brightness: 5000 Lumens
 Resolution: 1920 x 1200 (WUXGA)
 Aspect Ratio: 16:10
 Contrast Ratio: 16,000:1
 Zoom: 1.6x
 Ceiling Mountable: Yes
 Rear Screen Projection: Yes
 Inputs/Output:
2 x HDMI (HDMI Type-A) Audio.
 Video Input:
1 x VGA (DE-15/DB-15) Video Input
1 x VGA (DE-15/DB-15) Video
 Input/output
1 x Composite (RCA) Video Input
1 x 2RCA Audio Input
Microscope slide projector system & 2 x 1/8" / 3.5 mm Mini Audio Input
02 Multimedia Projector with Motorized 1 x 1/8" / 3.5 mm Mini Audio Output 1
Screen 1 x USB 2.0 (USB Type-B) Power
 Output
1 x Ethernet (RJ45) LAN Input
1 x RS-232 (DE-9/DB-9) Control
Input/output
 Lamp Life Medium Brightness: 5000 Hours
 Low Brightness: 7000 Hours.
 Multimedia Projection Screen following key
features:
 Electric Motorized Screen as per room
requirements: 6’x8′ & 8’x10′
 Aspect Ratios: 16:9
Screen Surface Glass Beaded, and Matt
White Professional Design and Durable
Finish
Combines Simplicity of Design
Easily Installable, Plug & Play Design

55
S.No Name of Item Specification Quantity

 Dimension: Embedding module (W.D.H)


650*600*410 mm
03 Embedding Station 1
 Weight: Embedding module 25 kg Cold
module 20kgCapacity.
 Wax reservoir 5 liters
 3 Part Differentials.
 22 parameter.
 Sample volume 25 Micro Liter.
 2 Measuring Chamber.
1
04 Hematology Analyzer  Test Time 60 Seconds
 Anti-Clogging 10000 Result with Histogram.
 Automatic Clean Cycle
 Screen Color Touch Screen.
 Built In Printer.
 Maintenance free: Microprocessor controlled
unit.
 16×2 LCD Display.
 Digital speed selection. Highly accurate
05 Kymograph speeds-0.12, 0.25, 0.50, 0.75, 1.00, 1.25, 2.50 4
mm/sec.
 Digital Timer & Time multiplier with Audio
& Visual Alarm.
 Very low power consumption.
 Prove 100. Prove 300. Prove 600.
 Wavelength range Vis UV/Vis UV/Vis.
 Lamp type Tungsten halogen Xenon flash
Xenon flash Spectral bandwidth 4nm 1.8nm
 Smart screen display Resistive touch screen
Resistive touch screen P-cap glass touch
screen.
 Live ID system 2-D barcode recognition for
06 Spectrophotometer cell and reagent tests. Barcode contains lot, 01
expiry, and calibration data; data stored with
each measurement.
 Cell size 16mm round and 10, 20, 50mm
rectangular cells with auto recognition 16mm
round and 10, 20, 50mm rectangular cells
with auto recognition 16mm round and 10,
20, 50, 100mm rectangular cells with auto
recognition
 This is a student model Eye Perimeter,
supplied with the charts for left and right eye.
07 Perimeter Complete 10
Suitable for use in Psychology and
Physiology Laboratory.
08 Microhaematocrit Reader  A Pocket size universal tube reader with two 5
ruled charts for precise determination of
micro-hematocrit values. Measures red cell
56
layer in terms of packed cell volume.
 Designed for use with capped or sealed
75mm micro hematocrit capillary tubes.
 Made of durable vinyl-laminated plastic for
easy cleaning. 7 1/2”L x 4 1/2”W
 Schiller CARDIOVIT AT-102 G2 ECG
Machine.
 The CARDIOVIT AT-102 G2 features an 8”
color display with touch function keys.
09 ECG Machine Moreover, its sealed alphanumeric keyboard 2
ensures easy cleaning, making it highly
suitable for the daily clinical routine.
 Smart Battery technology guarantees more
than 8 hours of ECG recording.
 Capacity: 24 Microhaematocrit capillary
tubes
 Max speed 12000 RPM.
10 Microhaematocrit regular 01
 Max RCF: 15300 g.
 Electrical power: 110 W.
 Time Range: 0-10 mins.
 Tests Performed
 Operation Mode
 Accuracy %(+/-)
11 Vital graph compact 01
 Is It Reusable
 Screen
 Instrument. Fleischer pneumotachograph.
 Product Type Student Spirometer
 Quantity 1/Ea.
 Subject Biology
12 Student Spirometer 01
 Includes Included a nose clip and pen arm for
fitting data logger sensors.
 Material Stainless Steel, Plastic
 Four analog input channels and has a
maximum sampling rate of 100 kHz per
13 Power Lab.4/30 Research channel. 01
 Independent ADCs for each channel to keep
data perfectly in sync.
 Maximum sampling rate of 100k Hz per
channel.
14 Power Lab.(teaching) 2/26 01
 Independent ADCs for each channel to keep
data perfectly in sync.
15 Binocular microscope. The item should present 30
 Observation tube
 Field number 20(standard)
 Tube tilting angle inclined and rotatable 360.
 Inter pupillary distance adjustment range 48-
75⁰
 Eyepieces: 10x 20mm FOV
 Nosepiece: Reversed angle, quadruple

57
 Objectives: Plain Achromatic 4x, 10x, 40x,
100x Oil
 Condenser: 1.25 N.A.(type-ABBE
condenser, day light filter detachable,
aperture iris diaphragm built in.
 Dimension & weight: 284mm(L), 227mm
(W), 360.6(H), 6-7 kg
 Stage:
 Size: 200x160mm with reckless mechanical
stage.
 Movement range: 78x54mm.
 Specimen holder : Double specimen
 Focusing mechanism:
 Stage height adjustment mechanism.
 Fine adjustment scale (3.0µmm/graduation)
 Fine adjustment stroke (0.3mm/turn).
 Total stroke (12.7mm).
 Coaxial focusing system with an adjustable
tension control and upper limit stop to
prevent accidental damage to slides; all metal
gears, brass fine focus gear
 Coaxial coarse/fine focus system with limit
stopper and torque adjustment
 Illumination: LED Illumination variable with
cord holder.
 Operating environment:
 Indoor use.
 Ambient temperature (5-40 degree
centigrade).
 Maximum relative humidity (80% for
temperature up to 31 degree centigrade).
 Supply voltage fluctuations (not to exceed +
10% of the normal voltage.
 Electrical:
 LED battery 7.4 V,1000Ma/halogen 6v20w
 Charging time up to 5 hours (with totally
consume battery)
 Total battery time 4-6hours.
 Charging time up to 2000 hours

 Accessories: Dust cover, immersion oil &


instruction manual included.
 14. Warranty: 5 Year Mechanical & 1 Year
Electrical

58
16 Trinocular Microscope The item should present 01
 Observation tube:
o Field number 20(standard)
o Tube tilting angle inclined and
rotatable 360.
o Interpupillary distance adjustment
range 48-75⁰
 Eyepieces: 10x 20mm FOV
 Nosepiece: Reversed angle, quadruple
 Objectives: Plain Achromatic 4x, 10x, 40x,
100x Oil
 Condenser: 1.25 N.A.(type-ABBE
condenser, day light filter detachable,
aperture iris diaphragm built in.
 Dimension & weight: 284mm(L), 227mm
(W), 360.6(H), 6-7 kg
 Stage:
o Size: 200x160mm with Reckless
mechanical stage.
o Movement range: 78x54mm.
o Specimen holder : Double specimen
 Focusing mechanism:
o Stage height adjustment mechanism.
o Fine adjustment scale
(3.0µmm/graduation)
o Fine adjustment stroke (0.3mm/turn).
o Total stroke (12.7mm).
o Coaxial focusing system with an
adjustable tension control and upper
limit stop to prevent accidental
damage to slides; all metal gears,
brass fine focus gear
 Coaxial coarse/fine focus system with limit
stopper and torque adjustment
 Illumination: LED Illumination variable with
cord holder.
 Operating environment:
o Indoor use.
o Ambient temperature (5-40 degree
centigrade).
o Maximum relative humidity (80%
for temperature upto 31 degree
centigrade).
o Supply voltage fluctuations (not to
exceed + 10% of the normal voltage.
 Electrical:
o LED battery 7.4 V,1000Ma/6v-30w)
o Charging time upto 5 hours (with
totally consume battery)

59
o Total battery time 4-6hours.
o Charging time up to 500 hours

 Accessories: Dust cover, immersion oil &


instruction manual included.
 14. Warranty: 5 Year Mechanical & 1 Year
Electrical.
17 Microscope multi head (5 headed) with  Universal Infinity tv Corrected (UIS2) 01
all accessories including Multimedia Optical System
Projector & Motorized Screen  Built-in Koehler illumination (Fixed Field
Diaphragm)
 LED Light Source, with lamp adapter.
 Five
 Face to face and side by side
 configuration
 System type: Brightfield
 Quintuple nosepiece with inward tilt
 Trinocular/ tube wide field, Tube Inclination
30 Degree,
 Interpupillary Distance Adjusting Range 48-
75m
 Wide field eyepiece 10X focusable
 Right-hand low drive mechanical stage with
slide holder.
 Coarse and fine adjustment knobs.
 Universal Condenser with 7 turret positions:
BF, 2X, DF, PH1, PH2, PH3, FL
 Condenser Turret Lock-pin, Built-in
Aperture iris diaphragm
 Plan achromatic objective 4X/
 Plan achromatic objective 10X
 Plan achromatic objective 20X
 Plan achromatic objective 40X (spring)
 Plan achromatic objective 100x Spring
 Multi observation attachment for 5 persons
with built-in LED Arrow Pointer 2 colors
(R/G)
 Microscope C mount Digital Camera
 12 Mega pixels +color camera
 Image Sensor: Color CMOS
 Sensor
 2592 × 1944 pixels
 1920 × 1080 pixels
 Operating System: Microsoft Windows 10
(32 bit/64 bit)
 Mount: C-mount
 "Compatible Computer with 32” LED Screen
(To be supplied locally) Brightness: 5000
Lumens

60
 Resolution: 1920 x 1200 (WUXGA)
 Aspect Ratio: 16:10
 Contrast Ratio: 16,000:1
 Zoom: 1.6x
 Ceiling Mountable: Yes
 Rear Screen Projection: Yes
 Inputs/Outputs:
 2 x HDMI (HDMI Type-A) Audio, Video
Input
 1 x VGA (DE-15/DB-15) Video Input
 1 x VGA (DE-15/DB-15) Video Input/output
 1 x Composite (RCA) Video Input
 1 x 2RCA Audio Input
 2 x 1/8"" / 3.5 mm Mini Audio Input
 1 x 1/8"" / 3.5 mm Mini Audio Output
 1 x USB 2.0 (USB Type-B) Power Output
 1 x Ethernet (RJ45) LAN Input
 1 x RS-232 (DE-9/DB-9) Control
Input/output
 Lamp Life Medium Brightness: 5000 Hours
 Low Brightness: 7000 Hours
 Multimedia Projection Screen following key
features:
 Electric Motorized Screen as per room
requirements:
 6’x8′ & 8’x10′
 Aspect Ratios: 16:9
 Screen Surface Glass Beaded, and Matt
White
 Professional Design and Durable Finish
 Combines Simplicity of Design
 Easily Installable on Wall or Ceiling
 Plug & Play Design.

61
18 Rostrum & microscope system  Observation tube: 04
(trinocular microscope with camera o Field number 20(standard)
and LED 55’’) 12 MP or More with o Tube tilting angle inclined and
Multimedia Projector with Motorized rotatable 360.
Screen o Interpupillary distance
adjustment range 48-75⁰
 Eyepieces: 10x 20mm FOV
 Nosepiece: Reversed angle, quadruple
 Objectives: Plain Achromatic 4x, 10x,
40x, 100x Oil
 Condenser: 1.25 N.A.(type-ABBE
condenser, day light filter detachable,
aperture iris diaphragm built in.
 Dimension & weight: 284mm(L),
227mm (W), 360.6(H), 6-7 kg
 Stage:
 Size: 200x160mm with Reckless
mechanical stage.
 Movement range: 78x54mm.
 Specimen holder : Double specimen
 8.    Focusing mechanism:
 Stage height adjustment mechanism.
 Fine adjustment scale
(3.0µmm/graduation)
 Fine adjustment stroke (0.3mm/turn).
 Total stroke (12.7mm).
 Coaxial focusing system with an
adjustable tension control and upper
limit stop to prevent accidental damage
to slides; all metal gears, brass fine
focus gear
 9.    Coaxial coarse/fine focus system
with limit stopper and torque
adjustment
 10. Illumination: LED Illumination
variable with cord holder.
 11. Operating environment:
 Indoor use.
 Ambient temperature (5-40 degree
centgrade).
 Maximum relative humidity (80% for
temperature upto 31 degree
centrigrade).
 Supply voltage fluctuations (not to
exceed + 10% of the normal voltage.
 12. Electrical:
 LED battery 7.4 V,1000Ma/6v-30w)
 Charging time upto 5 hours (with
totally consume battery)

62
 Total battery time 4-6hours.
 Charging time up to 500 hours

 13. Accessories: Dust cover,


immersion oil & instruction manual
included.
 "14. Warranty: 5 Year Mechanical & 1
Year Electrical.Brightness: 5000
Lumens
 Resolution: 1920 x 1200 (WUXGA)
 Aspect Ratio: 16:10
 Contrast Ratio: 16,000:1
 Zoom: 1.6x
 Ceiling Mountable: Yes
 Rear Screen Projection: Yes
 Inputs/Outputs:
 2 x HDMI (HDMI Type-A) Audio,
Video Input
 1 x VGA (DE-15/DB-15) Video Input
 1 x VGA (DE-15/DB-15) Video
Input/output
 1 x Composite (RCA) Video Input
 1 x 2RCA Audio Input
 2 x 1/8"" / 3.5 mm Mini Audio Input
 1 x 1/8"" / 3.5 mm Mini Audio Output
 1 x USB 2.0 (USB Type-B) Power
Output
 1 x Ethernet (RJ45) LAN Input
 1 x RS-232 (DE-9/DB-9) Control
Input/output
 Lamp Life Medium Brightness: 5000
Hours
 Low Brightness: 7000 Hours
 Multimedia Projection Screen
following key features:
 Electric Motorized Screen as per room
requirements:
 6’x8′ & 8’x10′
 Aspect Ratios: 16:9
 Screen Surface Glass Beaded, and
Matt White
 Professional Design and Durable
Finish
 Combines Simplicity of Design
 Easily Installable on Wall or Ceiling
 Plug & Play Design.

