Home

rawalpindi institute of cardiology - ppra services portal

image

Contents

1. ASH OFFICER Total Deduction poo
2. Autonomous institutions and private organizations An affidavit on stamp paper of Rs 20 that the bidder shall provide Medical amp Laboratory Equipments to Rawalpindi Institute of Cardiology Rawal Road Rawalpindi as per Demand Orders p19a358isOdi0oke 1i7eft8 1rld4 doc Page 3 of 125 INVITATION FOR BIDS RAWALPINDI INSTITUTE OF CARDIOLOGY RAWAL ROAD RAWALPINDI Reference No RIC PO 2671 14 Dated 22 12 2014 The Rawalpindi Institute of Cardiology invites sealed bids from the eligible bidders for supply of material to meet the requirement of Rawalpindi Institute of Cardiology Detailed description and quantities of material are given in the Bidding Documents Interested eligible bidders may get the Bidding Documents at the address mentioned below on submission of written application along with payment of non refundable fee of Rs 1000 Bidding Documents shall be issued up to 10 01 2015 on 02 00 PM However a copy of the Bidding Documents is also available for information only on the websites of Punjab Procurement Regulatory Authority www ppra punjab gov pk and http health punjab gov pk until the closing date for the submission of bids Bidding will be conducted through Single Stage Two Envelopes bidding procedure as per Punjab Procurement Rules 2014 Bids must be delivered to the address below at or before 11 00 AM on 13 01 2015 Bid security of 2 of the total bid value in the shape of call
3. Easy to use Simple design 30 Air sample collector for Micro Press on button for air sampler display main Menu Air sampler already adjustable and updated software version Air volume adjustable if not fixed then 1000Ltr 100Ltr per mint Plate adjustment in air sampler grid System on press for air sucker After air sucking system will motion alarm for replaced the plate grid Proper off the system and keep in safe zoon We may check the 1000Ltr per 10mints if yes then environment air is good And for more detail in depth you may follow the more steps if required After sampling incubate the plate at 37C for 48hours 24h to 72h After the incubation time period observe the plate for color counting 30cfu per sampled volume As bacteria colonies forming a Plate yellow b Yellow c White d Off white e Orange p19a358isOdi0oke 117eft8 Irld4 doc Page 65 of 125 31 Portable echo machine DIGITAL ECHOCARDIOGRAPHY MACHINE A complete dedicated digital Echocardiography unit for wide range of premium performance application of cardiovascular imaging in pediatrics and adult Receiving processing channels min 15000 20000 Mobile built in trolley system with built in workstation data management system for digital acquisition storage and review of complete ultrasound studies including static and dynamic clips in DICOM format read write zoom Studies can be reviewed and output to CD DVD The machine must have sharp an
4. Page 124 of 125 Mini desktop QTY 20 Mini Tower e Mini Tower for Standard Power Supply e Intel Core i5 4590 Processor Quad Core HT 3 3GHz 6MB w HD Graphics 4600 e Safety Environment and Regulatory Information e 4GB 1600MHz DDR3 Non ECC e 500GB 3 5inch Serial ATA 7 200 Rpm Hard Drive e Minitower Chassis Mainstream Heat sink 95watts e 16X Half Height DVD RW Drive e System Power Cord e 18 5 LCD Monitor e USB Optical Mouse e Quiet Key USB Keyboard Black e 3 years warranty Network Printers QTY 12 e Print up to 37 ppm B amp W e First page out time as fast as 6 5 seconds e Standard 250 sheet paper capacity e 50 sheet Bypass Tray e 600 MHz processor e 10 100 1000Base T Ethernet e USB 2 0 10 100 1000Base T Ethernet e Up to 80 000 pages month1 e Duplex standard e Up to 600 x 600 dpi 1200 x 1200 image quality e 128 MB 384 MB e Secure HTTPS SSL IPsec 802 1X SNMPv3 IP Filtering Secure Print Mac Address Filtering Passive Material tem 3M 6 core Multimode Fiber Cable OM 3 for 10 G Connectivity meters 3M 48 Port UTP Cat 6 Patch Panel with I Os 2 24 Port ODF with SC Coupler 3M Patch Cords 1 Meter 3M Pigtails SC Open SC LC Patch Cords 1 Meters SC LC Patch Cords 3 Meters Fiber Installation integration splicing and Passive Cabling Laying Bar Code Readers QTY 30 e Quick Scan Lite QW 2100 Q Metic Display e Enhancement of existing Q metic system with 10 displays with counter term
5. 3 5 MHz for Adult 3 Multi frequency Phased array sector probe to cover 5 0 7 5 MHz for Peads 4 Multi frequency TOE TEE Probe to cover 4 0 6 0 MHz for Adult 5 CW Pencil Probe ACCESSORIES e Thermal Printer 256 Gray scale UPS 2 KVA imported e 50 High Density High Glossy thermal paper Rolls e Gel 50 liters i 7 pe NOTE 5 The system must be complete with all Cables Leads Probes amp Batteries or any other accessory PE for measuring all above selected parameters with disposables amp consumable items for Adult amp Pediatrics Patients 6 Warranty period should be five years from the date of commissioning with parts including yearly replacement or as per recommendation of manufacturer of preventive maintenance kits If applicable and Parts amp Accessories i e Probes Cables Transducers Batteries etc except disposables and consumable items 7 Life time free software upgrade and software installation in case of software is corrupted 8 Prices of all components 1 e Probes etc should be quoted separately along with the total price of the system in the financial offer OPTIONAL 1 Multi frequency Convex probe to cover 3 5 5 0 MHz 2 TVS Probe Multi Frequency 4 0 to 9 0MHz 3 Linear Biopsy Probe 33 TEE probe ADULT e Multiplane TEE Transducer 3 6 MHz for adults e 34 Portable handy hand Echo machine e Pocket size cardiovascular machine complete with Docking station charger and Port Rapidly evalu
6. Palo Alto QTY 4 48 ports of 10 100 1000Base Ethernet Switch Atleast 2 x 10G Ethernet Ports SFPs included Atleast 8 Port POE Layer 3 capable with OSPF support Support for stacking with 60 Gbps of stack throughput TEEE 802 3at compliant PoE for up to 30W of power per port The Forwarding bandwidth 100 Gbps and switching bandwidth of 200 Gbps or above The switch has the packet forwarding rate of 120 Mpps or above Should have DRAM of 512 MB and Flash of 128 MB or higher USB port x1 The power supply should be an auto ranging unit and supports input voltages between 100 and 240V AC 1 x 10G SFP Multimode Warranty 3 years ACCESS SWITCH 24 PORT 1 G Distribution Switches Cisco Juniper Palo Alto QTY 6 24 ports of 10 100 1000Base Ethernet At least 2 x 10G Ethernet Ports SFPs included Layer 3 capable with OSPF support Support for stacking with 60 Gbps of stack throughput The Forwarding bandwidth 100 Gbps and switching bandwidth of 200 Gbps or above The switch has the packet forwarding rate of 90 Mpps or above At least VLAN 255 and VLAN ids more than 3800 Should have DRAM of 512 MB and Flash of 128 MB or higher The power supply should be an auto ranging unit and supports input voltages between 100 and 240V AC 1x 10G SFP Multimode Warranty 3 years p19a358isOdi0oke 117eft8 Irld4 doc Page 121 of 125 CORE SWITCH 10 G Fiber Convergence Cisco Juniper Palo Alto QTY 2 Minimum 48 x 10G ports Layer 3
7. equipments as per tender requirement along with complete literature Leaflet b If the Supplier bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods the same shall be included prior to comparison of rates with the other bidders 9 Payment A The Payment shall be in Pak Rupees B The payment shall be made to the Supplier on receipt of original delivery Challan s and invoice s including those of GST if applicable in duplicate duly completed in all respect and signed amp stamped by the store officer signed and stamped by Consignee along with physical inspection report carried out by the Committee with certificate and test analysis report to the effect that the supplies conform to specifications C The laboratory test analysis charges of sample either against the tender or bulk supplies shall be borne by the Supplier p19a358isOdi0oke 117eft8 Irld4 doc Page 43 of 125 10 Penalties Liquidated Damages a In case where the deliveries as per contract are not completed within the time frame specified in the schedule of requirement the Contract to the extent of non delivered portion of supply may be cancelled followed by a Show Cause Notice No supplies shall be accepted and the amount of Performance Guaranty Security to the extent of non delivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minim
8. profile of company Supply orders detail over last two years minimum from Government organization Autonomous institutions and private organizations An affidavit on stamp paper of Rs 20 that the bidder shall provide Medical amp Laboratory Equipments to Rawalpindi Institute of Cardiology Rawal Road Rawalpindi as per Demand Orders p19a358isOdi0oke 1i7eft8 1rld4 doc Page 80 of 125 INVITATION FOR BIDS RAWALPINDI INSTITUTE OF CARDIOLOGY RAWAL ROAD RAWALPINDI Reference No RIC PO 2673 14 Dated 22 12 2014 The Rawalpindi Institute of Cardiology invites sealed bids from the eligible bidders for supply of material to meet the requirement of Rawalpindi Institute of Cardiology Detailed description and quantities of material are given in the Bidding Documents Interested eligible bidders may get the Bidding Documents at the address mentioned below on submission of written application along with payment of non refundable fee of Rs 1000 Bidding Documents shall be issued up to 10 01 2015 on 02 00 PM However a copy of the Bidding Documents is also available for information only on the websites of Punjab Procurement Regulatory Authority www ppra punjab gov pk and http health punjab gov pk until the closing date for the submission of bids Bidding will be conducted through Single Stage Two Envelopes bidding procedure as per Punjab Procurement Rules 2014 Bids must be delivered to the addr
9. BPM High Low Oxygen Static Alarms Apnea Settings Error Low Supply Gas Inspiratory Flow Transducer Error No Charge Fresh Gas Too High Ventilator Inoperative Under Pressure Peep Error Sensor Error Power Fail Battery Low Apnea Alarm in Bag Mode Optional Electronic Gas Mixing Electronic Hypoxic Guard Spirometery Loops 2 Operation Theatre Light White LED shadow less operating lamp ceiling suspension Hematically sealed dust proof light head Light intensity of main light min 110 000 120 000 Lux at 1 meter distance Increase decrease light intensity facility with intensity setting indicators Natural color rendition 4400 Kilvin Color rendition index of 95 Field size adjustable Wavelens Controlled in the sterile field Light field diameter 250mm Average LED life 40 000 hours Complete with sterlizeable handles 02 Power consumption not more than 70W 220 240 volt 50 Hz 3 OT TABLE FOR GYNAE Hydraulic operation table for Gynae procedure Table Top Radiolucent with antistatic mattress 4 section and equipped with X Ray cassette holder p19a358isOdi0oke 117eft8 Irld4 doc Page 51 of 125 Table top arranged as Head plate Back plate Seat Plate Two separate leg plates All control of table movement toward head side X Ray cassette tunnel full length of table top Up and down movement height range 810 1250mm Trendelenburg Anti trendelenburg 30 Lateral tilt 20 Back rest angle adjustment 15