63
LOT NO: 02
MEDICAL INSTRUMENTS.

64
S.No Name of Item Specification Quantity
 Output. 2-20 liter/Hr. pH 5-6.5.
 Pyrogenic content pyrogenic free (output to be
checked before use).
 Conductivity us/cm 35 - 4.0.
01 Water Still  Resistivity mneg Ohm-cm .25- 3.0. 2
 Water supply 1 liter/min.
 Pressure 3 - 100 p.s.i (20 - 700Kpa).
 Heater 3KW chromium plated.
 Power supply 220/240 v.

02 Staining Jars  Plastic 100ml with Lid 4

03 Knife Sharpener  For microtome blades. 01

 Kit consists of Comparator Holder black. The


back of the holder is fitted with milky color
acrylic screen. In front of the holder there are
three windows. The two side windows are fitted
with color standard strips. The middle window
is meant for the square tube for color
comparison.
 The dimensions of the windows: height 3 cms.
04 Haemoglobin Meter Approx., width 0.5 cm approx. Square H.B. 15
Tubes : 2
 H.B. Pipettes : 1
 Amber color glass bottle : 1
 Glass Stirrer : 1
 Dropper with teat : 1
 Cleaning Brush : 1
 Spare latex tubing one meter :1
 Processed coated with the precision, the offered
Surgical Bone Hammer (T-Type Hammer)
05 Percussion Hammer 10
using quality assured material and modern
machines keeping in mind the market norms.
 Brand: United Scientific
 Product: Educational
06 Tuning forks 100 Hz 15
 Type: Tuning Forks
 Class: Waves
 Single-sided chest piece designed for easier grip
and maneuvering.
 Tunable diaphragm: Hear high or low frequency
sounds by slightly adjusting pressure on the
07 Stethoscope. chest piece. 02
 Soft-sealing ear tips provide an excellent
acoustic seal and comfortable fit.
 Headset is easily adjusted for individual fit and
comfort. Angled ear tubes align with ear canals.
08 Balance Analytical  Readability 1 mg 1
65
 Repeatability ± 2 mg
 Linearity ± 2 mg
 Pan Dimension Dia. 90mm Stabilization Time
3-5 sec
 Overall Dimensions (L×W×H) 340x215x350
mm.
 Power Supply AC 110-240V/ DC 9V
 Weight 7.5 kg
 SpO2 Measurement range: 35~100%
 Accuracy: ±2% (70~100%), 0~69% unspecified
Resolution: 1% Pulse Rate
 Measurement range: 30-250 bpm
 Performance Range: 0.2~20%
 Resolution: 0.1% Low Perfusion performance
Pi >= 0.4% Alarm Setting Spo2 alarm
threshold: 90% PR Temperature: 5℃~ +40℃
09 Finger pulse Oximeter 04
 Humidity: 15% ~ 95%
 Storage Environment: Temperature:-20℃~
+60℃ Humidity: 10% ~ 95%
 Power Requirements Work voltage: DC2.5V~
3V ( 2 AAA Battery)
 Work current: < 30mA Dimension Net Weight
62 (H) x 35 (W) x 31 (D) mm 60g(include
batteries)
 Height;5.1 cm, Width; 8.6cm, Depth;
10 Ophthalmoscope 03
4.5cm,Weight; 0.35 Kg

66
LOT NO: 03
SKILL LAB ITEMS

67
S.N Specification
Name of Item Quantity
o
Technical Features
Manikin should come with the following
features:
 Resuscitation
 Airway Features (Airway occlusion
(head tilt/chin lift, jaw thrust), Sellick
maneuver, Positive pressure ventilation
& Realistic chest rise and fall.
 Blood pressure / pulses (Manual carotid
pulses (pulse bulb).
 Debriefing (Debriefing through recorded
events (When used with Feedback
Device) & Quick Review of CPR
performance.
 CPR (Ventilation with bag-valve-mask).
 QCPR Feedback (The following features
are available when used with feedback
devices).
 Ventilation measurement and feedback
Adult CPR Manikin for  Chest compressions
01 01
BLS  Compression measurement and
feedback
 Detailed CPR evaluation
 Compression counter
 Complete release feedback.
 Wireless Simulation administration
Feedback TABLET
Feedback Tablet should be inclusive with software
provides comprehensive, easy-to- use feedback for
enhanced Quality CPR training. During training the
operator will be able to monitor the following metrics
for up to 6 manikins simultaneously:
 Compression rate and depth
 Correct release for each compression
 Correct hand position
 Frequency and length of interruptions
 Appropriate ventilation volume
 Automatic and manual annotation of
key events during CPR simulation

68
S.N Specification
Name of Item Quantity
o
Technical Features
 Manikin should have AHA recommended
QCPR feedback technology, to help instructors
improve CPR training quality, efficiency, and
learner engagement.
 Manikin should be able to connect with the
free software app Android / IOS Device via
Bluetooth connectivity.
Adult BLS Manikin with  Measure to improve, real-time and summary
02 01
Blue Tooth feedback of CPR performance with the IOS
app, the instructor must get a performance
overview of up to six manikins,
simultaneously.
 Using their own observations and the objective
feedback from the app, the instructor can
quickly and effectively coach the learners to
improve.
 Manikin should be up gradable.
03 Infant Advance CPR Technical Features 01
Manikin Manikin should come with the following features:
Airway features
 Airway occlusion (head tilt/chin lift, jaw
thrust)
 Realistic chest rise and fall
Debriefing
 Debriefing through recorded events
 Quick Review of CPR performance
 Blood pressure / pulses
 Brachial pulses (pulse bulb)
CPR
 Mouth-to-mouth ventilations
 Ventilations with face shield
 Ventilations with pocket mask
 Ventilation with bag-valve-mask
Quality CPR feedback
 Ventilation measurement and feedback
 Chest compressions
 Compression measurement and feedback
 Detailed CPR evaluation
 Compression counter
 Complete release feedback
Feedback TABLET
Feedback Tablet should be inclusive with software
provides, easy-to-use feedback for enhanced Quality
CPR training. During training the operator will be able to
monitor the following metrics
 Compression rate and depth
 Correct release for each compression
69
 Correct hand position
 Frequency and length of interruptions
 Appropriate ventilation volume
 Automatic and manual annotation of key
events during CPR simulation
Technical Features
 Manikin should have AHA recommended QCPR
feedback technology, to help instructors improve
CPR training quality, efficiency, and learner
engagement. Manikin should be able to connect
with the free software app Android / IOS Device
via Bluetooth connectivity.
04 Child Basic CPR Manikin  Measure to improve, real-time and summary 01
feedback of CPR performance. With the IOS
app, the instructor must get a performance
overview of up to six manikins, simultaneously.
 Using their own observations and the objective
feedback from the app, the instructor can quickly
and effectively coach the learners to improve
 Manikin should be Up gradable
Technical Features
Manikin should contains following features:
 Guidelines compliant.
 Educationally effective, offers all the essential
features necessary for learning appropriate AED
use and techniques.
 Flexible configuration of the device through a
scenario builder program that allows the
additional creation of custom training scenarios.
 Cost-effective operation through use of six C-
05 A.D.E Trainer 12
cell batteries.
 Ten pre-configured sudden cardiac arrest
scenarios compatible with training programs
developed by internationally recognized
responder programs.
 Remote control (optional) for manual scenario
selection pause/resume function, AED Trainer 2
volume control, motion artifact, low battery or
replace battery, loose electrodes connection,
shock able or no shock able rhythms.

70
Technical Features
Bag Valve Mask (Adult, Child & Infant)
 It should contains following features:
 Material: PVC, PC, SI, Polypropylene
 Does not contain latex
 Patient Valve Dead Space: 6.8 ml
 Inspiratory Resistance: 1.5 cmH2O @ 50 LPM
 Expiratory Resistance: 1.8 cmH2O @ 50 LPM
Bag Valve Mask Adult –  Storage Environmental Temperature Limits: -
06 Child – Infant Pocket Mask 40°C to +60°C 01
Adult – Child – Infant  Operating Environmental Temperature Limits: -
18°C to +50°C
Pocket Mask: (Adult, Child & Infant)
It should contains following features:
 Filter and one-way valve make it a quality choice
that provides protection during CPR.
A high-quality 3M Filtrate hydrophobic filter under a
one-way valve filters out contaminates in the air being
transferred between the care provider and the patient,
protecting them both.
07 Adult ACLS Manikin Technical Features 01
It should contains following features:
Airway/Intubation Trainer
 Obstructed Airway, Endotracheal, Nasotracheal
intubation, Ventilation, Surgical and Needle
cricothyrotomy, Suctioning techniques, Stomach
auscultation
Cardiac Related Skills.
 Cardiac rhythm variations, manual chest
compressions, pacing, defibrillation and
synchronized cardioversion
Circulatory Skills and IV Drug Administration.
 Bilateral carotid pulse, Brachial and Radial pulses,
blood pressure, IV Cannulation, venipuncture,
Subcutaneous and intramuscular injections,
Tension Pneumothorax Decompression
Feedback Tablet features:
 Handheld, intuitive touchscreen remote for easy
'pick up and play' experience Operate on-the-fly or
utilize Scenarios and Themes for consistent
simulation training Optimal data capture for
quality debriefing
 Mobile - teach anywhere.

Blood Pressure
 Auscultated and palpated blood pressure
simulation
 Korotkoff sounds synchronized with
programmable ECG
 Korotkoff sounds volume control in 10 steps, 0-9

71
 Systolic and diastolic pressure may be set
individually in steps of 2mmhg
 Systolic 0-300mmhg, Diastolic 0-200 mmhg
 Auscultative gap, with on/off feature
 Pressure accuracy +/- 4mmhg
 Calibrate function to adjust pressure sensor and
cuff gauge
Pulses.
 Controls carotid, brachial, radial, and umbilical
pulses (available pulses vary depending on
manikin)
 Pulses only active when palpated
 Pulses synchronized with ECG
 Pulse strengths dependent or independently set
 Brachial pulse off when BP cuff pressure is above
20 mmhg
 Radial pulse off when BP cuff pressure is above
Systolic BP level
ECG
 3 – 4 lead ECG
 Pacing and defibrillation capabilities
 Extensive ECG library based on the library
 With optional patient monitor: 12 lead ECG
Heart Sounds
 Synchronized with programmable ECG
 Aortic Stenosis
 Friction Rub
 Austin Flint Murmur
 Diastolic Murmur
 Systolic Murmur
 Mitral Valve Prolapse
 Opening Snap Msec
 Ventricular Septal Defect
 Atrial Septal Defect
 Pulmonary Stenosis
 Stills Murmur
 Normal Heart Sounds
Lung Sounds
 Synchronized with breathing rate, 0-60bpm
 Individual lung or bilateral sound selection
 Course Crackles & Fine Crackles
 Normal Breath Sounds & Pneumonia & Stridor
 Wheeze & Pleural Rub
 Rhonchi
Bowel Sounds
 Normal and abnormal bowel sounds
 Borborygmus & Fetal Tones
 Hyperactive Bowel & Hypoactive Bowel
 Normal Bowel
72
Vocal Sounds
 Computer-generated sounds, mixed with voice
input (via microphone)
 Cough & Vomit
 Moan & Scream
 SOB Breathing
 Yes & No
 Hiccup (infant) & Cry (infant)
Logging / Scenario Function
 Download log files and student data to a PC
 All interventions, vital signs, and notes are time
stamped and will be captured in the Tablet data
log
 The log files can be viewed on the Tablet or on a
PC for post-simulation reflection and debriefing
General
 The Feedback Tablet should be 5.7” color display
with touchscreen operation, and compact Link
Box with rechargeable battery
 Intuitive software with Manual and Automatic
modes
 Li-Ion Battery, 3 – 4 hours operating time
Technical Features
It should contains following features:
 Correct puncture of peripheral veins for blood
sampling. The following veins can be punctured:
basilica vein, cephalic vein, median cubital vein,
dorsal venous rete of hand
 Intravenous injections
08 IV Arm  Positioning of a butterfly catheter 01
 Delivered in deluxe storage carton with:
 1 injection arm with already mounted tubing
system
 1 infusion bottle
 1 stand
 1 bottle of artificial blood concentrate (250ml)
 1 plastic cup