10. GYNAE DEPARTMENT 1 Anesthesia machine for OT obstetrics 01 2 OT Light for OT 01 3 OT Table for OT 02 4 Vacuum exactor machine 01 5 Baby warmer amp resuscitation 01 6 Baby weighing machine 01 7 Cardiotocograph machine 01 8 Labor room standing light 01 9 Delivery table 01 PULMONOLOGY DEPARTMENT 10 Spirometer 02 11 Fiber optic bronchoscope 01 12 Polysomnograph sleep study 01 OPERATION THEATRE 13 Sternum Saw Pneumatic 01 14 Head lights Ol 15 Mobile Lights Portable Lights 01 16 Cardiac Monitor With Invasive Set Up 04 17 Blood Warmer Ol 18 Fluid Warmer For At least 50 Drips 01 19 Cardioplegia module compatible to C5 HLM 02 20 LED LAMP for C5 HLM 02 21 Side mast handle of both side for C5 HLM pair 02 22 ECMO system 01 23 Heart link system for stockert s HLM 01 24 Transit time flow meter with intra myocardial probe 01l 25 Cardioblade ablation 01 26 Infusion pump 10 27 Ultrasound machine 03 28 Cerebral oximeter 02 29 Crisis Manikin Ol PATHOLOGY 30 Laboratory Incubator 01 31 Tube sealer 01 32 Plasma Extractor 01 33 Air sample collector for Micro 01 ECHO 34 Portable echo machine 02 35 Echo machine 02 36 TEE probe ADULT 01 37 Portable handy hand Echo machine 02 SURGICAL PRIVATE WARD 38 Pulse Oximeter 10 ITC WARD 39 Invasive cardiac monitor for wards 07 p19a358isOdi0oke 1i7eft8 1rld4 doc Page 49 of 125 RADIOLOGY DEPARTMENT 40 X Ray Film Auto Processor 01
11. PHYSIOTHERAPY DEPARTMENT 41 Telemetry System with central monitoring 01l 42 Ultrasound therapy unit Ol 43 Hydrocolator Ol PAEDS CARDIOLOGY 44 Cardiac Monitor Vital signs with pediatric B P cuffs 40 45 Ventilator 02 ELECTROPHYSIOLOGY DEPARTMENT 46 Ambulatory ECG 12 channel Holter monitor 04 47 Ambulatory BP monitoring apparatus 05 ELECTROPHYSIOLOGY CATH LAB Electrophysiology Lab system complete with UPS 01 48 including ablator 49 Intra cardiac Electrophysiology stimulator 01l SPECIFICATIONS OF MEDICAL LAB EQUIPMENTS FOR ABOVE MENTION ITEMS 1 Anesthesia Work Station with Built in Ventilator and Cardiac Monitor GENERAL SPECIFICATIONS 3 Gas Anesthesia Workstation 02 N20 and Air Up to 2 x 02 and 2 x N20 Cylinder can be connected Pipelines fittings gauges for Central Piping 1 x 02 and 1 x N20 Yokes amp Gauges for Cylinders 1 x 02 1 x N2O and 1 x Air Pipeline Pipeline Fitting and Pressure Gauges Main Working Surface 1 x Monitoring Shelf 1 x Side Folding Shelf Single 02 High Pressure Outlet 02 Flush Common Gas Outlet Side Rails and Centrally Braked Castors with Large Brake Peddle 2 x Drawers Anesthesia Machine should be capable of working at Low Flow Anesthesia Scavenging System Venturi Suction 1KG Circle CO Absorber fully Autoclavable including Bag Vent switch CO by pass and manometer gauge complete with mounting bracket disposable patient circuit absorber detachable including Y piece circuit bag
12. The Invitation for Bids does not form part of the Bidding Documents and is included as a reference only In case of discrepancies between the Invitation for Bid and the Bidding Documents listed above the said Bidding Documents shall take precedence iii The bidder is expected to examine all instructions forms terms and specifications in the bidding documents iv Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the bidder s risk and may result in the rejection of its bid Clarification of Bidding Documents A prospective bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency s address indicated in the Invitation for Bids The Procuring Agency shall respond in writing to any request for clarification of the bidding documents which it receives no later than ten 10 days prior to the deadline for the submission of bids prescribed in the Invitation for Bids Written copies of the Procuring Agency s response including an explanation of the query but without identifying the source of inquiry shall be sent to all prospective bidders that have received the bidding documents Pre bid conference will also on the date 12 01 2015 on 11 00 AM mentioned in Bid Data Sheet at the Conference Room of RIC Amendment of Bidding Documents At any time prior to
13. at its discretion may extend the deadline for the submission of bids PREPARATION OF BIDS 8 Language of Bid The bid prepared by the bidder as well as all correspondence and documents relating to the bid exchanged by the bidder and the Procuring Agency shall be written in English Supporting documents and printed literature furnished by the bidder may be in another language provided they are accompanied by an accurate translation in English in which case for purposes of interpretation of the Bid the translation shall govern Documents Comprising the Bid The bid shall comprise the following components a Bid Form and Price Schedule completed in accordance with instruction to bidders to be submitted along with financial proposal b Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted c Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents and d Bid Security 2 of the total value of the bid in the shape of Call Deposit Fresh CDR bank guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi p19a358isOdi0oke 1i7eft8 Irld4 doc Page 32 of 125 Note Bid security must be submitted only with Financial Bid Bid will be rejected if b
14. e Gas supply or power failure e Vent inoperative and low battery Power Supply e 220 V 50 Hz Power Cables amp Hoses for Medical Air e With built in internal re chargeable battery backup min 2 hrs or more Patient Breathing Circuit e 2x set of autoclaveable Reusable Patient Tubing circuit for Paeds with each ventilator e 2x Active autoclaveable expiratory valve and flow sensor for each Humidifier e Humidifier with temperature monitoring at Airway and Humidification Chamber with Alarms for Low High Limits Data displayed e Trends e Numerical Grapht waveforms amp Loops e 300 hrs or more for all patients data Mobile option e Mobile base cart with locking castors Note The standard quoted price should include the cost of oxygen sensor along with PPM kits as per manufacturer recommendations for the period of three years Country of Origin USA Western Europe and Japan 43 Ambulatory ECG 12 channel Holter monitor e ECG data analysis Continuous acquisition of 2 3 or more leads ECG data analysis Time 24 and 48 hours or better ECG data download Via USB Compact flash card or Wireless Data management Inbuilt patient centric data base for convenient and professional Management of electronic record Scan Criteria User adjustable scan criteria to meet variety of clinical requirements e Scanning methods a Retrospective scanning for automatic scanning of Holter ECG data b Prospective scanning for manual scanning in page
15. firm name being the Manufacturer Sole Agent of item name in Pakistan and ancillary services offered to supply the required item s and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of item name cost per unit NOW THIS CONTRACT WITNESSES AS FOLLOWS 1 In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the General Special Conditions of this Contract hereinafter referred to as Contract 2 The following documents shall be deemed to form and be read and construed as integral part of this Contract viz a Price Schedule submitted by the bidder b Technical Specifications c General Conditions of Contract d Special Conditions of Contract and e Procuring Agency s Award of contract and f Purchase Order 3 In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract 4 The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract 5 The Supplier hereby
16. ii A notice shall be effective when delivered or on the notice s effective date whichever is later SPECIAL CONDITION OF CONTRACT 1 Definitions In this Contract the following terms shall be interpreted as indicated against each a The Contract means the agreement between the Procuring Agency and the Supplier as recorded in the Contract Form signed by the Parties including all attachments and appendices thereto and all documents incorporated by reference therein b The Supplier is the individual or firm supplying the goods under this contract 2 Country of Origin All goods and related services to be supplied under the contract must be from that origin country as indicated under general conditions of the contract 3 Bid Security 2 of the total bid money in the shape of Call Deposit CDR Bank Guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawalpindi to be submitted with financial bid 4 Performance Guaranty Security After signing of contract the successful bidder shall furnish the Performance Guaranty Security equivalent to 5 of the total Contract amount in the shape of CDR Bank Guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format 5 Inspection and Tests Inspection of Repair amp Maintenance of machinery equipments at fin
17. in writing if an extension is considered necessary all those who have submitted their bids shall be asked to extend their respective bid validity period Such extension shall be for not more than the period equal to the period of the original bid validity bidders who a Agree to the Procuring Agency s request for extension of bid validity period shall not be permitted to change the substance of their bids and b Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without forfeiture of their bid securities earnest money 17 Format and Signing of Bid i ii The bidder shall prepare and submit its bid along with original purchase receipt The 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 all pages of the bid except for un amended printed literature Any interlineations erasures or overwriting shall be valid only if they are initialed by the person or persons signing the bid SUBMISSION OF BIDS 18 Sealing and Marking of Bids i ii iii The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be The envelopes shall be marked as FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and legible letters to avoid confusion The inner and outer envelopes shall be sealed a
18. substantially responsive The Procuring Agency s evaluation of technical proposal bid shall be on the basis of previous performances previous test reports inspection of plant factory premises if not previously conducted previous experience financial soundness and such other details as the Procuring Agency at its discretion may consider appropriate shall be considered However the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders All bids shall be evaluated in accordance with the evaluation criteria and other terms amp conditions set forth in these bidding documents iv A bid once opened in accordance with the prescribed procedure shall be subject to only those rules regulations and policies that are in force at the time of issue of notice for invitation of bids 26 Evaluation Criteria i For the purposes of determining the lowest evaluated bid facts other than price such as previous performances inspection of plant factory premises previous experience financial soundness and such other details as the Procuring Agency at its discretion may consider appropriate shall be taken into consideration The following merit point system for weighing evaluation factors criteria can be applied for the TECHNICAL PROPOSALS The number of points allocated to each factor shall be specified in the Evaluation Report Evaluation Criteri
19. the correction of the errors its bid shall be rejected and its bid Security may be forfeited If there is a discrepancy between words and figures the amount in words shall prevail iii 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 iv Prior to the detailed evaluation the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents For purposes of these Clauses a substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations Deviations from or objections or reservations to critical provisions such as those concerning p19a358isOdi0oke 1i7eft8 Irld4 doc Page 9 of 125 Applicable Law Taxes amp Duties shall be deemed to be a material deviation for technical proposals The Procuring Agency s determination of a bid s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence 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 25 Evaluation amp Comparison of Bids i ii iii The Procuring Agency shall evaluate and compare the bids which have been determined to be
20. where applicable in duplicate showing name of destination to which delivery is to be made item s description quantity per unit cost without GST amount of GST and total amount with GST 7 Insurance The goods supplied under the Contract shall be delivered duty paid under which the risk is transferred to the Procuring Agency after having been delivered hence insurance coverage is Supplier s responsibility therefore they may arrange appropriate coverage 8 Incidental Services The following incidental services shall be provided and the cost of which should include in the total bid price a The bidder shall repair and maintenance of machinery equipments as per tender requirement along with complete literature Leaflet b If the Supplier bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods the same shall be included prior to comparison of rates with the other bidders 9 Payment A The Payment shall be in Pak Rupees B The payment shall be made to the Supplier on receipt of original delivery Challan s and invoice s including those of GST if applicable in duplicate duly completed in all respect and signed amp stamped by the store officer signed and stamped by Consignee along with physical inspection report carried out by the Committee with certificate and test analysis report to the effect that the supplies conform to specifications C
21. whichever is later SPECIAL CONDITION OF CONTRACT 1 Definitions In this Contract the following terms shall be interpreted as indicated against each a The Contract means the agreement between the Procuring Agency and the Supplier as recorded in the Contract Form signed by the Parties including all attachments and appendices thereto and all documents incorporated by reference therein b The Supplier is the individual or firm supplying the goods under this contract 2 Country of Origin All goods and related services to be supplied under the contract must be from that origin country as indicated under general conditions of the contract 3 Bid Security 2 of the total bid money in the shape of Call Deposit CDR Bank Guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawalpindi to be submitted with financial bid 4 Performance Guaranty Security After signing of contract the successful bidder shall furnish the Performance Guaranty Security equivalent to 2 of the total Contract amount in the shape of CDR Bank Guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format 5 Inspection and Tests Inspection of Machinery Plants at final acceptance shall be in accordance with the conditions of contract After delivery at Rawalpindi Institute of Car
22. 1 INSTRUCTIONS TO BIDDERS Source of Funds The Government of Punjab Health Department has allocated funds for the purchase of Machinery Plants to the individual institution under their relevant Head of Account which will be utilized by Rawalpindi Institute of Cardiology Rawal Road Rawalpindi for the purchase of Machinery Plants during the financial year 2014 15 Rawalpindi Institute of Cardiology Rawal Road Rawalpindi intends to fix the price conclude the contract for the supply of Machinery Plants on Free Delivery to Consignee s end basis directly to Rawalpindi Institute of Cardiology Rawal Road Rawalpindi Eligible bidders This Invitation for Bids is open to all printers having income tax sale tax registered distributors suppliers for the supply of Machinery Plants on Free Delivery to Consignee s end basis The bidder shall also have to submit a copy of registration certificate and Memorandum of Association Partnership deed registered with the Registrar of Companies in Pakistan The bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices declared by any Government Federal Provincial District a Local Body or a Public Sector Organization Eligible Goods and Services All goods and related services to be supplied under the contract shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such goods and services For this purpo
23. 3 or 50mL Flow accuracy 5 or 200mL s p19a358isOdi0oke 1i7eft8 Irld4 doc Page 54 of 125 Dynamic resistance lt 0 5 cmH2O L s Printer paper Thermal 4 4 inch 112 mm width Mouthpieces 1 18 inch 30 mm Dimensions 12 2x8 1x2 6 inch 310x205x65 mm Weight 4 2 lbs 1 9 Kg Measured parameters VC Related VC ERV IRV IC TV Resting Respiration t e t 1 VB t tot TV t I t i t tot amp with FRC externally acquired measurement computing for RV amp TLC FVC Related FVC FEVO 5 FEV1 G FEV1 T FEV3 0 FEV3 G FEV3 MMEF Extime Vext FIVC FIVO 5 FIV1 0 FIVI FVC FIVI FIVC PEF MEF75 FEF25 MEF50 FEF50 MEF25 FEF75 PIF amp MIFSO 11 Flexible bronchoscope Intubation Fiberscope eyepiece with autoclave able suction Valve for adults and pediatric Light weight high resolution bronchoscope Deflection up down 140 140 or Better Field of view 120 or more Angle of view 90 Working length at least 600mm or more Distal tip outer diameter 2 to 5 mm Should allow 6 5mm endotracheal to be mounted easily Depth of Field 3mm to 50mm Following accessories are included Portable trolley Pressure Compensation Cap Leakage Tester Tube Holder Cleaning Brush Irrigation Adaptor Suction Valve Autoclavable Bronchoscope Insertion Tube size 4 sterile Bronchoscope Insertion Tube size 2 sterile Plug black package of 10 light source LED halogen 1xstandby V
24. 8 The Supplier accepts full responsibility and strict liability for making any false declaration not making full disclosure misrepresenting facts or taking any action likely to defeat the purpose of this declaration representation and warranty It agrees that any Contract right interest privilege or other obligation or benefit obtained or procured as aforesaid shall without prejudice to any other right and remedies available to Procuring Agency under any law Contract or other instrument be void able at the option of Procuring Agency 9 Notwithstanding any rights and remedies exercised by Procuring Agency in this regard The Supplier agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission gratification bribe finder s fee or kickback given by The Supplier as aforesaid for the purpose of obtaining or inducing the procurement of any Contract right interest privilege or other obligation or benefit in whatsoever form from Procuring Agency p19a358isOdi0oke 1i7eft8 Irld4 doc Page 96 of 125 10 In case of any dispute concerning the interpretation and or application of this Contract shall be settled through arbitration The Additional Chief Secretary or his nominee shall act as sole arbitrator The decisions taken and or award made by the sole arbitrator shall be
25. 8 ECC bytes to protect Disk from Silent Data Corruption Minimum support for 150 drives Concurrent support for Native NAS iSCSI FC FCoE and p19a358isOdi0oke 1i7eft8 Irld4 doc Point in Time Copy Automated Storage Tiering Thin Provisioning Capacity Optimization with Block and File Compression and De duplication Storage Monitoring Software amp Storage Management Software Page 123 of 125 10Gig E Should Support for Comprehensive point in time snap copy software Provides ability to dynamically move data between different types of drives or storage tiers to ensure optimization of high cost high performance drive utilization Data movement between storage tiers must be automated transparent to applications and based on advanced analysis of historical data access patterns Data movement between storage tiers must be performed at the sub logical unit LUN level to ensure optimization of high cost high performance drives Automated data movement between storage tier functionality should be included in the base system cost Ability to thin or over provision space allocated to hosts Le space allocated to a host is not totally reserved for that host at time of allocation but rather is allocated to the host only as it is consumed Thin provisioning functionality should be included in the base system cost Thin Provision should also Support Block Compression for better capacity Optimization Zero page reclaim should supported on T
26. AS PER BID EVALUATION CRITERIA UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT p19a358isOdi0oke 117eft8 Irld4 doc 27 28 29 30 31 Page 11 of 125 ii After technical evaluation is completed the Procuring Agency shall inform the bidders who have submitted proposals the technical scores obtained by their technical proposal and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 70 or were considered non responsive that their financial proposals shall be returned unopened after completing the selection process The Procuring Agency shall simultaneously notify in writing bidders that have secured the minimum qualifying marks the date time and location for opening the financial proposals Bidders attendance at the opening of financial proposals is optional iii Financial proposals shall be opened publicly in the presence of the bidders or their representatives who choose to attend The name of the bidders and the technical score of the bidder shall be read aloud The financial proposal of the bidders who met the minimum qualifying marks shall then be inspected to confirm that they have remained sealed and unopened These financial proposals shall be then opened and the quoted price read aloud and recorded Contacting the Procuring Agency No bidder shall contact the Procuring Agency on any matter relating to its bid from the time of the bid opening to the time the Contrac
27. Country of Origin All goods and related services to be supplied under the contract must be from that origin country as indicated under general conditions of the contract 3 Bid Security 2 of the total bid money in the shape of Call Deposit CDR Bank Guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawalpindi to be submitted with financial bid 4 Performance Guaranty Security After signing of contract the successful bidder shall furnish the Performance Guaranty Security equivalent to 2 of the total Contract amount in the shape of CDR Bank Guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format 5 Inspection and Tests Inspection of Medical amp Laboratory Equipments at final acceptance shall be in accordance with the conditions of contract After delivery at Rawalpindi Institute of Cardiology Rawal Road Rawalpindi the goods shall be inspected examined by the Inspection Committee Rawalpindi Institute of Cardiology Rawal Road Rawalpindi to physically check the goods in accordance with the approved sample and terms conditions of the Contract The Committee shall submit its inspection report to Procuring Agency along with invoice bills delivery Challan In case of any deficiency pointed out by the Inspection Committee in the delivered goods th