73
Technical Features
It should contains following features:
 The simulator should represent a right upper arm
with all important anatomical palpable landmarks
such as acromion and humerus.
 The realistic anatomy allows for placing correct
intramuscular injections in an exceptionally
graphic way. The built-in fine electronics produce
audio-visual feedback of the result, e.g. correct or
incorrect injection, bone contact, or wrong
Intramuscular Injection location.
09  Additional trainings and control modes optionally 01
Simulator
provide an immediate or subsequent performance
check under training conditions.
 The included lifelike silicone skin is extremely
durable and can be quickly and easily exchanged
when necessary.
 The intramuscular simulator is supplied with:
 2 AA batteries
 Detailed instruction manual
 Replacement skin
 5-ml injection syringe 21G/0.8 injection needle
Technical Features
It should contains following features:
 Central Venous Cannulation Simulator is directed
to the emergency medical field. ACLS and ATLS
participants will find this simulator to be the ideal
trainer. Anatomically accurate, palpation is
exactly the same as on a patient. The sternal notch,
sternocleidomastoid, clavicle, and other
supporting features make this simulator a pleasure
to work with. Internal features include a
Central Venous
10 replaceable muscle and bone section, subclavian, 01
Cannulation CVC
internal jugular, external jugular, and carotid. Use
of a Swan-Ganz catheter is possible and changing
of the internal tubing is extremely easy. The neck
of the simulator is positioned to the left, making
landmark identity quite easy visually. The sternal
notch “sinks” 1-1.5 cm when palpated. All
external and internal landmarks correlate to a live
patient. Modified to meet ATLS and ACLS
standards, this simulator has proven itself in the
emergency medical field.

74
Technical Features
It should contains following features:
 This is a basic skill trainer which offers a limited
facility for knot tying. The foam can be turned
over and or replaced.
Suturing & Stapling
11  Highly portable 01
Practice
 Rubber suction feet secure the base providing
easy working conditions
 Washable, durable and all parts replaceable
 Country of Manufacturer: Europe / UK / USA /
Japan
Technical Features
It should contains following features:
 With the Upper Stump Bandaging Simulator
most standard bandaging procedures can be
practiced or demonstrated. Can be used to
demonstrate the attachment of prosthetic
devices. The upper torso includes the two arms -
one is amputated above the elbow; the other
above the wrist. Both arms are slightly extended
in a "patient- like" position to facilitate
bandaging.
12 Bandaging Simulator 01
 The lower torso of the bandaging simulator is
long enough to allow carrying the bandage
around the body over the uninvolved hip at the
level of the iliac crest. (Note: There is no
embedded, palpable skeletal material.) The
lower stump simulator can be used to
demonstrate the attachment of prosthetic
devices. The lower torso is representative of a
prone patient with legs slightly abducted. One
leg is amputated below the knee; the other mid-
thigh.
13 Tracheotomy Care Technical Features 01
Simulator It should contains following features:
 Tracheostomy Care Simulator is the most
realistic approximation of a patient available
today. Careful attention to detail is incorporated
into this pseudo-patient. Suctioning techniques,
proper cuff inflation, dressing changes, and
other techniques can be practiced and critiqued.
The simulator replicates an adult male
containing oral and nasal passages and all
appropriate anatomy - pharynx, epiglottis,
trachea, esophagus, stoma, cricoid cartilage, and
representative cervical vertebrae. The chest area
contains left and right bronchi and the bronchial
tree. The esophagus “dead ends” 2" below the
trachea opening. The side of the neck and chest
area over the bronchial tree allow viewing of the
suction and trachea tube.
75
 The viewing window at the bottom of the
simulator shows the location of a suction
catheter in the right bronchus (seen) or left
bronchus (unseen). Oral, nasopharyngeal,
nasotracheal, and tracheal suctioning can be
practiced. Cleansing of the stoma area can be
performed just as on an actual patient. Changing
dressings and ties is also possible, and the
experience is very close to an actual one.
Technical Features
It should contains following features:
 Epidural anesthesia using the loss-of-resistance
and the hanging-drop technique
 Spinal anesthesia with realistic resistance of the
dura and arachnoid mater with or without a
Epidural and Spinal
14 cannula 01
Injection Trainer
 Fluid-filled spinal canal with realistic outflow
rate thanks to the ability to adjust the excess
pressure
 An epidural catheter can be inserted into the
epidural space.
 Closed water system easy to clean
Technical Features
It should contains following features:
 This manikin should have following features:
 Female and male catheterization with realistic
resistance
 3 levels of adjustable narrowing of urethra
 Soft and movable foreskin and labia (for
practicing disinfection, for example)
 Anatomically realistic pelvic structure
 Liquid outflow if catheterization is successfully
Catheterization Male &
15 carried out 01
Female
 The transparent bladder can be checked, and the
abdominal wall can be removed
 Includes suprapubic catheter for practicing,
cleaning and caring for it
 Stands securely on the table thanks to the non-
slip feet
 Magnetic connectors for quick set-up and
dismantling.
 Easy to clean and maintain, and can be
completely taken apart.
16 Enema Administration Technical Features 01
It should contains following features:
 Student Auscultation Manikin must be used in
teaching and learning heart, lung and bowel
sounds. When connected to the laptop (included)
with the pre-installed software, a variety of
sounds, videos and lessons recorded can be

76
accessed.
 Delivery content:
 A portable Male Auscultation Torso
 A new laptop computer with a pre-installed
auscultation teaching software, with
programmable and password protected lectures
 A digital copy of Lesson Guide: located on the
laptop in digital form, can be printed and used to
support auscultation teaching anytime
 One t-shirt and a user's manual
 It should be lightweight & portable
 It should have largest library of sounds (24
sounds) & videos (36 videos altogether)
 It should be have the complete Lesson Guide
 It can be used with any stethoscope
 It has a palpable carotid pulse
 Users can setup password protected lectures for
student assessment
 It must be available in light and dark skin
version
Technical Features
It should contains following features:
 Realistic representation of human anatomy,
tissue, and skin Allows students to undertake
training that is directly transferable to the
clinical setting
 Practical training in clearing an obstructed
airway and suctioning of liquid foreign matter
 Minimal maintenance and robust design delivers
cost effective training
 Base plate mount allows stable practicing
conditions
 A hard carry case provides easy transportation
and safe storage
ETT Intubation- Airway Product features:
17  Practicing of oral and nasal intubation 01
Management
 Practicing use of LMA (Laryngeal Mask
Airway) and Comb tube
 Correct tube placement can be checked by
practical inflation test
 Realistic anatomical features allow
demonstration of Sellick Maneuver and
laryngospasm
 Bag-Valve-Mask ventilation can be practiced
 Stomach inflation and vomiting situation can be
simulated
 Provides visual inspection of lung expansion
 Provides auscultation of breath sounds
 Airway demonstration model is standard with
each trainer
77
Technical Features
It should contains following features:
 Training and practice of vital tracheostomy
skills and care for patients with respiratory
conditions. The simulator is also designed for
instruction of gastrointestinal care procedures
through nasal and oral access. This simulator
features realistic landmarks, trachea, esophagus,
lungs and stomach. For exceptional realism,
methyl cellulose can be mixed with water to
simulate mucous-like fluids of a real patient.
Fluid can be added to the lungs and stomach for
18 NG Intubation realistic tracheostomy care and suctioning. 01
 It should include following features as well.
Dressing changes and cuff inflation
 NG tube care, including insertion, irrigation, and
remove
 Gastric lavage and gavage
 Feeding tube insertion and removal with the
ability to practice feeding
 Nasoenteric and esophageal tube care
 Oropharyngeal and nasopharyngeal care
 ET tube care.
 The simulator is designed to use size 6 ET and
NG tube.
19 Adult Abdominal Technical Features 01
Examination Trainer It should contains following features:
 Model should have Familiarity with the
abdominal regions and underlying anatomy
 Feature of abdominal palpation, auscultation and
percussion
 It should have the Ability to differentiate normal
from abnormal pathology Identification of
ascites, specifically shifting dullness and fluid
thrill
 Identification of gaseous distension and bowel
obstruction
 Ballottement of kidneys
 Respiratory movement of liver and spleen can be
felt by the turn of a wheel
 Bowel Sounds can be adjusted through MP3
player & it should further allows for additional
sounds to be loaded with adjustable sound
volume.
 Pulse bulb should allow simulation of normal
and aneurysmal aortic pulse.

Product Anatomy:

78
 It should be of Half Body Torso Size featuring
abdomen, pelvis and lower part of thorax
 Bony landmarks should include ribs, costal
margin, xiphisternum, pubic crest and anterior
superior iliac spines and should contains
following parts.
 3 Livers: slightly enlarged, enlarged with
smooth edge and enlarged with irregular edge
 2 Spleens: slightly enlarged and markedly
enlarged
 2 Enlarged Kidneys
 Distended Bladder
 Set of 6 Abdominal Pathologies including 4
smooth masses and 2 irregular hard masses
 Distension Set including ascites bag, gaseous
distension bag, pump and foam insert
 Representation of lower thoracic and lumbar
spine
 Abdominal Examination Skin (Normal Skin)
 Distension Set including ascites bag, gaseous
distension bag, pump and foam insert
 Representation of lower thoracic and lumbar
spine
Technical Features
 Realistically Proportioned 25-Week Preterm
Manikin
 Anatomically accurate, realistic airway
 ET tube insertion
 Sellick Manoeuvre
 Positive Pressure Ventilation
 Right mainstem intubation
 Suctioning
 OG/NG tube insertion
 Breathing Features
 Bilateral and unilateral chest rise and fall with
Premature Anne Birthing
20 mechanical ventilation 1
Simulator
 Breathing Complications
 Unilateral chest movement (right mainstem
intubation) with mechanical ventilation
 Realistic Compressions
 Vascular Access.
 Patent, cuttable umbilicus with venous and arterial
access for bolus or infusion
 Simulated blood flashback upon cannulation of
umbilical vein
 Peripheral IV access (dry ports only)
 Sounds
 Auscultation of lung sounds during ventilation
21 Suture Practice Arm Technical Features 01

79
It should contains following features:
 Suture Training Arm must offers the possibility
for suture training that more complex than with
regular suture pads. It should be movable hand
and fingers, even challenging sutures in hard to
reach places like between the fingers can be
practiced. Both the skin and the subcutaneous
tissue are represented for a life- like suturing
experience.
 The instructor can inflict wounds independently
wherever Qty on the arm. Their size and form
can be customized, leaving room for a large
variety of training possibilities. Additionally,
each wound can be sutured several times,
making this trainer very economic and suitable
even for larger skill training classes.
 Movable fingers for suture training of
challenging wounds between fingers
 Skin and subcutaneous tissue differentiated for
realistic suture experience
 Wounds can be inflicted by instructor anywhere
on the training arm
 Each cut can be sutured several times Surgical
staples procedure possible
22 Casualty Kit IV Technical Features 01
It should contains following features:
 Bleeding wounds (complete with reservoir bags
with pump assembly):
 1 jaw wound
 1 abdominal wound with protruding intestines
 1 sucking wound of chest
 2 compound fractures of humerus
 2 compound fractures of femur
 2 compound fractures of tibia
 1 laceration of the forehead
 1 open amputation
 2 gunshot wound of palm
 Non-bleeding wounds:
 36 assorted stick-on lacerations and open fracture
wounds
 1 phosphorous burn of the hand
 1 face in shock
 2nd & 3rd degree burn of the face
 2nd & 3rd degree burn of the chest
 2nd & 3rd degree burn of the back
 2nd & 3rd degree burn of the hand
 2nd & 3rd degree burn of the forearm
 Makeup Accessories:
 1 mirror
 1 body adhesive for stick-on wounds
80
 2 casualty simulation wax
 3 bottles coagulant make Up blood
 5 pkg. blood powder, each for 4.5 liter simulated
blood
 1 pkg. methyl cellulose for blood thickening
 4 grease paint colors: white, blue, brown and red
 2 pkg. broken Plexiglas® for simulating glass
embedded wound
 1 cold cream
 2 atomizer mist sprayer
 2 plasticine modeling paste: white and dark
 6 tongue depressor
 1 pkg. of tissues
 2 fake dirt
 1 charcoal
 1 petroleum jelly
 2 spatulas
23 Rectal Examination – Technical Features 01
Male It should contains following features:
OVERVIEW
 Simulation of sphincter contraction allows trainees
to assess anal tone
 Interchangeable prostates can be quickly and easily
inserted, out of sight of the trainee
 Left lateral positioning
 Addition of impacted fecal matter allows trainees
to recognize and distinguish this common finding
 High quality illustration pack of 9 external anal
conditions
 Model offers a contractible anal sphincter,
allowing for anal tone assessment, and a fecal
impaction clip in module
 External ano-rectal illustrations are ideal for
incorporation into scenarios and OSCE
assessments
REALISM
 Soft, partible buttocks
 Realistic anus with resting tone and ability to
contract.