28. Current Bipolar Interference Classic Interference more current and specification acceptable Automatic Dipole Vector Variable carrier frequencies of 2 4 or 10 kHz or more at bi polar interferential these or more Pre programmed simple protocols Pre programmed sequential protocols simple protocols 10 free programmable memory positions for Adjustable intensity per channel p19a358isOdi0oke 1i7eft8 Irld4 doc Page 72 of 125 e Pre programmed treatment protocols Point electrode 5mm in combination with adapter plug 4mm or more Electrode holder e Complete with standard accessories 40 Hydrocolator e Approved and authorised for medical use e The Hydrocollator supplied with standard 12 Moist pack packs of 25x30 cm Easily moved on rubber wheels Tank capacity 68 81 I Temperature range 71 74 C more rane acceptable Mains voltage 220 240 V Mains frequency 50 60 Hz Power consumption 1000 W Dimensions hxdxw 85 09x67 31x39 37 cm or othes Complete with standard accessories 41 Cardiac Monitor Vital signs with pediatric B P cuffs MODULAR VITAL SIGN MONITOR For monitoring of patients vital signs Operating Features and Characteristics Non fade TFT color display Electro surgical interference suppression protection Defibrillator protection Freeze and cascade facility Waveform trace speed 25 to 50 mm sec Screen Size min 10 or more TFT LCD color Touch Screen display PARAMETERS eECG Numeric heart rate Waveform 12 Wave fo
29. Governing Language The language of this Contract shall be in English 13 Applicable Law This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction 1 Notices Supplier s address for notice purpose Procuring Agency s address for notice we cen nen seen mnn purposes shall be the Executive Director Rawalpindi Institute of Cardiology Rawalpindi Note All assessments and procuring procedures i e receiving opening and awarding etc shall be governed by the Punjab Procurement Rules 2014 p19a358isOdi0oke 1i7eft8 Irld4 doc Page 94 of 125 PERFORMANCE GUARANTY SECURITY FORM CDR To Executive Director Rawalpindi Institute of Cardiology Rawalpindi Whereas M S hereinafter called the Supplier has undertaken in pursuance of Contract No dated to Repair amp Maintenance of Machinery equipments hereinafter called the Contract And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you CDR Bank Guarantee issued by a scheduled bank for the sum of 5 of the total Contract amount as a Security for compliance with the Supplier s performance obligations in accordance with the Contract Name of the bidder Father s Name Address of bidder Firm NIC Designation Signature Stamp MANUFACTURER S AUTHORIZATION FORM To name of Purchaser WHEREAS name of the Manufacturer who are established
30. Peripheral pediatric adult cephalic and transesophageal with all required software for measurements DISPLAY MODES Live and stored display format full size and split screen Review image format for still and cine simultaneous capability B PW B CFM PW CW B or triplex mode B color split screen display 2D mode M mode color Doppler imaging color Doppler imaging color m mode PW HPRF Doppler CW Doppler TEE imaging IMT Stress Echo tissue Strain imaging Tissue Doppler Imaging Anatomical M Mode Panoramic Imaging Vascular imaging vascular calculations cardiac measurements and full cardiac imaging CINE MEMORY Min Cine Memory for 1000 frames or 250MB min IMAGE VIEWING DEPTH 36 cm or more FRAME RATE Minimum frame rate 1000 Hz STORAGE DEVICE Built in CD DVD and USB Drive SYSTEM DYNAMIC RANGE Dynamic range minimum 200 dB or more p19a358isOdi0oke 117eft8 Irld4 doc Page 68 of 125 COMMUNICATION SOFTWARE System should upgradable for DICOM 3 communication software for Image Storage print Query Retrieve Network Communication Probes Should be light weight capable of multiple centre frequencies on transmit for 2D color Doppler PW CW Steerable Imaging and to perform Harmonics PORTS Video Output USB RS 232 Networking POWER REQUIREMENT 220 240V AC 50 Hz STANDARD TRANSDUCERS 1 Multi frequency Linear Probe to cover 7 5 12 0 MHz 2 Multi frequency Phased array sector probe to cover 2 0
31. Pre programmed protocols including ii AV Sequential pacing iv Bi ventricular Pacing protocol v Anti tachycardia pacing protocol vi Capable of providing up to 6 extra stimuli vii Work on both channels with Max current limit up to 25 mA viii ECG PQRS graphical display amp control ix Trigger on premature ectopic beats x Configurable to multiple users xi Stop on tachycardia for arrhythmia induction xii On line help and teaching diagrams xiii Preset Extra stimulation xiv Catheter Tip ECG Sense xv Open circuit warning xvi Beat to Beat Impedance xvii Mains and Battery Backup operation xviii Battery Backup Operation up to 30 minutes xix Emergency Pacing xx Non Windows Crash free operating system xxi Inbuilt training modules Video or text covering all aspects of stimulator functionality xxii FDA Approved RF Ablator Generator i Power range from 1 W to a maximum 100 W RF ablator ii Should be delivering energy in temperature control or power control mode iii Capable of continuous RF generation for at least 120 sec iv Digital display of impedance power temperature and time and audio alarm when energy is being delivered v Direct interface with all electrophysiology recording systems such that the parameters are displayed and recorded on the recording system during energy delivery vi Desirable for the ablator to support both sensors using one connector cable i e no need to have separate cable
32. accepted the bid by the Supplier for the supply of item name cost per unit NOW THIS CONTRACT WITNESSES AS FOLLOWS 1 In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the General Special Conditions of this Contract hereinafter referred to as Contract 2 The following documents shall be deemed to form and be read and construed as integral part of this Contract viz a Price Schedule submitted by the bidder b Technical Specifications c General Conditions of Contract d Special Conditions of Contract and e Procuring Agency s Award of contract and f Purchase Order 3 In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract 4 The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract 5 The Supplier hereby declares that it has not obtained or induced the procurement of any Contract right interest privilege or other obligation or benefit form Government of Punjab or any adminis
33. adjustable temperature Celsius or Fahrenheit fan speed air flap position programme time time zones summertime winter time e Programme stored in case of power failure e Incl works calibration certificate for 37 C Multiple overtemperature protection e With audible and visual alarm e Over temperature monitor Textured stainless steel casing e Fully insulted stailes steel door with 2 point locking compression door lock e Inner glass door p19a358isOdi0oke 117eft8 Irld4 doc Page 64 of 125 Rear zinc copper plated steel Interior Heating Concept Easy to clean interior made of stainless steel reinforced by deepdrawn ribbing with integrated and protected large area heating on four sides Temperature Range Min 10 C above ambient up to 80 C 28 Tube sealer For manual electric handling and processing of blood bags in the blood donor area for 5 mm tubes Microprocessor controlled high frequency generator unit Adjustable sealing time upto 5 sec Over temperature alarms Rechargeable battery operated unit with charging unit Battery backup for 1000 sealing s Hand held sealer with 3meter cable 29 Plasma Extractor Control Manual Stainless steel constructed Visual clarity Frame and contruction Stailness steel Compression plate designed to exert uniform pressure on the blood bag Attractive front panel bezel Durable and reliable Sturdy contruction Portable Light weight
34. ancillary to the supply of goods such as instruments equipments v The Procuring Agency means the Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi vi The Supplier means the individual or firm supplying the goods under this Contract Application These General Conditions shall apply to the extent that they are not inconsistent superseded by provisions of other parts of the Contract Country of Origin All goods and related services to be supplied under the contract shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such goods and services For the purposes of this clause origin means the place where the goods are produced through manufacturing or processing or the place from which the related services are supplied Standards The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications Use of Contract Documents and Information 1 The Supplier shall not disclose the Contract or any provision thereof or any specification plan drawing pattern sample or information furnished by or on behalf of the Procuring Agency in connection therewith to any person other than a person employed by the Supplier in the performance of the Contract ii The Supplier shall not without the Procuring Agency s prior written consent make use of any document or information enumerated in
35. and fresh gas assembly 1 x Bag Arm 2 Station Selectatec Back bar to accommodate up to two vaporizers 1 x Vaporizer Selectatec Type Tec 7 or equivalent Isoflurane 1 x Vaporizer Selectatec Type Tec 7 or equivalent Sevoflurane 2 Pin Index Cylinders for 02 2 Pin Index Cylinders for N2O ELECTRONIC DIGITAL FLOWMETER Three Gas Configurations 02 N20 and Air Flow Range 02 and Air 0 to 12 LPM N20 0 to 12 LPM Total Flow Meter 0 to 10 LPM Calibrated to 02 Thermal Mass Flow Sensor Type p19a358isOdi0oke 1i7eft8 1rld4 doc Page 50 of 125 Mechanical Hypoxic Guard for minimum of 25 02 Auxiliary Flow Meter Low flow oxygen at 200ml flow meter ANESTHESIA VENTILATOR Microprocessor Controlled Anesthesia Ventilator Full Color Minimum 6 8 or more LCD TFT Touch Screen Display Automatic Leak and Compliance Test Fresh Gas and Compensation Ventilation Modes Volume Control Pressure Control SIMV PSV Pressure Support CPAP Spontaneous manual Ventilator Monitoring Oxygen F102 Inspired amp Expired Volumes PAW Pressure Real Time Waveforms for Flow Volume amp Pressure Tidal Volume 20 1400 ml IE Ratio 2 0 1 1 5 Frequency 4 60 bpm Minute Volume 0 3 25 LPM Pressure Limit 10 70 cmH2O Adult amp 10 50 cmH2O0 Paeds PEEP 3 20 cmH20 Patient Trigger 1 10 LPM Battery Back Up of 60 minutes Minimum User Alarms High Low Pressure High Low Minute Volume High Low Breath Per Minute
36. and response to wide load demands The control switches should permit selection of fixed rate or fully modulating operation f Gas and combustion air are to be intimately mixed in the combustion zone Flash back is to be avoided as possible g The burner is to be listed by underwriters laboratory amp carry a U L certification however other regulatory agency inspecting amp stamping options are also acceptable subject to approval by the engineer Burner is to be completely assembled wired and tested at the p19a358isOdi0oke 117eft8 Irld4 doc Page 25 of 125 factory Main gas train components like PRV gas cock etc are to be shipped by the burner manufacturers Controls 1 et ee ae 220 50 1 control circuit Burner mounted control panel Motor starters for 400 50 3 Panel signal lights for power ON ignition flame fail manual auto Gas operation Full modulation with manual potentiometer Flame safeguard controller with ultraviolet flame detector Controller to be of the Self check design Combustion air interlock switch 3 Medical Oxygen System Generator Oxygen generator produces from 20 to 5000 cubic feet of oxygen per hour at up to 95 5 oxygen concentration Features Produces oxygen from an independent compressed air source Microprocessor controlled Low operating cost Automatic and unattended operation Easy to maintain Touch screen control panel with integrated oxygen concentratio