VERSATILITY
 Trainer can also be presented in a 'semi-standing'
position using the optional Standing Position Stand
SAFETY
 Latex free
ANATOMY
 Buttocks, anus, rectum, prostate and perineum
 Pathological perineum - with polyp and rectal
cancer
 4 abnormal prostates:
81
 Benign unilateral enlarged
 Benign bilateral enlarged
 Unilateral & Bilateral Carcinoma
SKILLS GAINED
 Digital examination of the anus, rectum and
prostate
 Assessment of anal tone
 Identification of faucal matter in the rectum
Technical Features
It should contains following features:
 This ear examination simulator allows practice in
the examination of the ear.
 The ear examination simulator consists of a head
with 6 interchangeable flexible ears with lifelike
external and internal structures of the ear.
 Embedded colored prints in 5 out of the 6 ears
allow the diagnosis from ear examination of
various pathologies.
Ear Examination
24  One ear is not colored, but can be used for earwax 01
Simulator removal exercises. The ear examination simulator
is supplied with 2 tubes of synthetic earwax, nine
35mm slides
 The following normal conditions and pathologies
can be observed:
 Normal tympanic membrane
 Mucoid otitis media
 Serous otitis media with fluid level
 Chronic otitis media with perforation
 Normal tympanic membrane with slanted ear canal
25 Breast Examination Technical Features 01
Trainer It should contains following features:
 Can be used with a Standardized Patient
 Pathologies can be placed in various
predetermined location points and are easily
changeable
 Dual purpose product: bench top and hybrid Hard
torso available for bench top use
REALISM
 Soft tissue breasts look and feel realistic
 Clavicular and axilla pads for accurate lymph node
placement.
VERSATILITY
 Pathologies can be placed in various
predetermined location points and are easily
changeable
 Comfortable to wear for long periods of time
during OSCEs and assessments
CLEANING
 Skin surface is washable using soap and water
SAFETY
82
 Latex free
ANATOMY
 Realistic soft tissue breast anatomy
 Pathologies supplied:
 Carcinomas: 2cm, 3cm, 5cm
 Cyst
 Fibrocystic disease Fibro adenoma.
Technical Features
It should contains following features:
 Training and testing modules with database of 200
High Resolution Images
 Detailed text descriptions and pre-annotations for
normal landmarks and pathological features
 Land marking Function - allows instructor to
highlight specific characteristics of pathologies
 Advanced Quizzes - Randomized realistic clinical
scenarios to test both medical and patient
interaction skills
26 Eye Examination 01
 Easy-to-use Graphical User Interface - Improves
viewer retention though immersive full-screen
experience
 History of Ophthalmoscopy
 Examination Principles & Technique
 Instrument Use
 Retinal Feature Identification
 Pathology - Papilledema, Diabetic Retinopathy,
Glaucoma, Choroidal Rupture, Macular
Degeneration, plus more.
 Examinations and Self-Examinations.
Technical Features
It should contains following features:
 Median episiotomy
 Medio lateral episiotomy
 Lateral episiotomy
 Vaginal tears
 Labial tears
 To make caring for and closing these birth wounds
27 Episiotomy Suturing as realistic as possible, the following muscle 01
structures can be palpated and sutured in the
perineal area:
 M. sphincter ani externus (outer anal sphincter
muscle)
 M. transversus perinei superficialis (superficial
transverse perineal muscle)
 M. bulbospongiosus (bulbospongiosus muscle).

28 Teaching Dummy Technical Features 01


Birthing stimulator It should contains following features:
 Fetal palpitation of fontanels, backbone, knees and
elbows.
83
 Vertex presentation.
 Normal vaginal delivery.
 Complete, frank and footling breech delivery.
 C Section delivery.
 Vertex and breech presentation in multiple
delivery.
 Demonstration of placenta Previa: total, partial and
marginal.
 Prolapse of umbilical cord.
 Rtigens maneuver.
 3 soft vulva inserts for episiotomy exercises.
 Normal delivery of umbilical cord and placenta.
 Suction of baby’s nose and mouth.
29 Virtual Dissection Technical Features 01
Software with Complete It should contains following features:
System/Standard lot  Hardware including company recommended
Laptop with dedicated graphics card.
 Large Screen Display Solution for teaching.
 Minimum 1080p image resolution.
 Minimum 100 inch image size.
 One Lecturer / Demonstrator License.
 Complete set of learning modules organized by
body system providing an interactive framework
for exploration of real human anatomy.
 Students and Instructors should be able to easily
manipulate and explore human anatomy, perform
virtual dissections, collaborate and share content,
annotate anatomical features, review lessons, and
plan procedures.
 Visuals should be rendered from MRI and CT
scans, the visualizations in the library should
represent the entire human body from head to toe
and empower instructors to teach anatomy using
real anatomy. Access should be available to over
600 scans in the library, including 31 full
cadavers’ scans.
 Enhance curriculum
 Users can:
 Rotate, pan, zoom, and fly through virtual
anatomy
 Perform virtual cadaver dissections
 Create “clipping” and “slicing” planes for in-
depth examination of anatomy
 Highlight specific anatomical features using color
contrast
 Select, examine, and remove tissues based on
density and type
 Mark and annotate pathology within the
visualization
 Compare two visualizations side by side
84
 Insert and manipulate trocars to simulate surgical
instrument paths
 Load and examine specific patient data
Exploration of different anatomical variation.
 Active learning and assessment modules and
interactive learning.
 Developmental Anatomy:
 3D visualization for different ages including fetus
infant child and adult.

LOT NO: 04
ELECTRONICS

85
S.N Specification
Name of Item Quantity
o
Technical Features
It should contains following features:
01 Refrigerators  6-Feet height 10
 27 inch width
 Double door
Technical Features
It should contains following features:
 Speed 62 pages per minute or better (A4,
Letter)
 Processor 800 MHz x 02
 Print resolution 600 x 600 dpi or equivalent
 First print out time 5.5 seconds or less (A4
size)
02 Printers ( Three in One)  Memory Min 1GB, - Max 1.5 GB. 20
 Duplex Printing Standard Duplex Printing
 Duty Cycle Min 28,000 pages or above
 Paper Capacity Input: 500 standard Tray &
100 sheets by pass tray Output: 500 sheets
 Connectivity HI-Speed USB 2.0 & Gigabyte
Ethernet.
 Wireless Yes, Built-in WIFI Wireless
 Additional Toner Yes, Genuine Toner.
Technical Features
It should contains following features:
 45 PPM ( Letter) or above
 A4, Legal, Letter
Printers Color (Medium
03  600 x 600 DPI 02
Duty)
 5.8 seconds or less
 Automatic Duplex Printing,
 Ink Jet.
 Standard Genuine Toner Set
Technical Features
It should contains following features:
 "Type: Flatbed, ADF; Technology: Contact
Image Sensor (CIS)
 Hardware: Up to 600 x 600 dpi; Optical: Up
04 Scanners 10
to 600 dpi
 215 x 355 mm
 38 ipm (1 sided, mono) 70 ipm (2 sided,
mono)
 Yes, USB & Network
Technical Features
It should contains following features:
05 OMR Op Scan 8 01
 Optical mark recognition
 6 sheet strip cut shredder Security Level P2
Technical Features
06 Flatbed scanner 01
It should contains following features:

86
 A3 size compatible
Technical Features
07 Barcode Scanner/reader It should contains following features: 02
 For automated circular
Technical Features
It should contains following features:
 A3 Monochrome Laser Multifunctional
 Print, Copy, Scan, Send & Store
 Standard 10.1" TFT LCD WSVGA Color
Touch panel.
 3 GB or better.
 200-300 GB or higher
 Standard Giga-Byte Ethernet, Wireless LAN,
Standard USB 2.0 (Host) x1, USB 3.0 (Host),
 USB 2.0 (Device) x1
 4200 sheets or higher
 PCL6
 Secured Print, Secure Watermark,
Header/Footer, Page Layout, Two-sided
Printing, Mixed Paper Sizes/ Orientations,
Front/Back Covers, Toner Reduction, Poster
Printing,
 Forced hold printing, Print Date, Scheduled
08 Photo State Machines Printing, Printing Using a Virtual Printer 05
 55 PPM (A4), 32 PPM (A3)
 3.3 seconds or less
 Preset R/E Ratios by Area, Two-Sided,
Density Adjustment, Original Type Selection,
Interrupt Mode, Book to Two Pages, Two-
sided Original, Job Build, N on 1, Add Cover,
Insert Sheets, Different Size Originals, Page
Numbering, Copy Set Numbering, Sharpness,
Erase Frame, Secure Watermark, Print Date,
Gutter, Print & Check, Negative/Positive,
Repeat Images, Merge Job Blocks, Mirror
Image, Store in Mail Box, Superimpose
Image, Copy ID Card, Skip Blank Pages, Free
Size Original, Reserved copy,
 Copy Sample
 Single-pass Duplexing Automatic Document
Feeder, 2-sided to 2-sided (Automatic)
 Toner life 55,000 copies & Drum life 4-6
Million copies
 3 year comprehensive warranty at site.
Technical Features
09 Voltage stabilizers It should contains following features: 06
 Serve motor 5000 watts.
Technical Features
10 Shredder It should contains following features: 01
 10 Liter waste bin Shreds credit cards.
87
Technical Features
11 Digital Notice Board It should contains following features: 05
 With full accessories with LED 32”

88
LOT NO: 05
IT EQUIPMENT

89
S.No Name of Item Specification Quantity
Technical Features
It should contains following features:
 Core i7 6th Generation
 4 GB RAM
 1TB HDD
01 Computer System 60
 DVD RW
 Keyboard + Mouse
 Wi-Fi built-in.
 Cables.
 LED 21".
Technical Features
It should contains following features:
 Intel Core i7 6th Generation
02 Laptop 08
 1.3 GHz
 8GB RAM
 15.6"
Technical Features
It should contains following features:
 Type: LED
 Resolution: Full HD
65” Full HD LED Screen
03  Audio: Digital Audio 04
with Moveable Bracket
 Wi-Fi: Yes
 Inputs & Outputs: 2 x HDMI ports or higher, 2
x USB, Ethernet, Digital Audio Out or higher
 Wall Mount Kit: Yes
04 Multimedia Projector Technical Features 03
with Motorized Screen It should contains following features:
 Brightness: 5000 Lumens
 Resolution: 1920 x 1200 (WUXGA)
 Aspect Ratio: 16:10
 Contrast Ratio: 16,000:1
 Zoom: 1.6x
 Ceiling Mountable: Yes
 Rear Screen Projection: Yes
 "Inputs/Outputs:
 2 x HDMI (HDMI Type-A) Audio, Video Input
 1 x VGA (DE-15/DB-15) Video Input
 1 x VGA (DE-15/DB-15) Video Input/output
 1 x Composite (RCA) Video Input
 1 x 2RCA Audio Input
 2 x 1/8"" / 3.5 mm Mini Audio Input
 1 x 1/8"" / 3.5 mm Mini Audio Output
 1 x USB 2.0 (USB Type-B) Power Output
 1 x Ethernet (RJ45) LAN Input
 1 x RS-232 (DE-9/DB-9) Control Input/Output"
 "Lamp Life Medium Brightness: 5000 Hours
90
 Low Brightness: 7000 Hours"
 "Multimedia Projection Screen following key
features:
 Electric Motorized Screen as per room
requirements: 6’x8′ & 8’x10′
 Aspect Ratios: 16:9
 Screen Surface Glass Beaded, and Matt White
 Professional Design and Durable Finish
 Combines Simplicity of Design
 Easily Installable on Wall or Ceiling
 Plug & Play Design"
Technical Features
It should contains following features:
 4-channel, 60W half-rack amplifier with
mounting bracket
 Four channels; 60W per channel
 Bridgeable channels
 Supports both 70V and 100V Constant Voltage
05 Amplifier for Room 08
Systems
 Three manual switches provide: constant
voltage
 operation, bridging channels, and a high-pass
filter option
 LED indicators for each output channel
 No additional software needed
Technical Features
It should contains following features:
 loudspeaker system 4.25" design two-way
loudspeaker with Click mount system
06 Speakers for Room  impedance: 8 (ohms) 24
 low impedance RMS power: 50 watts
 woofer size 4,25 inch
 tweeter size 1 inch
 low impedance dynamic power 70 watts
Technical Features
It should contains following features:
 1x4 HDMI distribution amplifier/splitter
HDMI Splitter (1:4) for  4K, HDMI 2.0, HDCP 2.2 compliant
07 09
Lecture Theaters etc.  Supports 18G 4K60 4:4:4
 HDMI signal distribution to multiple displays
 Adjustable EDID management
 Field firmware upgradeable

91
Technical Features
It should contains following features:
 Built-in Wi-Fi sharing & remote control
sharing,
 Effective Pixels (Megapixels): 24MP
DSLR Digital Camera 01
08  Screen Size: 3.2 in. diagonal
latest with accessories
 Monitor Type: Wide Viewing Angle, Vari-
angle Touch TFT-LCD & Eye Sensor Control
 It support Storage Media SD, SDHC & SDXC
 Image Sensor Format : DX
 ISO Sensitivity: ISO 100 - 25,600
Technical Features
It should contains following features:
 Powerful control for high-impact presentations
 Brilliant green laser pointer
09 Presentation Pointer 09
 LCD display with timer
 Up to 30-metre (100-foot) range or higher
 Intuitive slideshow controls
 Storable plug-and-play wireless receiver
Technical Features
It should contains following features:
 Elite Wired Microphone-5 Wire-12 inch
Audio Conferencing Gooseneck Microphone-Black
System for 50 Persons  Audio Control Server Ad on I/O inputs &
10 Capacity Complete in all outputs cards, Multiple channels configurable 01
aspect WITH 24 audio, and Acoustic echo cancellation (AEC)
Microphones technology (all Inputs)
 Amplifier: 4-channel, 60W half-rack amplifier
with mounting bracket
 Speaker: Ceiling 6.5" two way loudspeaker
Technical Features
It should contains following features:
"HDMI Cables
11  4K Round Black Cable 10
(10, 20 & 30 Meter)"
 High Speed Cable
 Fully & Pure Copper
Technical Features
It should contains following features:
 Firm shall be responsible for supply,
"Installation/
installation, integration and commissioning of
12 Commissioning One Job
complete project on turnkey basis. All items,
Services"
cables & accessories used in the project must be
of high quality. All stores must be factory new
and from current production batch.