37. any Government Federal Provincial District a local body or a Public Sector Organization The bidder shall be debarred from bid on account of submission of false statement d The bidder should have minimum two year experience in the market Similarly it is mandatory that the item to be quoted by the bidder Manufacturer should have availability in the market minimum for the last one year Documentary proof shall have to be provided in this regard e The bidder is required to provide with the Technical Proposal the name of item s for which they have quoted their rates in the Financial Proposals The bidder must indicate the registration number make of country of origin Manufacturer of the IT Equipments capacity of production of the firm its financial status batch capacity necessary assurance p1l9a358is0diQoke1i7eft8 Irld4 doc Page 105 of 125 of quality production GMP CGMP and list of qualified technical and supervisory staff working in the production and quality control departments in the manufacturing plants g The bidder shall provide a list of plant major machinery and equipment installed in the factory In case of imported items the profile credentials of the foreign Manufacturer in the respective foreign country shall be provided along with bid 14 Documents Establishing Good s Eligibility and Conformity Bidding Documents i ii The bidder shall furnish along with Technical Proposal as part of its
38. applied for the TECHNICAL PROPOSALS The number of points allocated to each factor shall be specified in the Evaluation Report Evaluation Criteria Name of Firm S Parameters Detail Marks Remarks 1 Bidder s Past Major institutions served Institutions include Performance i No institution served 0 Government Last one li 1 10 departments and year As per ii 2 to3 16 40 autonomous Bid Form 4 iv 4to5 24 departments Submit v 6to7 32 supply orders vi 8 and above 40 2 Bidder s Bidders having less than Market i 2 3 years 16 40 01 year experiences are experience ii 3 5 year 28 ineligible Provide p19a358isOdi0oke 1i7eft8 Irld4 doc Page 87 of 125 in quoted iii Above 5 years 40 evidence of last one items year in business 3 Financial status i Last years audited balance 6 Bidder can provide more sheet than one Bank ii Tax returns last three years _ 6 20 certificates showing iii Bank Certificate 8 good financial status Total marks 100 Total marks Obtained Qualifying marks 70 2 SCHEDULE OF REQUIREMENT MODE OF PENALTY 100 QUANTITY AS PER TOTAL PURCHASE ORDER DELIVERY PERIOD WITHOUT PENALTY 30 days 30 Days WITH PENALTY 60 Days 60 Days At the rate of 2 per month 0 067 per day after 30 days of Purchase Order i 100 compl
39. are produced through manufacturing or processing or the place from which the related services are supplied 4 Standards The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications 5 Use of Contract Documents and Information 1 The Supplier shall not disclose the Contract or any provision thereof or any specification plan drawing pattern sample or information furnished by or on behalf of the Procuring Agency in connection therewith to any person other than a person employed by the Supplier in the performance of the Contract ii The Supplier shall not without the Procuring Agency s prior written consent make use of any document or information enumerated in condition of contract except for purposes of performing the Contract iii Any document other than the Contract itself enumerated in condition of contract shall remain the property of the Procuring Agency and shall be returned if so required by the Procuring Agency iv The Supplier shall permit the Procuring Agency to inspect the Supplier s accounts and records relating to the performance of the Supplier 6 Patent Rights The Supplier shall indemnify the Procuring Agency against all third party claims of infringement of patent trademark or industrial design rights arising from use of the Goods or any part thereof in the country 7 Submission of Samples The Supplier shall provide samples free of cost of the product to p
40. bidders the Procuring Agency shall assume no responsibility for the bid s misplacement or premature opening and shall be rejected forth with p19a358isOdi0oke 1i7eft8 Irld4 doc 19 20 21 Page 106 of 125 Deadline for Submission of Bids Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under instruction to bidders not later than the time and date specified in the Invitation for Bids The Procuring Agency may at its discretion extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders in which case all rights and obligations of the Procuring Agency and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended Late Bid Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder Withdrawal of Bids The bidder may withdraw its bid after the bid s submission and prior to the deadline prescribed for submission of bids No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders OPENING AND EVALUATION OF BIDS 22 23 24 Opening of Bids i The Procuring Agency shall initially open only the envelope marked TECHNICAL PROPOSAL in the presenc
41. capable with OSPF support Switching capacity 800 Gbps with throughput of 250 Mpps High availability External USB and SD card support for flexible storage options 10 100 1000 RJ 45 console and management port IPv6 support in hardware Nonstop Forwarding State ful Switchover NSF SSO Redundant power supply Yes Field replaceable fans Yes MAC Entries 55K Forwarding IPv4 entries 256K Forwarding IPv6 entries 128K RSTP MSTP VSTP supported VLANS 4000 IGMP Groups 32K 8 Queues Port 128k QoS Enteries QoS Policy Per port per Vlan 20 x 10G SFP multimode 28 x 10G singlemode SFP Warranty 3 years FIREWALL Inner and External Security and Reporting QTY 1 Security Appliance should deliver gigabit class security services with Active Active or Active Standby high availability 8 port 10 100 1000 2 x 10G ports Stateful Inspection throughput 4 Gbps UTM IDP App Firewall support IPS throughput more than 1 Gbps Concurrent sessions 512k Firewall Performance 7 Gbps at large packet size IPSEC VPN throughput 1 9 Gbps VPN user sessions 5000 High availability Redundant Power supply Yes Warranty 3 years BRANDED SERVERS Virtualization Supported High End Servers HP DELL CISCO HUAWEI IBM QTY 2 Min 16 core rack mount servers 256 GB RAM extendable to 750 GB Min 4 TB storage 4x 10 G Lan interfaces hot swappable SAS SATA or SSD drives for local storage RAID 0 1 5 6 10 50 and 60 support redundant
42. case all rights and obligations of the Procuring Agency and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended Late Bid Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder Withdrawal of Bids The bidder may withdraw its bid after the bid s submission and prior to the deadline prescribed for submission of bids No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders OPENING AND EVALUATION OF BIDS 22 23 24 Opening of Bids i The Procuring Agency shall initially open only the envelope marked TECHNICAL PROPOSAL in the presence of bidders representatives who choose to attend at the time on the date and at the place specified in the Invitation for Bids The bidders representatives who are present shall sign the Attendance Sheet evidencing their attendance However the envelope marked as FINANCIAL PROPOSAL if it is sealed shall be retained in the custody of Procuring Agency without being opened and till completion of the evaluation process ii The bidders names item s for which they quoted their rate and such other details as the Procuring Agency at its discretion may consider appropriate shall be announced at the opening of techn
43. case the extension shall be ratified by the Procuring Agency by p19a358isOdi0oke 1i7eft8 Irld4 doc Page 41 of 125 amendment of Contract A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages unless an extension of time is agreed upon without the application of liquidated damages 20 Penalties liquidated Damages In case of late delivery beyond the presented period penalty as specified in Special Conditions of Contract shall be imposed upon the Supplier The above Late Delivery LD is subject to General Conditions of Contract including late delivery for reasons beyond control Once the maximum is reached the Procuring Agency may consider termination of the Contract In case of supply of substandard product the destruction cost will be borne by the firm i e burning Dumping Incineration If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form Tender Enquiry the procuring agency shall be entitled to make other arrangement at the risk expense of the Contractor Supplier Firm the price difference shall be paid by the Firm 21 Termination for Default The Procuring Agency without prejudice to any other remedy for breach of Contract by written notice of default sent to the Supplier may terminate the Contract in whole or in part if the Supplier fails to deliver any or all i
44. continues recording of ECG 24 48 hours Accessories a ECG Patient cable compatible to commercially available disposable ECG electrodes b Holter recorder pouch and belt etc PC Hardware 01 Set CPU Branded mini tower CPU HP Dell with Keyboard amp Mouse Operating System Original Windows licensed from Microsoft Monitor Full HD 1920 x 1080 pixels Color LCD Display Printer HP Laser Jet Certificate Must be CE and FDA approved Country of Origin USA Japan Western Europe 44 Ambulatory BP monitoring apparatus Ambulatory Blood Pressure Monitoring System ABP ABP Analysis Software QTY 01 e Data Analysis e Capability 24 hours or better e Data download technique Via USB Compact flash card or Wireless e Data management Inbuilt patient centric database for convenient and professional management of electronic record e Data presentation a Presentation of recorded data Sys BP Dia BP and Pulse Rate in trend graph tabular report and detailed statistics b Ability to identify automatically awake asleep cycles c Capability to compare current results Vs previously measured d Capability to program recording device according to individual clinical requirements e Test reports Customized reports in Microsoft Word HTML or PDF formats e Data import export Import export of electronic data in non proprietary XML or CSV Excel compatible format ABP Recorder QTY 10 e BP Recording time 24 hours or bet
45. delivery date w e f the next date after date of issue of Purchase Order without penalty and with prescribed penalty as per following schedule of requirements MODE OF PENALTY 100 QUANTITY AS PER TOTAL PURCHASE ORDER DELIVERY PERIOD WITHOUT PENALTY 30 days 30 Days WITH PENALTY 60 Days 60 Days At the rate of 2 per month 0 067 per day after 30 days of Purchase Order p19a358isOdi0oke 1i7eft8 Irld4 doc Page 98 of 125 ITEMS REQUIRED FROM REPAIR amp MAINTENANCE OF MACHINERY AND EQUIPMENTS FOR 2014 15 S EQUIPMENT NAME SPECIFICATION QTY 01 Door gas kit Auto clave MMM 6612 2 666 1 666 2 06 02 Air filter Atlas copco Part no 1613 9001 00 24 03 Oil filter Atlas copco Part no 2202 9295 50 12 04 Oil separator Atlas copco Part no 2202 9294 50 12 05 Oil can for vacum pump Atlas copco Part no 2901 1831 10 16 06 Filter element kit Atlas copco Part no 2901 2042 16 07 Roto injector fluid Atlas copco Part no 2901 0522 00 04 08 Kit B after 2000 hour Atlas copco Part no 2901 2033 00 16 09 WSD 25 Water separate drain 08 10 dMED 39 DD 44 PD44 PDp 44 08 11 Anesthesia machine O2 cell Compactable for Hair anesthesia machine 06 12 Ventilator O2 cell Compactable for Event inspiration 5i 25 13 ABG machine Electrode set For Medica Easy state 03 14 Flow sensor ventilator Compactable for Event