92
HDMI Splitters (1: 4) New Model for Lecture Theaters 9
19
20 IDB-Interactive Digital  Screen Size 86 inch LED Backlight 5
Board with 1 year  Viewing Angle 178°(H)/178°(V)
Warranty  Backlight DLED
 Pixel Pitch 0.4935(H) mm × 0.4935(V) mm
 Resolution 3840 × 2160 @ 60 Hz
 Brightness 400 cd/m²
 Color Depth 10 bit
 Contrast Ratio 1200:1 (Typ.)
 Response Time 6 ms
 Refresh Rate 60 Hz
 Type Infrared touch screen
 Touch Point 20 point multi-touch
 HDMI IN × 2, VGA IN × 1, PC AUDIO IN ×
1, LINE IN × 1
 HDMI OUT × 1, LINE OUT × 1, SPDIF OUT
× 1, Built-in 16 W speaker × 2
 RJ45 (100Mbps ports) × 2
 USB on front panel , 2 USB on rear panel
 RS-232 × 1
 Standby Power 0.5 W
 Consumption < 400 W (full load)
 Operation Temperature 0℃~40℃
 Operation Humidity 10%~90% RH
 Power Supply 100 V to 240 VAC, 50/60 Hz
 "Product Dimensions
 1990 mm × 1186 mm × 117 mm (78.35'' ×
46.69'' × 4.61'')"
 Operation System Android 8.0
 Processor 4-core A73 × 2 + A53 × 2, 1.5 GHz
 Memory 3 GB
 Built-in Storage 32 GB
 Net Card Built-in 100Mbps NIC, supporting
routing
 8MP CMOS Sensor
 0.1Lux @ (F1.2,AGC ON)
 Built-in Mic
 USB 3.0
 3840 x 2160@30/25fps
 3.6mm Fixed Lens
 360-degree mic coverage
 256ms acoustic echo cancellation
 Full duplex
 Dynamic Noise Reduction(DNR)
 Supporting Skype, Wechat, MSN and other
online communication software
 Connecting by 3.5mm earphone plug,
communication will be more private and do not
93
trouble colleague
 No need driver; clear, unmixed and not harsh
sound quality;
 Apple MacBook Pro MVVJ2 Core i7 9th
Generation 16GB RAM 512GB SSD 4GB
AMD Radeon Pro 5300M (16-inches, Space
Gray, 2019)
25 Mac Book  Intel Core i7 9th Generation 01
 2.6GHz
 16GB
 15.6
 Mac OS Catalina
 Format 16:9
 Size: not less than 162 inches.
Motorized Projection  Motorized function with remote control.
26 02
Screen  Matt white surface.
 Cassette color white.
 Cassette Material Steel.

94
LOT NO: 06
ANATOMY MODELS

95
S.N Specification
Name of Item Quantity
o
The Model should contains following features:
 Nose
 Mouth cavity and pharynx
 Esophagus
Abdominal viscera  GI tract
01 03
(digestive system model)  Liver with gall bladder
 Pancreas
 Digital Anatomy of Model
 Spleen

The Model should contains following features:


 Median section
 One half of the male genital organs with
bladder and removable rectum
 Delivered on baseboard
02 Male Pelvis Model  High quality and shows the male pelvis in 03
anatomical detail
 Skeleton Model with Ligaments, Vessels,
Nerves, Pelvic Floor Muscles & Organs
 Digital Anatomy of Model.

The Model should contains following features:


 Median section
 One half of the female genital organs with
bladder and removable rectum
 Delivered on baseboard
03 Female Pelvis Model  High quality and shows the female pelvis in 02
anatomical detail
 Digital Anatomy of Model.
 Skeleton Model with Ligaments, Vessels,
Nerves, Pelvic Floor Muscles & Organs

The Model should contains following features:


 1/2 life-size relief model
 The arterial/venous system
 Heart
 Lung
Human circulatory
04  Liver 04
system
 Spleen
 Kidneys
 Partial skeleton
 Digital Anatomy of Model.

96
The Model should contains following features:
 2 atria and 2 ventricles
 Median plane
 Diastolic and systolic state with valves
05 Human Heart Model  Life size cast from real human heart 01
 Magnetic assembly (5 pieces) for easy
demonstrations
 Digital Anatomy of Model.

The Model should contains following features:


 High quality original skull cast
 Skull is hand made from hard, unbreakable
plastic
 Highly accurate representation of the fissures,
Classic Human Skull foramina, processes, sutures etc.
06 01
Model ( 8 Parts)  Can be disassembled into skull cap, base of skull
and mandible
 Mandible of skull is mounted on a spring to
easily demonstrate natural move
 Digital Anatomy of Model.

The Model should contains following features:


 High quality original human skull cast
 Handmade from hard, unbreakable plastic
 Highly accurate representation of the fissures,
Didactic Human Skull foramina, processes, sutures etc.
07 Model on Cervical  Disassembled into skull cap, base of skull and 05
Spine ( 4 Parts) mandible
 Mounted on a spring to easily demonstrate
natural movement
 Digital Anatomy of Model.

The Model should contains following features:


 Top quality, life-size natural casting
 Made from a durable, unbreakable synthetic
material
Functional &
 Close to the realistic weight of 3-part assembled
Physiological Human
08 skull with individually inserted teeth 04
Skeleton Model Frank
 On a stable metal hanging stand with 5 casters
on Hanging Stand
(painted white)
 Final assembly carried out by hand
 Digital Anatomy of Model.

97
The Model should contains following features:
 1st layer - Musculature of the head, neck, thorax
and abdomen
 2nd layer - Brain, thyroid and salivary glands,
eye, tongue, teeth, heart and major vessels,
lungs, stomach, liver and intestines
 3rd layer - Sinuses, nasal, septum, tongue,
trachea, heart, chambers, and vessels, pancreas,
“Thin Man"
spleen, large intestine
09 Sequential Human 02
 4th layer - Esophagus, pleura, aorta, inferior
Anatomy Program
vena cava, intercostal vessels and nerves,
autonomic nerve trunk, kidneys and adrenal
glands
 5th layer (full figure) - Brain, pharynx, vertebral
column, rib cage, muscles of upper and lower
extremities, pelvic organs and muscles.
 Digital Anatomy of Model.

The Model should contains following features:


 Distinctive view of human anatomy.
 The topographical relationships of the torso are
represented as colored reliefs on the individual
MRI Torso Model sectional planes.
10 01
Smart Anatomy  Each disc can be shifted horizontally and rotated
around its sagittal axis.
 Each disc within the MRI torso can be
individually removed.

The Model should contains following features:


 Arm model:
 Illustrates both the superficial and deeper
muscles, five of which are removable from the
muscled arm.
 Tendons, vessels, nerves and bone components
of the left arm and shoulder in detail.
 Parts numbered on muscled arm for easy
Anatomy Set Muscles identification of parts.
11 Limbs (Both upper 03
 Digital Anatomy of Model.
and lower)
  Leg model:
 Illustrates both the superficial and deeper
muscles, eight of which are removable.
 Tendons, vessels, nerves and bone components
of the leg and foot
 All parts of muscular leg numbered.
 Digital Anatomy of Model.

98
The Model should contains following features:
 Transparent skull half the paranasal sinuses in
different colors
 The cranial sinuses and the neck and face
arteries in color.
 Sinuses of dura mater (blue), common carotid
artery, external and internal carotid artery and
the branches of the meningeal artery (red).
 One brain half, which is also visible through the
Bone like Human
skullcap, visualizes the brain position and the
Skull Model (Half
course of the sinuses.
Transparent & Half
12  The periodontal pockets and tooth roots can be 05
Bony, Complete
with Brain & viewed through the transparent jaw of the skull.
Vertebrae)  The lower jaw is mounted flexibly to
demonstrate the masticator movements of the
human skull.
 The didactic skull is mounted on a cervical spine
and can be disassembled into both halves of the
skullcap, the left half of the base of skull, the
nasal septum, the complete mandible and a brain
half.
 Digital Anatomy of Model.

The Model should contains following features:


 High quality model
 Represents the outer, superficial and the internal
Half Head Model with (median section) structures of head and neck.
Neck, Muscles, Blood  The half head with musculature is delivered on
13 05
Vessels & Nerve removable stand for easy display in a classroom
Branches or doctor's office.
 Important anatomical structures are present
 Digital Anatomy of Model.

The Model should contains following features:


 Representation of the head (differentiated in
color), medially divided.
 The skin and facial muscles of the right outer
Head and Neck (5
14 half are removed to show the deeper structures.   01
parts)
 Eyeball, bone cover over the sinus maxillaries
and right tongue half are removable.
 Digital Anatomy of Model.

99
The Model should contains following features:
 Left half of this life-size model in midsagittal
section
 Shows the muscles, with nerves, vessels and
bony structures and contains a removable brain
Head Model with half.
15 01
Neck (4 parts)   The head is mounted on a detachable neck part
which is sectioned both horizontally and
diagonally.
 Supplied on baseboard.
 Digital Anatomy of Model.

The Model should contains following features:


 High quality original human skull
 Skull is handmade from hard, unbreakable
plastic
 Highly accurate representation of the fissures,
Didactic Human Skull
foramina, processes, sutures etc.
16 Model on Cervical 01
 Can be disassembled into skull cap, base of skull
Spine (4 parts)
and mandible
 Mandible of skull is mounted on a spring to
easily demonstrate natural movement
 Digital Anatomy of Model.

The Model should contains following features:


 This nose model should illustrates the structure
of the nose with the paranasal sinuses
 The outer nasal cartilages
 The nasal cavity, maxillary, frontal and ethmoid
sinuses
 The opened maxillary sinus when the zygomatic
Human Nose Model arch is removed
17 with Paranasal  The nasal cavity, lined with mucosa, with the 04
Sinuses (5 parts) nasal conchae (removable)
 The arteries of the mucous membrane
 The olfactory nerves
 The innervation of the lateral wall of the nasal
cavity, the nasal conchae and the roof of mouth
(palate)
 Digital Anatomy of Model.

100
The Model should contains following features:
 This eye model should shows the eyeball with
optic nerve in its natural position in the bony
orbit (floor and medial wall). Additionally, this
eye model shows the relation between eye,
bones, muscles, and outer structures of the eye.
Eye dissects into:
 Two halves of the sclera
Human Eye Model, 5  Optic nerve
18 times Full-Size (12  M. rectus superior 02
parts)  M. rectus lateralis
 Cornea half
 Eye lens
 Lachrymal system
 Vitreous humour
 Tear gland
 Associated structures
 Digital Anatomy of Model.

The Model should contains following features:


 The mini muscle figure has (57 cm) strength is
in its value.
 All the superficial musculature of the human
form is accurately reproduced and detailed in
life like colors in this desktop size of the
muscular figure.
1/3 Life-Size Human
 The chest plate is removable from the muscular
19 Muscle Figure, 2 part 02
figure to reveal the internal organs and the right
- Smart Anatomy
side contains a female mammary gland.
 Over 125 hand-numbered and identified
structures of the human anatomy on this
muscular figure. Mini muscular figure delivered
on base.
 Digital Anatomy of Model.

20 Life-Size Dual Sex The Model should contains following features: 01


Human Muscle Model  This dual sex muscle figure version has
on Metal Stand (45- interchangeable genital inserts and a female
parts - Smart mammary gland as well as a detailed
Anatomy) multilingual product manual identifying over
600 hand-numbered structures.
 Hand-painted and mounted on a convenient
roller base.
 Includes the following features:
 5 arm/shoulder muscles
 8 leg/hip muscles
 2-part removable heart
 5-part head with removable brain
 2-part removable lungs
 2-part stomach
101
 Removable 4-part male and 2-part female genital
inserts
 Detachable arms, leg, head, and abdominal wall
for detailed study
 On a stable metal stand with 5 casters
 Digital Anatomy of Model.