46. duties in pursuant to instruction to bidders All bids shall be evaluated in accordance with the evaluation criteria and other terms amp conditions set forth in these bidding documents iv A bid once opened in accordance with the prescribed procedure shall be subject to only those rules regulations and policies that are in force at the time of issue of notice for invitation of bids 26 Evaluation Criteria i For the purposes of determining the lowest evaluated bid facts other than price such as previous performances inspection of plant factory premises previous experience financial soundness and such other details as the Procuring Agency at its discretion may consider appropriate shall be taken into consideration The following merit point system for weighing evaluation factors criteria can be applied for the TECHNICAL PROPOSALS The number of points allocated to each factor shall be specified in the Evaluation Report Evaluation Criteria Name of Firm S Parameters Detail Mark Remarks Bidder s Past Major institutions served 15 Institutions include Performance i _ No any institution served 0 Government departments Last one year ii 3 and private hospitals 1 As per Bid iii 2to3 5 Form 4 iv 4to5 8 v 6to7 12 vi 8 and above 15 Bidder s Market 5 Bidders having less than 1 experience in i 1 3 years 2
47. e Two temperature Channel with probe external and rectal Ability to measure Adult amp Pediatric temnerature range PULSE QXIMETRY e Numeric Oxygen saturation e Range 0 100 e Numeric Pulse rate 20 250 beat per min e Waveform Plethysmograph pulse with pulse strength indication Sensor for Pediatrics amp Adult Patients RESPIRATION e Impedance method using ECG leads for sensing Respiration rat moon n remem a nnn enna e RR 1 150bpm e Ability to measure Pediatric amp Adult breathing rate range Sweep speed 6 25 12 5mm sec e Settable Apnea Alarm p19a358isOdi0oke 117eft8 Irld4 doc Page 57 of 125 MULTI GAS AGENT MONITORING MODULE e The Multi gas Module monitors gas concentration and alerts clinical personnel when concentration of anesthetic agents Oxygen Carbon Dioxide or Nitrous Oxide falls outside of defined limits e The Anesthetic agent being administered is automatically identified RECORDER e 3 Channel Recorder for printing of ECG Waveforms e ECG Paper Roll 05 INVASIVE BLOOD PRESSURE MODULE e Four channels e Numeric Systolic Diastolic and Mean Pressure Waveform Blood Pressure e Variable scale Selectable e Adjustment Zero adjustment for offset compensation e ARRfTHIEMIA ANALYSIS e Should have more than 14 Arrhythmia items TRENDS e Trends for at least 48 96 hours with graphical and tabular representation for all parameters ALARMS e Selectable au
48. events in real time Drug Labeling Display of the drug name based on a list 050 pre set drug names Drug Libraries Customized drug library with Vigilant V Medication Safety Solution Up to 4 different drug libraries DPS The Dynamic Pressure System DPS to warn of pressure variations Pressure Monitoring Graphic representation of the pressure in the infusion line and of the pressure limit thanks to the pictograms Anti Bolus System to reduce significantly bolus after occlusion release 0 2 ml max ALARMS PRE ALARMS SECURITY Power Supply 100 240 Vac 50 60 Hz with standard cable Battery Li Ion battery life at least 8 hours at 100 ml h charge level available on the display To be supplied with 100 IV sets compatible 24 Ultrasound machine System Standard features TFT LCD Swivel and Tiltable Colour Monitor Multimodality Digital Beam former and upgradeable through software s Image Display Modes Full Dual Orientation Left Right Up Down B B B B BM M B D D B CFM B CFM D Operational Modes B Mode M Mode Doppler Mode Colour Flow Mapping Colour Flow Mapping in M Mode HPRF Duplex Triplex modes Power Doppler Advanced Dynamic Flow B Flow E Flow Compound Imaging for Black amp White and Colour Doppler Vide View Trapezoid Imaging for Linear Probe STESCAPE I SCAP PANOROMIC VIEW Imaging Adaptive Suppression Imaging Precession Imaging Phase Inversion Imaging Wide choice of transducers i e Linear Conve
49. except disposable amp consumable items 17 Blood warmer e FOR WARMING OF BLOOD BAGS e MINIMUM THREE TO FOUR BAGS CAPACITY e Temperature setting 37 C tot 44 C e Microprocessor controlled unit e Blood warmer e Voltage 220 V 50 Hz 18 Fluid warmer for at least 50 drips e Capacity at least 50 drips e Complete S S skid e Voltage 220 V 50 Hz 19 ECMO system ECMO SYSTEM e Optimal for ECMO Extra corporeal membrane oxygenation amp ECLS Extra Corporeal Life Support therapy e Complete system solution for long term support of heart and lung function in adults pediatrics and infants e Single pump module for adults pediatrics and infants General Features e Motor speed control e Pulsatile flow control e Zero flow control p19a358isOdi0oke 117eft8 Irld4 doc Page 59 of 125 Flow sensor with integrated bubble sensor Four pressure sensors Two temperature sensors Reverse flow detection Venous blood oxygenated saturation SVOz Level sensor Hemoglobin Hematocrits Rescitable clock himer Console lamp Heating unit with accessories Battery backup up to 90mint Protection with splash drips and defibrillators CE FDA approval Technical Specifications for Console Rated voltage mains operation 90 250 VAC 47 63 HZ Display touch screen TFT Data interface USB Light weight Control modes speed preload flow zero flow Sensor technology flow bubble detection pressure Flow 0 8 L min Speed up t
50. fans and power supplies PCIe 3 0 slots p19a358isOdi0oke 117eft8 Irld4 doc e Internal USB option e One Management Interface e KVM console connector e 2RU e Warranty 3 years NMS for 100 devices Page 122 of 125 e Management Solution should be able to e Assess plan and create configurations required to roll out new network services and technologies including creating templates for monitoring key network resources devices and attributes e Schedule the rollout and implementation of network changes e Solution should be able to manage minimum 100 devices and scalable to 1000 devices or higher e Monitor the overall health of the network using predefined dashboards that provide up to date status e Should be able to delivers simple one click workflows and 360 degree views to enhance troubleshooting and reduce the time to resolve network issues e Should provide an access to wide variety of predefined reports for up to date network information e These reports include detailed inventory compliance audit capacity end of sale security vulnerabilities and many more e Should help to Ensure Regulatory and Risk Compliance e Should support various types of devices including routers switches wireless controllers lightweight wireless access points and autonomous access points etc e Solution should offers both physical appliance and virtual appliance options for deployment flexibility without sacrificing scalability
51. final and binding on the Parties 11 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction 12 If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form Tender Enquiry the procuring agency shall be entitled to make other arrangement at the risk expense of the Contractor Supplier Firm the price difference shall be paid by the Firm 13 In case of supply of substandard product the destruction cost will be borne by the firm i e burning Dumping Incineration 14 Partial supply shall not be accepted 15 Quality quantity of repair and maintenance of machinery equipments will be checked by the concerned hospital through inspection committee notified by the concerned Executive Directors 16 The supply shall not be accepted if found substandard The seller shall be bound to replace the substandard stores immediately 17 Seller shall ensure timely continuous uninterrupted supply of Repair amp Maintenance of machinery equipments to the end users as per demand throughout the contract period 18 The seller shall have to supply such quantity as ordered 19 The seller shall provide free delivery of Repair amp Maintenance of Machinery Equipments to consignee at the concerned hospital store 20 If the rates charged by the seller are found higher than the market rates the extra money charged shall
52. following schedule of requirements MODE OF PENALTY 100 QUANTITY AS PER TOTAL PURCHASE ORDER DELIVERY PERIOD WITHOUT PENALTY 45 days 45 Days WITH PENALTY 45 Days 90 Days At the rate of 2 per month 0 067 per day after 45 days of Purchase Order p19a358isOdi0oke 117eft8 Irld4 doc Page 120 of 125 ELIGIBILITY CRITERIA Vendor having minimum Tier 1 Gold Partnership status with Principal Vendor must be an authorized dealer for the last 8 years of OEM Principal Vendor to provide the certificate of authorization along with the quotation on the name of Executive Director RIC mention the name of representative of principal with his contact details for verification 3 years warranty must be quoted for all items Vendor should have Technical team of minimum 10 personals having certification for Network Equipment and minimum 3 certified professional for storage CV of technical staff should be provided along with verification Code Vendor must have 24x7 proper centralized helpdesk facilities for technical support Details of helpdesk must be attached with proposal The project must be carried out by project management team to ensure the successful deployment Vendor will provide the CVs of Project management team Resident Engineer for 1 year having relevant experience will also be required DEMAND AND SPECIFICATION FOR IT EQUIPMENST FOR 2014 15 ACCESS SWITCH 48 PORT 1 G Distribution Switches Cisco Juniper
53. for bulkhead light Digital temperature screen Temperature alarm Dry contact ON available for alarm reporting system Voltage regulator 2 BOILER HIGH PRESSURE BOILER Fire tube natural gas high pressure boiler of specification mentioned below The boiler shall be complete with burner burner controls gas train feed water pumps feed water tank safeties explosion doors automatic controls and any other accessories required to complete the installation and to bring the units to operational state p19a358isOdi0oke 1i7eft8 1rld4 doc Page 24 of 125 Boiler Capacity BOILER Gas High Pressure Steam Boiler Tube Steam generation Rate 1500 Kg Hr Or batter Working Pressure 150 psig Fuel Natural gas Burner Front end flange mounted complete packaged including Control and power panel Type of Boiler Fire Tube four Three pass Power Supply Electric 400 3 50 PRESSURE VESSEL Pressure vessel consisting of primarily shell fire tubes tube plates and furnace made from material as specified by the A S M E code duly approved by the internationally renowned agency and stamped for compliance Appropriate certificate to this effect is to be made available upon demand a Complete manufacturing process is to be further inspected by the inspecting agency at various stages of construction b All welds and procedures adopted are to be strictly in accordance with the A S M E codes All tubes are to be rolled and 2nd pass entry t
54. if the same is not found to be of the same specifications as required in the Invitation of Bids Substandard Spurious Misbranded Expired Moreover it will replace the unconsumed expired stores without any further charges vii The Procuring Agency s right to inspect test and where necessary reject the goods after the arrival at Procuring Agency s destinations shall in no way be limited or waived by reason of the goods having previously been inspected tested and passed by the Procuring Agency or its representative viii Nothing in General Conditions of Contract shall in any way release the Supplier from any warranty or other obligations under this Contract 10 Physical examination of instruments equipments i The Inspection committee constituted by the consignee shall carry out the physical examination after receipt of supplies for checking quality quantity of the goods supplied ii If the Goods supplied are found during physical examination inspection to be against the required specifications approved samples etc even if it is of standard quality the Procuring Agency may reject the goods and the Supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation to meet the required specifications free of cost Replacement in lieu of the rejected supplies must be completed within 20 days from the date of communication of decision to the Manufacturer Supplier by the Concerned
55. inspiration 51 10 15 ECG batteries Space lab Cardio express 10 16 ECG machine screen Space lab Cardio express SL6 Ol 17 Cardiac monitor Screen Space lab Elance 10 a 18AH 12v for 1 5 KVA 980w 05 b 7AH 12v for lkva 660w 10 c Difib Innomed 360 3000mah 10 8v NI 18 Backup batteries different MH 05 d 4 5 AH 6v 05 e Syringe pump Phonix MCP 05 4 5AH 6v Model NO PS 640 19 Cardiac monitor batteries Space lab Elance 2 3Ah 12v Part NO 04 LCS231 A 20 Defib Internal Padel Compactable with innomed 360 B 03 Sets 21 SPO2 Probs For Cardiac monitor space lab Elance 7 100 22 Invasive BP Probs For Cardiac monitor space lab Elance 7 30 p19a358isOdi0oke 1i7eft8 1rld4 doc Page 99 of 125 RAWALPINDI INSTITUTE OF CARDIOLOGY BIDDING DOCUMENT FOR PROCUREMENT OF IT EQUIPMENTS 2014 15 p19a358isOdi0oke 117eft8 Irld4 doc Page 100 of 125 CHECK LIST S DETAIL YES NO PAGE KNOCK OUT CLAUSES 1 Original receipt for purchase of tender 2 Valid National ID Card NADRA 3 Company profile Name Address Tel No 4 Acceptance of terms and condition of tender documents duly signed and stamped 5 Min one years experience in supplying to Government Autonomous institutions 6 An affidavit on stamp paper of Rs 100 submitting that the firm is never blacklisted on any grounds whatsoever from Government Autonomous institutions 7 Price
56. laid down in the Technical Specification Form Tender Enquiry the procuring agency shall be entitled to make other arrangement at the risk expense of the Contractor Supplier Firm the price difference shall be paid by the Firm 21 Termination for Default The Procuring Agency without prejudice to any other remedy for breach of Contract by written notice of default sent to the Supplier may terminate the Contract in whole or in part if the Supplier fails to deliver any or all installments of the goods within the period s specified in the Contract or within any extension thereof granted by the Procuring Agency or if the Supplier fails to perform any other obligation s under the Contract and if the Supplier in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract 22 Force Majeure Notwithstanding the provisions of general conditions of contract the Supplier shall not be liable for forfeiture of its Performance Guaranty bid Security or termination blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier s fault or negligence directly or indirectly purporting to mis planning mismanagement and or lack o
57. metallic handles for the patient with plastic edge Paper roll holder Leg section removable and foldable Arm rest for blood donation with the corresponding clamp for attachment in the back section side rail Integrated rechargeable battery back up system for all the electric movements I V Pole Holder Foot rest pole 10 Spiro meter Features Exceed the American Thoracic Society ATS ITS NIOSH OSHA ERS Standards Selectable Predicted Equations and Interpretation Algorithms Auto Calibration Features Selectable Multi Language Settings for English German French ATS Standard or Customized print outs on built in printer Designed for user safety Bronchial Challenge dosage standard templates for Methacholine Histamine and antigen Global Obstructive lung disease Gold interpretation Portable Desktop spirometer with large test memory capacity and built in printer Real time curves High resolution color display Simple icon based menu on the keyboard PRE test and related POST test are shown superimposed 6000 test memory and upto 8 tests on screen Selectable languages and predicted values Customizable printout format Connectivity USB RS232 and Bluetooth Multitasking and versatile spirometer ideal for accurate and early diagnosis of respiratory diseases like COPD and Asthma Power supply Rechargeable battery and mains power Temperature sensor 0 45 C Flow sensor Flow range 16L s Volume accuracy
58. method The processing of the goods should be traceable and verifiable Auto start function to start the vacuum program and preheating of the chamber Standby function should automatically be activated upon completion of the last program cycle Display of remaining cycle time Touch screen for program menu and operation of the machine With built in electric steam generator and connection for central steam supply Two stage water ring vacuum pump with water saving system The batch protocol can be printed either on an integrated external printer In addition process data can be transferred to a PC for storage e Air filter for the decontamination of exhausted air e Side facing and additional panelling e Loading carts e Mobile containers for the transport of infectious goods Country of origin USA Europe Japan p19a358isOdi0oke 117eft8 Irld4 doc Page 27 of 125 RAWALPINDI INSTITUTE OF CARDIOLOGY BIDDING TENDER DOCUMENT FOR PROCUREMENT OF MEDICAL amp LABORATORY EQUIPMENTS 2014 2015 p19a358isOdi0oke 117eft8 Irld4 doc CHECK LIST Page 28 of 125 DETAIL YES NO PAGE KNOCK OUT CLAUSES Original receipt for purchase of tender Valid National ID Card NADRA Company profile Name Address Tel No Acceptance of terms and condition of tender documents duly signed and stamped Min one years experience in supplying to Government Autonomous institutions An affidavit o
59. no need to plug out the morgue for defrosting refrigeration machine built in free from vibration on the top rear or at the side of morgue noiseless and maintenance free Unit should have high performance evaporator case of aluminum corrosion proof Unit Should have 2 distortion free removable roller tracks e Corners and joints in extruded 80 x 80 mm PVC sections injected with polyurethane foam e Base 42 x 42 mm PVC cross members or batter p19a358isOdi0oke 1i7eft8 1rld4 doc Page 23 of 125 DIMENSIONS SIDE INNER approx OUTER approx WIDTH 1 50 m 2 00m DEPTH 2 00m 2 50m HEIGHT 2 00m 2 50m LOCKING Individual door locks with effective working space e Airtight neoprene single or double seal simply clipsed on for easy replacement e Emergency handle for single door and latch with strike for individual locking doors TOP MOUNTED REFRIGERATION UNIT POSITIVE TEMPERATURE 2 C TO 4 C TECHNICAL DATA e For 2 bodies cold chamber e Compressor with nominal horse power e Power voltage 230 50 60 Hz e For outside temperature 40 C e Condensing unit placed outside the cold chamber e Evaporator with bulk headlight placed inside the cold chamber e The evaporation system of condensers means no tubing for water evacuation e Automatic defrost program included CONTROL PANEL FONCTIONS e On Off switch Indicator light for on off position Indicator light for defrost Switch on off
60. of IT Equipments at final acceptance shall be in accordance with the conditions of contract After delivery at Rawalpindi Institute of Cardiology Rawal Road Rawalpindi the p19a358isOdi0oke 117eft8 Irld4 doc Page 114 of 125 goods shall be inspected examined by the Inspection Committee Rawalpindi Institute of Cardiology Rawal Road Rawalpindi to physically check the goods in accordance with the approved sample and terms conditions of the Contract The Committee shall submit its inspection report to Procuring Agency along with invoice bills delivery Challan In case of any deficiency pointed out by the Inspection Committee in the delivered goods the Supplier shall be bound to rectify it free of cost Delivery and documents The Supplier shall provide the following documents at the time of delivery of goods to Consignee end for verification and onward submission to quarter concerned duly completed in all respect for payment vii Original copies of Delivery Note Challan in duplicate showing name of destination to which delivery is to be made item s description batch No s Registration No manufacturing and expiry date and quantity viii Original copies of the Supplier s invoices in duplicate showing warranty name of Procuring Agency destination to which delivery is to be made item s description Batch No Registration No manufacturing and expiry date quantity per unit cost and total amount ix Original co
61. or award made by the sole arbitrator shall be final and binding on the Parties 11 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction 12 If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form Tender Enquiry the procuring agency shall be entitled to make other arrangement at the risk expense of the Contractor Supplier Firm the price difference shall be paid by the Firm 13 In case of supply of substandard product the destruction cost will be borne by the firm i e burning Dumping Incineration 14 Partial supply shall not be accepted 15 Quality quantity of IT Equipments supplied will be checked by the concerned hospital through inspection committee notified by the concerned Executive Directors 16 The supply shall not be accepted if found substandard The seller shall be bound to replace the substandard stores immediately 17 Seller shall ensure timely continuous uninterrupted supply of IT Equipments to the end users as per demand throughout the contract period 18 The seller shall have to supply such quantity as ordered 19 The seller shall provide free delivery of IT Equipments to consignee at the concerned hospital store 20 If the rates charged by the seller are found higher than the market rates the extra money charged shall have to be refunded by the seller 21 Payment will
62. should not be mentioned on technical bid if mentioned bid will be cancelled 8 Valid National Tax Number 9 Valid General Sale Tax certificate 10 Valid Professional Tax certificate if applicable 11 Fresh CDR Bank Guarantee 12 Vendor having minimum Tier 1 Gold Partnership status with Principal 13 Vendor must be an authorized dealer for the last 8 years of OEM Principal 14 Vendor must have 24x7 proper centralized helpdesk facilities for technical support Details of helpdesk must be attached with proposal GENERAL CLAUSES 1 Detail of staff profile of company 2 Supply orders detail over last two years minimum from Government organization Autonomous institutions and private organizations An affidavit on stamp paper of Rs 20 that the bidder shall provide Medical amp 3 Laboratory Equipments to Rawalpindi Institute of Cardiology Rawal Road Rawalpindi as per Demand Orders p19a358isOdi0oke 1i7eft8 1rld4 doc Page 101 of 125 INVITATION FOR BIDS RAWALPINDI INSTITUTE OF CARDIOLOGY RAWAL ROAD RAWALPINDI Reference No RIC PO 2674 14 Dated 22 12 2014 The Rawalpindi Institute of Cardiology invites sealed bids from the eligible bidders for supply of material to meet the requirement of Rawalpindi Institute of Cardiology Detailed description and quantities of material are given in the Bidding Documents Interested eligible bidders may get the Bidding Documents at the address mentioned below on submiss