The Model should contains following features: 02


 This model should include the micro anatomy
Digestive System model illustrates the structure
Micro anatomy of the fine tissues of four characteristic sections
Digestive System of the digestive system:
21 Model (20-times  Esophagus
Magnified - Smart  Stomach
Anatomy)  Small intestine
 Large intestine
 Digital Anatomy of Model.

  The Model should contains following features:


 The tongue, is fascinating in that it combines
various enlargements of specific parts of the
tongue in one model.
 It comprises a macroscopic view of the tongue
in life size (dorsal view) and microscopic views
Micro anatomy
of the various papillae of the tongue (10-20x life
Human Tongue
22 size) and of a taste bud (approx. 450x life size). 03
Model (Smart
 All views are mounted on a base that also
Anatomy)
features an overview of the sensory and sensitive
innervation of the tongue.
 A unique model for an intensive study of the
tongue.
 Digital Anatomy of Model.

23  Micro anatomy The Model should contains following features: 02


Human Bone  Three-dimensional section of a lamellar bone,
Structure (80 times showing a typical structure of a tubular bone
enlarged - Smart enlarged 80 times.
Anatomy)  The bone structure model shows various planes
in cross and longitudinal section through all
levels of the bone, as well as a 2-plane section
through the inner structure of the bone marrow.
 The typical elements of a lamellar bone are
easily identified in this bone structure model and
help to understand its structure and function with
the characteristic osteons, also referred to as
Halverson systems.
 This bone structure model allows a graphic
illustration of the interplay of the individual
components, such as spongy and compact
substance, endosperm, cortical substance,
102
osteocytes, and Volkmann and Halverson canals.
 Bone structure supplied on base.
 Digital Anatomy of Model.

Human Sternum The Model should contains following features:


Model with Rib  This model is a realistic replica of the human
Cartilage sternum with the rib cartilage.
 The anatomy is shown in detail for easy teaching
24 and studying of this portion of the human body. 10
 Don't settle for less, get a high quality and
anatomically correct sternum model
 Digital Anatomy of Model.

Ortho bones Premium The Model should contains following features:


Edentulous mandible  Quality artificial bones used by surgeons and
with gum medical engineers worldwide.
 Perfectly resembling real human bone in terms
25 of form and characteristics. 10
 Ortho bones are the closest you can get to the
real thing
 Digital Anatomy of Model.

The Model should contains following features:


 Primitive gut (1 part)
 Heart development (1 set of 12 pcs)
 Head & neck development
 Face development (5 parts)
Special Embryology  Bone development (7 parts)
26 02
models (full set)  Digestive system development
 Urinary system development
 Genital system development
 Fetus deformity (8 parts)
 Digital Anatomy of Model.

103
LOT NO: 07
MISCELLANEOUS ITEMS

104
S.N Specification
Name of Item Quantity
o
01 Fire Extinguisher CO2 Gas Cylinder 3kg 22

02 Powder Cylinder 6 Kg 22

03 Fire Alarm (1 KM Distance) 01

04 Office Bells ( Remote Control) 10

05 Carts 4 Wheel ( for Waste & Goods) 03

06 Shovels Best Quality 03

07 Flash Light 100 W ( Best Quality) 04

08 Dustbin Best Quality 48


Security Wiring on
09 Approve with all aspects 01
Boundary Wall
10 Curtain Pak made best quality 120

11 Arts/Artifact 05

12 Dissection Tables Full Size 04

13 Dissection Tables Half Size 12


Human Central Nervous
14 It should be along with a section of spinal cord. 05
System Chart
The Nervous System Chart, The human body is viewed from the front should be
15 05
front showing the anatomy of the nervous system. 
The Nervous System Chart, The human body is viewed from the back on this chart
16 05
rear(back) should be showing the anatomy of the nervous system
The full anatomy of the vascular system is easy to
17 The Vascular System Chart 05
study with this poster
Thickly laminated anatomical chart. UV resistant paper
The human heart Chart -
18 and comes with 2 sided lamination. Metal eyelets to 05
Anatomy and Physiology
make the chart easy to display
The model should have following
 Oversized anatomical chart to display the
Human Cell Structure
19 organelles of a human cell in colorful detail. 05
Chart
 Microanatomy of the interior of the cell is easy
to study.
The model should have following
 Shows the process of mitosis in graphic detail.
 Colorful illustrations of every stage of cell
Cell Division I Chart,
20 division. 05
Mitosis
 Poster is delivered with wooden rods for easy
display in any classroom.

105
Specification
S.No Name of Item Quantity
The model should have following
 Colorful wall chart details cellular division,
meiosis.
Cell Division II
21  Illustrate the process of meiosis on this 05
Chart, Meiosis
oversized chart.
 The cells on this chart are colored according to
the usual staining in microscopy.
The model should have following
 It should Illustrates the human vascular system
in colorful detail.
The Vascular
22  All the important features are labeled for easy 05
System Chart
study.
 The chart does not get a faded yellow color over
time.
The model should have following
 It should Illustrates the locations of the
The Gastrointestinal endocrine glands within the human body.
23 System Anatomical  The poster also explores the microanatomy of an 05
Chart individual gland along with the endocrine
system at the cellular level.
 Wooden rods for easy display.
The model should have following
 It should Illustrates the locations of the
endocrine glands within the human body.
Endocrine Glands
24  The poster also explores the microanatomy of an 05
Chart
individual gland along with the endocrine
system at the cellular level.
 Wooden rods for easy display.
 The model should contains the detailed anatomy
and position of the kidneys within the human
body.
25 The Kidney Chart 05
 The colorful chart contains microanatomy
features of the kidney as well as the macro
anatomy details.
Liver Chart Should describes the anatomy of the human liver and
26 05
related organs and its location in the body.
It should contains
 Colorful anatomical chart illustrates the human
Human Muscle
27 muscular system in full detail. 05
Chart
 2.    Every part of the human body's muscular
system is labeled in this detailed anatomy poster.
The chart should
 Represent the human eye.
28 Human Eye Chart  Reviews the anatomy and function of the human 05
eye.

29 Human Ear Chart, The chart should have 05


Mounted  The tiny anatomy of the human ear is easy to
106
view in study in this chart.
 The colorful poster is a great tool for the study
of the anatomical details of the human ear.
 Delivered with wooden rods for easy display.
The chart should have
Anatomy of the female genital organs.
 The important anatomical structures are pictured
and labeled on this chart.
The Female Genital
30  The microanatomy of the ovaries and other areas 05
Organs Chart
of the female genital organs are also displayed in
this poster.
 3.    Some methods of contraception are detailed
on the chart as well.
The chart should have
 Human embryo with colorful anatomy
illustrations.
31 Embryology I Chart  2.    The anatomy chart looks at development 05
within the womb in detail, from fertilization of
the ovum to the development of the embryo
leading up to birth.
The chart should have
 Embryology in graphic detail.
32 Embryology II Chart  2.    The anatomy chart displays colorful 05
anatomical illustrations dealing with embryo
development.
The chart should have
 3.    Every important part of respiratory anatomy
is pictured and including the respiratory
The Respiratory
33 musculature, the bronchial tree, and the lungs. 05
System Chart
 4.    Chart does not curl up at the edges and the
UV treatment ensures the chart does not get a
faded yellow color over time.
The chart should have
 The anatomy of the bone is shown in cross
section on chart.
34 Bone Structure Chart 05
 The microanatomy of the bone is also shown.
 3.    Delivered with wooden rods for easy
display.
The chart should have
 Show details of all the parts of the human
Human Skeleton skeleton.
35 05
Chart  2.    The anatomy of the skeleton is labeled on a
realistic picture and makes for an easy study of
the bones of the body

107
The chart should have
 The spinal column is depicted in detail on this
chart. 
36 Spinal Column Chart 05
 2.    Common pathologies are outlined on the
chart including osteoporosis, scoliosis, and disc
herniation
The chart should
Shoulder and Elbow
1.    Represent a detailed anatomy of the shoulder and
Chart
37 elbow. 05
2.    Represent useful information about the shoulder and
elbow.
The model should
Hand and Wrist 1.    Depicts the anatomy and pathology of the hand and
38 Chart - Anatomy and wrist in bright colors. 05
Pathology 2.    Presents the wrist in anatomical detail while
reviewing common pathologies that can affect the area.
Pelvis and Hip Chart The model should illustrates the anatomy of the human
39 - Anatomy and pelvis and hip. 05
Pathology
1.    It should Illustrates the anatomy of the human knee
Knee Joint Chart joint.
40 05
2.    Contains information about common pathologies of
the knee joint.
Foot and Joints of  The chart should illustrates the anatomy of the
Foot Chart - foot and joints of the foot.
41 Anatomy and  Details some common pathologies of the foot 05
Pathology and foot joints.

 This anatomical chart should shows the human


skin in great detail and displays the
microanatomy of the skin in such a colorful and
42 The Skin Chart 05
large way that it is easy to understand and study.
All the important features of the human skin are
shown in realistic detail.
The chart should contains
 The human larynx is displayed in full color and
The Larynx Chart
anatomical detail on this chart.
43 05
 The anatomy of the larynx along with structure,
function, and some diseases of the larynx are
covered in this poster.
 This chart should illustrates the Lymphatic
Speech Organs Chart System.
44 05
 All important details of Lymphatic System
anatomy are present in this chart.
 This chart should illustrates the human speech
The Lymphatic organs.
45 05
System Chart  All important details of the speech organs
anatomy are present in this chart.

108
 This chart should explains below
 The microanatomy of the renal corpuscle,
The Urinary Tract -
4 cortex and medulla are included in this poster.
Anatomy and 05
6  The anatomy chart includes other useful
Physiology
information about the urinary tract system,
making it a great educational tool
 This chart should explains the human prostate
The Prostate Gland gland in full detail.
4
Chart  Important information relating to prostate gland 05
7
including the effects of hormones and the shape
and position of the gland.
4 Anatomy Films (full The model should present below features 2
8 set) DVD Each film Head & neck
must be standard DVD 1.    The front of skull and face
2.    Vessels and nerves of the superficial face.
3.    The deep face.
4.    The anterior triangle of the neck.
5.    The posterior triangle of the neck.
6.    The cranial cavity.
7.    The parotid and submandibular region.
8.    The dissected head and tongue.
9.    The larynx.
10. The ear.
11. The sub occipital region.
12. Muscles of the mastication and infratemporal fossa.
13. The pterygo palatine fossa.
14. The extra ocular muscles.
Skeletal and topographic anatomy of head and neck
1.    Skeletal features of the skull, cranium and face.
2.    Skeletal features of the skull with vascular systems.
3.    Topographic anatomy of neck and face.
Brain films
1.    Introduction of the brain.
2.    Features and dissection of fore brain.
3.    Features and dissection of the mid brain.
4.    Features and dissection of the hind brain.

Thoracic region
1.    The thoracic wall
2.    Skeletal feature of the thorax.
3.    Skeletal features of the vertebral column.
4.    Topographic anatomy of thorax.
Abdominal region
1.    The anterior abdominal wall.
2.    Inguinal canal, spermatic cord.
3.    The peritoneum.
4.    Abdominal vessels and nerves.
5.    Liver, pancreas and spleen.
6.    The posterior abdominal wall.
7.    Anterolateral abdominal wall.
8.    Small and large intestine.
109
Pelvis and perineal region
1.    The male pelvis.
2.    The male perineum.
3.    The female pelvis.
4.    The female perineum.
5.    Skeletal features of the pelvis.
6.    Topographic anatomy of the abdomen.
7.    Topographic anatomy of the pelvis, perineum and
inguinal region.
Upper limb region
1.    The shoulder region.
2.    The pectoral region.
3.    The axilla.
4.    The arm.
5.    Flexor aspect of fore arm.
6.    Extensor aspect of the fore arm.
7.    The hand.
8.    Skeletal feature of upper extremity.
9.    Topographic anatomy of the upper limb.
Back region
1.    The superficial back.
2.    The deep back, spinal cord.
3.    Spinal cord and its relations.
4.    Topographic anatomy of the back.
4 Ice berg phenomena
01
9 model
Pustule eruption in
5
small pox & chicken 01
0
pox model
5 Life cycle of malaria
01
1 model
5 Xerosis (Conjuntival) in
01
2 Vit A Deficiency model
5 Lead line on Gum
01
3 model
Tick, Flea, Sand fly,
5 Hous fly, Aedes Agypti
01
4 mosquito & anopheles
mosquito model
5 Population pyramid
01
5 model
5
Bleeding gums model 01
6
5
Rickets model 01
7
5
Dental Fluorosis Model 01
8
Bar charts, Histogram,
5 Frequency polygon &
01
9 Normal Distribution
curve Model
110
6 Marasmus/Kwashiorkor
01
0 Model
6
Function of incinerator 01
1
6
Food Pyramid Model 01
2
Sustainable
6
Development goals 01
3
model
6
Growth charts model 01
4
6
Antenatal chart model 01
5
6 Antenatal mosquito
01
6 model
6 Activated sludge
01
7 process model
6
Tubal ligation model 01
8
Material Acrylic
Vision E type (snellen,s
6 Display Type LED
chart) 05
9 Application For Eye Sight Check Up
Minimum Order Quantity 3 Piece

111
LOT NO: 08
FORENSIC MODELS/ ARTS & ARTIFACTS.

112
S.N
Name of Item Specification Quantity
o
FM/TR/FA-2
01 Description: Model of inner table of skull showing
circular hole with beveling.
FM/TR/FA-3
02 Description: Model of outer table of skull showing
circular hole with beveling.
FM/TR/FA-4
Description: Model of face showing a single circular
03
Wound with muzzle imprint at the center of Forehead –
wound of entry.
FM/TR/FA-5
Description: Model of anterior profile of skull showing.
04 Circular hole with clean cut margins on outer table of
frontal bone with radiating fracture line – Wound of
entry (or in shot wound)
FM/TR/FA-6
Description: Model of posterior profile of skull
05 showing
Circular hole with beveled margins, in the outer table of
right partial bone.
FM/TR/FA-9
06 Description: Model of section of skin showing
differences between wound of entry and exit.
FM/TR/FA-12
Description: Model of human face showing a circular
07
clean cut hole (wound ) at left temporal area with
blackening – ENTRY WOUND OF A FIREARM.
FM/TR/FA-13
Description: Model of lateral profile of skull showing a
08
circular hole with clean cut margins with radiation
fracture line at right side parietal bone.
FM/TR/FA-14
Description: Model of lateral profile of skull showing a
09
circular hole with clean cut margins with radiation
fracture line at right side parietal bone.
FM/AS-2
Description: Face & upper torso showing ligature
10
material encircled above the thyroid cartilage indicating
HANGING (SUSPENSION)
FM/TR/BT-3
Description: Model of face of child showing tearing of
11 a portion of scalp and exposure of under lying bone
condition known as STRETCH LACERATION.

FM/TR/BT-4
Description: Model of liver showing laceration of liver
12
(also called as rupture of liver)

13 FM/TR/BT-6
113
Description: Model of inferior profile of brain showing
hematoma at anterior lobe SUBDURAL
HAEMOTOMA.
FM/TR/BT-7
14 Description: Model of dorsum hand with patterned
small superficial wounds indicating bite marks.
FM/TR/BT-8
Description: Model of an infant showing tearing of
15 scalp tissue, loss of skull bone and exposure of
underlying brain condition called as AVULSION.

FM/TR/BT-9
16 Description: Model of face showing around the left
Eye-condition called as black eye.
FM/TR//TL-2
17 Description: Model of human arm showing charring of
the tissues.
FM/TR//TL-4
Description: Model of human arm showing multiple
18
vesicles (bullae) caused due to moist heat – SCALDS
one vesicle is ruptured.
FM/TR//TL-5
19 Description: Model of face showing rupture bullae
Produced by moist heat, with bleaching of The skin.
FM/TR//TL-8
Description: Model of the complete body of a person
showing multiple burns with carbonization due to dry
20 burns.
The model presents a generalized flexion a peculiar
attitude called as BOXING ATTITUDE, PUGILISTIC
ATTITUDE OR FENCING POSTURE.
FM/TH-3
Description: Face & upper torso showing swollen face
with
21 altered color, eyes bulging out with protrusion of tongue

Condition known as advanced (BLOATED) stage of
Putrefaction.
FM/TH-5
Description: Human face & upper torso showing
22 electric wire tightly clenched in hands condition known
as CADAVERIC SPASM OR INSTANTANEOUS
RIGOR.
FM/TH-6
Description: Human arm showing yellowish white
23 greasy,
Wax like appearance – a late change after death, known
as ADIPOCERE (SAPONIFICATION).
FM-ID-2
24 Description: Posterior profile of Human Forearm and
hand showing Tattoo Marks.
114
FM/TO-2
Description: Model of a human face exposing Tongue &
25
Gums, showing inflammation and a blue-black line on the
gums seen in CHRONIC MERCURY POISONING.
FM/TO-4
Description: Model of a chest wall showing patchy brown
26
pigmentation of the skin called “Rain Drop” type melenosis
seen in cases of CHRONIC ARSENIC POISONING.
FM/TO-6
Description: Model of longitudinal section of stomach
27
showing corroded mucosa – case of MERCURIC
CHLORIDE poison taken in concentrated form.
FM/TR/SC-2
Description: Model of face showing multiple deep Incised
28
wounds on forehead, left face & Need. Additionally there is
black mole on Left side of face.
FM/TR/SC-9
Description: Model of dorsum of hand showing incised
Wounds of middle & ring finger of hand. Such wounds are
29
caused while warding off An attack, usually found on the
grasping Surfaces of the hands, ulcer borders of the Fore
arms or dorsum of the palm.
FM/TR/SC-15
Description: Model of a female face and upper torso
30
Showing oblique incised wound on left side fore head and
hands indicating assault and defense offered by victim.
FM/TR/SC-16
31 Description: Model of posterior aspect of fore arm showing
Multiple superficial incised wound.
FM/TR/SC-19
Description: Model of dorsum of hand showing multiple a
32
Incised wounds on dorsum of hand with cutting of
interphalangeal joint of thumb.
FM/TR/SC-23
Description: Model of back of head and upper torso
33
showing
Exit of a perforated wound on right side chest.
FM/TR/SC-25
Description: Model of female face and upper torso showing
34 1. Vertical cut left side forehead.
2. Oblique cut on left side neck.
3. Oblique cut on anterior aspect of shoulder.
35 Natural Bones Male & female 02

Note: The above models of Forensic Medicine Department should be of fiber glass.

115
Section-VII

STANDARD FORMS

116
BID COVER SHEET

BID FORM-1

117
General Information of Applicant Firm

NOTE: Complete filling of this form along with the provision of all requisite information. Missing or
not providing any of the requisite information may lead to dis-qualification of the bidder/s from the
bidding competition without any correspondence. Any appeal from bidder/s, for whatsoever reasons,
will not be entertained in such a case.

S.No. Name of the Bidding Firm:


Please indicate whether the firm is :

 Manufacturer, or
1.  Importer, or
 Both;

For various items offered for this


bidding competition.

Please indicate the categories under which


the Firm is applying for bidding
2.  Machinery & Equipment
 Instrument/ other Hospital supplies
 Both

Please provide names, attested copies


of CNICs , two recent attested
photographs , valid street addresses in
Pakis tan, all landline and mobile
phone numbers of:

 Owner/Proprietor of the Firm; and


 Managing Director / CEO of the
3. Firm; and
 Focal person officially made
responsible and authorized by the
Firm for day-to-day official
correspondence with
Principal/Chief Executive Saidu
Medical College, Swat.
 (Please provide clear, legible
and visible attested photocopies
S.No. of Name
all ofthe requisite Firm:
the Bidding items

118
Please provide the following valid
information
Regarding applicant Firm:
1. Complete street address of the:
 Head Office
 Main warehouse; and

4. 2. Valid & working official Landline


Phone and Fax Numbers; and the
following contact details
 Mobile Numbers of the Focal
Person registered against his /her
CNIC No. & name
 Valid and functional Email
address; and
 Official Website address.

5. Please provide in original the bid security instrument along with the Financial
Proposal in the sealed envelope in the form of valid Call Deposit Receipt / Bank
Draft / Bank Guarantee of the requisite amount from a scheduled Bank of Pakistan
in the name of Principal/Chief Executive Saidu Medical College, Swat. Non-
provision of bid security shall render the bid as non-responsive.
 However, please provide a copy of bid security (not showing the amount) or an
affidavit on judicial stamp paper of appropriate face value in the sealed envelope
of the technical proposal to the effect that the bid security of the required amount
(without mentioning the amount of bid security) has been inside the sealed
envelope of the financial bid.
6. Please provide attested copies of the following Tax related mandatory
documents:

 National Tax Number (NTN)


 Sales Tax Registration Certificate of the Firm
7. In case of being manufacturer, the Firm should provide attested copies of the following
mandatory documents also:
 Duly attested copy of valid Certificate from Chamber of Commerce of the
respective country
8. In case of being importers, the Firm should provide copies of the following mandatory
document/s also:

119
 The bidding Firm should also provide an Affidavit to undertake on Judicial
Stamp Paper of the value of at least Rs. 100/- (Rs. One Hundred Only) to the
effect that:
 They have carefully read the whole set of Standard Bidding Documents for
this bidding competition and that they have fully understood and agree to the
terms and conditions, evaluation criteria, mechanism of evaluation & selection
of items for which the Firm has applied for competition; and
 They fully understand and agree that the bidding competition for which they
have applied to enter.
Be based on merit-based scoring system for the evaluation of technical bids
which has inverse relationship with the rates quoted by the bidders in their
financial bids submitted; and that in this situation, the lowest financial bid/s
may or may not win the bidding competition; and

 They guarantee that the quoted items are and will be freely available in the
9. market of Pakistan; and Particularly the market of Khyber Pakhtunkhwa
Province; and
 They shall provide the evaluating teams authorized for the purpose by the
Health Department Khyber Pakhtunkhwa; an uninterrupted and free access to
all relevant documents, sections of the manufacturing facilities and
warehousing facilities as well as any other area relevant to the purpose of such
teams in their opinion; and

 In case any documents submitted in relation to this bidding competition or any


undertaking given by the firm, if found incorrect or false or misleading or
diverting the decision making for the competition, shall be liable to be
proceeded for blacklisting for any business with / by the Government of
Khyber Pakhtunkhwa, Health Department, confiscation of bid security and /
or any other lawful action as deemed appropriate by the Government of
Khyber Pakhtunkhwa.

120
10. I certify and affirm that I have attached all the requisite mandatory
documents / information including Bid Security with this Bid and that I fully
understand that any document if not provided / missing shall result in the dis
qualification and declaring my bid as ineligible and thus non -responsive.

Signatures: _____________________________

Name: _________________________________

121
BID FORM 2

Letter of Intention
Bid Ref No: _______________
Date of the Opening of Bids: ________________
To: Principal/Chief Executive Saidu Medical College, Swat.
Name of the Contract: Procurement of Medical and Dental equipment, instruments and IT/Electronics.
Dear Sir/Madam,
Having examined the bidding documents, including Addenda Nos. [insert numbers& Date of
individual Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to
supply and deliver the Goods under the above-named Contract in full conformity with the said
bidding documents and at the rates/unit prices described in the price schedule or such other sums as
may be determined in accordance with the terms and conditions of the Contract. The above
amounts are in accordance with the Price Schedules attached herewith and are made part of this bid.

We undertake, if our bid is accepted, to deliver the Goods in accordance with the delivery schedule
specified in the schedule of requirements.

If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the
amounts, and within the times specified in the bidding documents.

We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall
remain binding upon us and may be accepted by you at any time before the expiration of that period.

Until the formal final Contract is prepared and executed between us, this bid, together with your
written acceptance of the bid and your notification of award, shall constitute a binding Contract between
us.

We understand that you are not bound to accept the lowest or any bid you may receive. We undertake
that, in competing for (and, if the award is made to us, in executing) the above contract, we will
strictly observe the laws against fraud and corruption in force in Pakistan.

We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding
documents.

Dated this [insert: number] day of [insert: month], [insert: year].

Signed

In the capacity of [insert: title or position]

Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

122
AFFIDAVIT
BID FORM 3

I/We, the undersigned solemnly state that:

1) We have read the contents of the Bidding Document and have fully understood it.

2) The Bid being submitted by the undersigned complies with the requirements enunciated in the
bidding documents.

3) The Goods that we propose to supply under this contract are eligible goods within the meaning of
Clause 18 of the ITB.

4) The undersigned are also eligible Bidders within the meaning of Clause 19 of the ITB of the
Standard Bidding Documents.

5) The undersigned are solvent and competent to undertake the subject contract under the Laws of
Pakistan.

6) The undersigned have not paid nor have agreed to pay, any Commissions or Gratuities to any
official or agent related to this bid or award or contract.

7) The bidder / manufacturer is not blacklisted or facing debarment from any Government, or its
organization or project.

8) The undersigned has no dispute anywhere in the province regarding supplies.

9) The undersigned agree to give warranty with repair and parts for 03 years and after sale service
without parts for 02 years. (Total services for 05 years, the firm will be bound to do so in the larger
public interest in order to give maximum benefit to the masses by making the
equipment/instruments operational for a maximum period of time).

We affirm that the contents of this affidavit are correct to the best of our knowledge and belief.

Signed

Note: The affidavit must be on judicial stamp paper by the Executive of the Firm & Attested by
Oath Commissioner.

123
BID FORM 4
MANUFACTURER’S AUTHORIZATION:

To: [Principal/Chief Executive Saidu Medical College, Swat]

WHEREAS [name of the Manufacturer] who are established, reputable & Pre-Qualified
Manufacturers of [name and/or description of the goods] having factories at [address of factory]
do hereby authorize [name and address of Supplier/ Agent] to submit a bid, and subsequently
negotiate and sign the Contract with you against the Invitation for Bids (IFB) No. [Reference of
the Invitation to Bid] for the goods manufactured by us.

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

Signature: ----------------------------------------.

Designation: --------------------------------------.

Official Stamp: -----------------------------------.

This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person
competent and having the power of attorney to bind the Manufacturer. It should be included by the
Bidder in its bid.

124
BID FORM 5A

PRICE SCHEDULE FOR LOT 1 TO LOT 7

Saidu Medical College, Swat.


GOVERNMENT OF KHYBER PAKHTUNKHWA.

Price Schedule for Lot 1 to Lot 7

Tender Name: Due Date

Lot Number:

S. No. Item Name and Qty Unit Price in Unit Price in Total Price Total Price
Foreign Currency Local Currency in Foreign in Local
Description in PKR (DDP/FOR). Currency in Currency
USD/EURO/STG USD PKR
(GBP) /EURO/STG (DDP/FOR)
(GBP) .

125
Total Amount of Lot in Foreign
Currency in US
DOLLAR/EURO/STG (GBP)
in Figures

Total Amount of Lot in Foreign


Currency in US DOLLAR/
EURO/STG (GBP) in Words

Total Amount of Lot in Local


Currency PKR (DDP/FOR) in
Figures

Total Amount of Lot in Local


Currency PKR (DDP/FOR) in
words

126
BID FORM 5B

PRICE SCHEDULE FOR LOT 1 TO 7

Saidu Medical College, Swat.

GOVERNMENT OF KHYBER PAKHTUNKHWA.

Price Schedule for Lot 1 to Lot 7

Tender Name: Due Date

Lot Number:

S. No. Item Name and Qty Unit Price Total Amount in


Description PKR PKR

Total Amount of Lot in Local Currency PKR


in Figures

Total Amount of Lot in Local Currency PKR


in Words.

127
Performance Guarantee

To: Principal/Chief Executive Saidu Medical College, Swat.

Whereas [Name of Supplier] (hereinafter called “the Supplier”) has undertaken, in pursuance of Contract
No. [Number] dated [date] to supply [description of goods] (hereinafter called “the Contract”).

And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you with a
Bank Guarantee by a scheduled bank for the sum of 10% of the total Contract amount as a Security for
compliance with the Supplier’s performance obligations in accordance with the Contract.

And whereas we have agreed to give the Supplier a Guarantee:

Therefore we hereby affirm that we are Guarantors and responsible to you, on behalf of the Supplier, up
to a total of [Amount of the Guarantee in Words and Figures] and we undertake to pay you, upon your
first written demand declaring the Supplier to be in default under the Contract and without cavil or
argument, any sum or sums within the limits of [Amount of Guarantee] as aforesaid, without your needing
to prove or to show grounds or reasons for your demand or the sum specified therein.

This guarantee is valid until the day of_ , 20

Signature and Seal of the Guarantors/ Bank

Address: ________________________________________

Date: _______________

128
CONTRACT AGREEMENT
For Equipment.

This agreement is made on this day __________________ for the fiscal year 2020-21 between
M/S ________________________________________________________________________
Address: _____________________________________________________________________
Through: Mr._____________________________S/O: _________________________________
CNIC No: ______________________________ Designation: ___________________________

Referred as 1st Party, which expression shall unless repugnant to the context mean and include his

Heirs, executors, administrators, successors and assigns). And

The Saidu Medical College, Swat, through its Principal/Chief Executive, (hereinafter referred as 2nd
Party which expression shall unless repugnant to the context mean and include his heirs, executors,
administrators, and assigns.

WHEREAS the 1st party has agreed to supply___________________________________________

(Hereinafter referred as goods) out of the fresh stock to the 2nd party on the following terms
and conditions:-

a. Terms and conditions:

1. 1st party shall deliver and install (in case of machinery) the stock at the premises and precincts
of Saidu Medical College, Swat The specification, quality, quantity of goods shall be in
conformity to purchase order, which shall be made part of this agreement. The first party
shall include the ancillary services attached with goods.

2. The Goods supplied under this Contract shall conform to the standards mentioned in the
Technical Specifications, and, when no applicable standard is mentioned, to the
authoritative standards appropriate to the Goods’ country of origin. Such standards shall
be the latest issued by the concerned institution.

3. The Supplier may be required to provide any or all of the following services, including
additional services, if any, specified in contract:
 Performance or supervision of on-site assembly and/or start-up of the supplied Goods;
 Furnishing of tools required for assembly and / or maintenance of the supplied Goods;
 Furnishing of a detailed operations and maintenance manual for each appropriate unit of the
supplied Goods;
 Performance or supervision or maintenance and/or repair of the supplied Goods, for a
period of time indicated in purchase order, provided that this service shall not relieve the
first party of any warranty obligations under this Contract; and
 Training of the second party’s personnel, at the first party’s plant and/or on-site, in
assembly, start-up, operation, maintenance, and/or repair of the supplied Goods.

4. The firm will be liable to complete the supply within stipulated time limit i.e. within 60 days
from the date of establishment of irrevocable clean L/C by confirming quality, quantity and
timeline upto the entire satisfaction of 2nd Party.

5. The first party warrants that the Goods supplied under the Contract are new, unused, of the
most recent or current models and that they incorporate all recent improvements in
design and materials unless provided otherwise in the Contract. The first party further
warrants that all Goods supplied under this Contract shall have no defect, arising from
design, materials, or workmanship (except when the design and/or materials is required
by the second party specifications) or from any act or omission of the first party, that may
develop under normal use of the supplied Goods in the conditions prevailing in the country of
second party.

6. The second party shall promptly notify the first party in writing of any claims arising under
this warranty.

7. The second party, without prejudice to any other remedy for breach of Contract, by written
notice of default sent to the first party, may terminate this Contract in whole or in part:
a. If the first party fails to deliver any or all of the Goods within the period(s) specified in the
Contract, or within any extension thereof granted by the second party; or

b. If the first party fails to perform any other obligation(s) under the Contract.
c. If the first party, in the judgment of the second party has engaged in corrupt or fraudulent
practices in competing for or in executing the Contract.
8. In case the firm failed to complete the supply till due date a penalty as per detail below will be
charged from the firm.
a. Penalty @ 1% for late supply up to 15 days.
b. Penalty @ 3% for late supply from 15 to 30 days.
c. Penalty @ 7% for late supply from 30 to 60 days.

Once the maximum is reached i.e. 60 days, the second party may consider termination of the
contract and forfeiting of security, any other legal action may take accordingly.
9. The 1st party shall be responsible for the transportation and transportation charges. The 1st
party shall complete the supply and installation of goods within the stipulated period as
mentioned in the supply order (imported items) from the date of execution of this agreement
or as extended or reduce by the 2nd party. In case of failure of 1st party to supply the goods
within the stipulated period, the 2nd party will be at liberty to make an alternate arrangement at
the risk and cost of 1st party and the 1st party shall be liable to pay the entire cost/amount to the
alternate supplier according to the demand of the 2nd party. In the event of commuting a
default the 2nd party will be at liberty to take any Civil/Criminal action against the 1 st party in
accordance with law. A fine up to 10% of the purchase price shall also be inflicted against the
first party.
130
10. The 1st party shall be responsible for any defect in goods or supply of goods. The entire goods
will be supplied free of defect and any charges and encumbrance of what so nature . The
2nd party or its agent will be authorized at all reasonable time to view, check and examine the
conditions of the supplied goods.

11. Upon demand made by the 2nd party at any time or from time to time, to execute all such
instruments, deeds or documents which the 2nd party may in its sole discretion require, the 1 st
party will do the needful.

12. The 1st party will be responsible to furnish all such information as the 2nd party may at any time
or from time to time may require relating to the position of goods and pecuniary liability of
the 1st party or otherwise whatever.

13. The first party shall not, without the prior written consent of second party, disclose the
Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or
information furnished by or on behalf of the second party in connection therewith, to any
person other than a person employed by the first party in the performance of the Contract.
Disclosure to any such employed person shall be made in confidence and shall extend only as
far as may be necessary for purposes of such performance.

14. The first party shall provide such packing of the Goods as is required to prevent their damage
or deterioration during transit to their final destination, as indicated in the Contract. The
packing shall be sufficient to withstand, without limitation, rough handling during transit and
exposure to extreme temperatures, salt and precipitation during transit, and open storage.
Packing case size and weights shall take into consideration, where appropriate, the remoteness
of the Goods’ final destination and the absence of heavy handling facilities at all points in
transit.

15. The packing, marking, and documentation within and outside the packages shall comply
strictly with such special requirements as shall be expressly provided for in the Contract,
including additional requirements, if any, and in any subsequent instructions ordered by the
second party.

16. The 2nd party will be at liberty, at all-time and shall have the right to return the goods,
provided/delivered by the 1st party with regard to quality quantity, value or otherwise fitness
for use. Notwithstanding any contained hereinabove, it is hereby agreed by both parties that
the 2nd party at all times be at liberty and shall have the right to cancel or reduce the quantity,
without assigning any reason.

17. The 1st party shall be bound under this agreement to provide the warranty and services of
equipment which must be 3 (Three) years with spare parts from the date of installation and 2
(Two) years without spare parts. The 1st party shall be bound to keep available the spare parts
for 10 years.

131
18. The 1st party shall deposit an amount of 10% of the purchase price as service security, which
will be refundable after expiry of the period of warranty/guaranty and services after necessary
adjustments.

19. The first party shall not be liable for forfeiture of its performance security, liquidated damages,
or termination for default if and to the extent that its delay in performance or other failure to
perform its obligations under the Contract is the result of an event of Force Majeure. For
purposes of this clause, “Force Majeure” means an event beyond the control of the Supplier
and not involving the Supplier’s fault or negligence and not foreseeable. Such events may
include, but are not restricted to, acts of the Procuring agency in its sovereign capacity, wars
or revolutions, fires, floods, epidemics, quarantine restrictions, and freight embargoes. If a
Force Majeure situation arises, the first party shall promptly notify the second party in
writing of such condition and the cause thereof. Unless otherwise directed by the second party
in writing, the first party shall continue to perform its obligations under the Contract as far as
is reasonably practical, and shall seek all reasonable alternative means for performance not
prevented by the Force Majeure event.

20. Any notice given by one party to the other pursuant to this Contract shall be sent to the other
party in writing or by cable, telex, or facsimile and confirmed in writing to the other party’s
address specified in contract.

21. A notice shall be effective when dispatched on the given address of the supplier in contract via
above means.

22. Mode of Payment


Mode of payment will be CNF and DDP/FOR for Lot 1-9 and FOR for Lot 1-9 and payment to the
supplier shall be made only after completion of the supply, installation and inspection of the
goods.
23. The goods shall be open to inspection at all times during the contractual period. The
inspection of good shall be carried out by a representative from purchase, legal, quality
control, finance or end using department.

24. Besides the above conditions the 1st party shall be bound to fulfill the defacing if found at any
time and for the purpose shall be ready to sign and execute fresh agreement if needed.

25. All clauses of GCC and SCC of the relevant SBD which are not contradictory to all the
clauses of this agreement would be part of this contract agreement.

26. Insurance
The goods supplied under the contract shall be fully insured, in freely to manufacturer or
acquisition, transportation, storage and delivery, in accordance with the applicable incoterms
or in the manner specified in the SCC given in the SBD. Insurance Certificate including the
Transport Insurance will be provided by the supplier.

27. The First Party shall inspect the subject equipment/goods on quarterly basis for its better
performance and maintenance.

132
28. Validity
This contract agreement shall be valid for representative 5 years w.e.f successful installation of
the mentioned equipment/goods and the 1st Party shall be responsible to make available the
spare parts of the equipment/goods for 10 years in the market as explained in clause 17.

29. Bidder is bound to arrange a training session within the country for technical staff of minimum four
persons including two
Engineers and two end-users.

30. Settlement Of Disputes


The rules of procedures for arbitration proceeding pursuant to GCC Clause 9 of SBD shall be as
follows.
In the case of a dispute between the procuring Entity and a Contractor who is a national of the
Procuring entity’s country, the dispute shall be referred to adjudication or arbitration in accordance
with the laws of Procuring Entities country.

In the case of a dispute between the Procuring Entity and foreign Contractor, the dispute shall be
settled by arbitration in accordance with the UNCITRAL (United Nations Commission on
International Trade Law) and their decision will be final in all respect and the 1 st party will not be
authorized to sue the 2nd party before any forum, court or tribunal anywhere.
IN WITNESS WHEREOF the parties above named have executed this agreement and have
carefully pursued the terms and condition embodied.

31. After signing this contract, the 1st party, if found anywhere not fulfilling the requirements required
for their supplied equipment/items; the procuring entity is authorized to take accordingly actions
including blacklisting of such firms.

First Party Second Party


M/S _______________________________ M/S _______________________________
Name: _____________________________ Name: _____________________________
NIC No: ____________________________ NIC No: ____________________________
Address: ____________________________ Address: ____________________________

Witness 1 of First Party Witness 2 of First Party

Name: ________________________ Name: ________________________

CNIC No: ______________________ CNIC No: ______________________

Address: _______________________ Address: _______________________

133
List of eligible countries
This procurement is open to goods from all countries except Israel.

The country of Origin and manufacturer must be USA/UK/CANADA/Europe/ Japan or


equivalent

134

You might also like