63. should quote the prices of goods according to the technical specifications as provided in the Form of Price Schedule and Technical Specifications The specifications of goods different from the demand of bid enquiry shall straightway be rejected iv The bidder is required to offer competitive price All prices must include the General Sales Tax GST and other taxes and duties where applicable If there is no mention of taxes the offered quoted price shall be considered as inclusive of all prevailing taxes duties The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency v Prices offered should be for the entire quantity demanded partial quantity offers shall straightaway be rejected Conditional offer shall also be considered as non responsive bidder vi While tendering your quotation the present trend inflation in the rate of goods and services in the market should be kept in mind No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained Bid currencies Prices shall be quoted in Pak Rupees 13 Documents Establishing bidder s Eligibility and Qualification i The bidder shall furnish as part of its technical bid documents establishing the bidder s eligibility to bid and its qualifications to perform the Contract if its bid is accepted ii The documentary evidence of the bidder s eligibility to bid shall establish
64. static and dynamic clips in DICOM format read write zoom Studies can be reviewed and output to CD DVD The machine p19a358isOdi0oke 117eft8 Irld4 doc Page 67 of 125 must have sharp and high quality image reproduction with heavy duty performance It should have minimum following specification DISPLAY Display size Min 19 Flat TFT tiltable and swiveable type with articulating arm OPERATING MODES B 2D M Mode Power Doppler HPRF Spectral Doppler Color Doppler Velocity Mode Pw Doppler Duplex And Triplex Doppler CW Doppler Steerable and ECG Gating TEE imaging IMT Stress Echo Strain rate imaging Tissue Doppler Imaging Contrast Imaging Anatomical M Mode Panoramic Imaging CONTROL PANEL Alphanumeric keyboard with built in trackball and 7 touch screen control panel Direct access to system functions through dedicated keys Indicator lights identify activated keys Audio volume control with bidirectional stereo speakers and foot switch User selectable image magnification control Adjustable transmit focusing control Total and Lateral Gran Compensation controls 6 or more 3 Active Probe connectors 1 for Doppler probe CALIPER MEASUREMENTS 6 to 8 calipers for measurement per screen trace length measurements for Distance angle distance depth from skin line area circumferences compound volume slope time heart rate and acceleration Auto Ejection Fraction Measurements APPLICATION Cardiac
65. the deadline for submission of bids the Procuring Agency for any reason whether at its own initiative or in response to a clarification requested by a prospective bidder may modify the bidding documents by amendment All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone and shall be binding on them In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids the Procuring Agency at its discretion may extend the deadline for the submission of bids PREPARATION OF BIDS 8 Language of Bid The bid prepared by the bidder as well as all correspondence and documents relating to the bid exchanged by the bidder and the Procuring Agency shall be written in English Supporting documents and printed literature furnished by the bidder may be in another language provided they are accompanied by an accurate translation in English in which case for purposes of interpretation of the Bid the translation shall govern Documents Comprising the Bid The bid shall comprise the following components a Bid Form and Price Schedule completed in accordance with instruction to bidders to be submitted along with financial proposal b Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted c Documentary evid
66. the scope of work the specification or drawings e Minor amendments to the Special Conditions of Contract e Finalizing the payment arrangements e Mobilization arrangements e Agreeing final delivery or completion schedules to accommodate any changes required by the procuring agency e The proposed methodology or staffing e Inputs required from the procuring agency e Clarifying details that were not apparent or could not be finalized at the time of bidding e The bidder s tax liability in Pakistan if the bidder is a foreign company e Negotiations shall not be used to e Substantially change the technical quality or details of the requirement including the tasks or responsibilities of the bidder or the performance of the goods e Substantially alter the terms and conditions of Contract e Reduce unit rates or reimbursable costs provided that in case of exceptional circumstances like exorbitant rate rates higher than prevailing market rates negotiation may be adopted e Reduce work inputs solely to meet the budget or e Substantially alter anything which formed a crucial or deciding factor in the evaluation of the Tenders or proposals 35 Notification of Award i Prior to the expiration of the period of bid validity the Procuring Agency shall notify the successful bidder in writing by registered letter to be confirmed in writing by registered letter that its bid has been accepted ii The notification of award shall constitute the format
67. then the firm shall be blacklisted minimum for two years In such situation the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids Performance Guaranty Security 1 ii On the date of signing of Contract the successful bidder shall furnish the Performance Guaranty Security 5 in accordance with the Conditions of Contract in the Performance Guaranty Security Form provided in the bidding documents Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment termination of the award and forfeiture of the bid Security in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids Corrupt or Fraudulent Practices a The Procuring Agency requires that the Procuring Agency as well as bidders Contractors observe the highest standard of ethics during the procurement and execution of such Contracts In pursuance of this policy the Procuring Agency defines for the purposes of this provision the terms set forth below as follows i corrupt practice means the offering giving receiving or soliciting of anything of value to influence the action 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 Contrac
68. this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders in which case all rights and obligations of the Procuring Agency and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended Late Bid Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder Withdrawal of Bids The bidder may withdraw its bid after the bid s submission and prior to the deadline prescribed for submission of bids No bid may be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders OPENING AND EVALUATION OF BIDS 22 23 24 Opening of Bids i The Procuring Agency shall initially open only the envelope marked TECHNICAL PROPOSAL in the presence of bidders representatives who choose to attend at the time on the date and at the place specified in the Invitation for Bids The bidders representatives who are present shall sign the Attendance Sheet evidencing their attendance However the envelope marked as FINANCIAL PROPOSAL if it is sealed shall be retained in the custody of Procuring Agency without being opened and till completion of the evaluation process ii The bidders names item s for which they quoted their rate and suc
69. withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in instruction to bidders OPENING AND EVALUATION OF BIDS 22 23 24 Opening of Bids i The Procuring Agency shall initially open only the envelope marked TECHNICAL PROPOSAL in the presence of bidders representatives who choose to attend at the time on the date and at the place specified in the Invitation for Bids The bidders representatives who are present shall sign the Attendance Sheet evidencing their attendance However the envelope marked as FINANCIAL PROPOSAL if it is sealed shall be retained in the custody of Procuring Agency without being opened and till completion of the evaluation process ii The bidders names item s for which they quoted their rate and such other details as the Procuring Agency at its discretion may consider appropriate shall be announced at the opening of technical proposal No bid shall be rejected at technical proposal bid opening except for late bids which shall be returned unopened to the bidder However at the opening of Financial Proposals the date time and venue would be announced later on the bid prices discounts if any and the presence or absence of requisite Bid Security and such other details as the Procuring Agency at its discretion may consider appropriate shall be announced iii The Procuring Agency shall prepare minutes
70. year experiences are 2 quoted items ii 3 5 year 4 ineligible Experience will iii Above 5 years 5 be confirmed from the date of registration Manufacturer i _ Valid GMP Certification 5 20 GMP certificate issued by credibility amp ii Valid ISO Certification 3 the concerned drug 3 certification iii Certificate FDA 6 regulatory authority is iv CE MDD MHLW 6 required Bidder s i Last year audited balance 7 15 Bank statements are not 4 Financial status sheet required Bidder can ii Tax returns last three years 5 provide more than one iii Bank Certificate 3 bank certificates p19a358isOdi0oke 1i7eft8 Irld4 doc Page 36 of 125 Technical i Engineers Less than 2 1 25 The bidder is required Engineering DAE to attach attested copy Capacities 3to5 2 of the relevant degree 5 6 amp Above 3 and appointment letter ii Training Less than 2 1 of concerned technical on the train engineers staff quoted locally products 3 or more 2 Less than 2 2 train engineers Abroad More than 3 3 train engineers Abroad iii Calibratio Repair Tools 2 n Repait Calibration 2 Tools Tools iv Inventory Minor Parts 2 Major Parts 2 Spare 3 Machines Manufacturer Per day production capacity of quoted 10 The bidder is required Production items against the total advertised quality to attach th
71. 75 and Leg rest detachable angle adjustment 85 15 Outward angle 90 Safe working load capacity 170 200Kg Complete with Anesthetic screen body rest holder shoulder rest holder Arm rest holder Leg sport Knee rest holder Kidney bolster Restraining straps Tray Foot plate Vacuum extractor machine Cage Brass chrome plated with cover at the top Bottle fitted with cage easily removable on top of bottle PVC silconized autoclavable tubing Capacity of Glass Bottle is upto 750ml Pressure gauge 750mmHg fixed on the cover of the cage Hand operated pump One spare bottle Stainless steel cup 50mm 60mm 70mm Packed in thermocol box and then in cardboard box Baby warmer and resuscitation Power requirements Customer specified Power consumption 700VA Maximum Heater capacity 500W Classification Class I Type BF Temperature control Servo control Skin temperature Setting range 34 0 38 0 C Display range 30 0 42 0 C Heater output Setting range 0 100 in 5 increments Indication range 0 100 in 10 levels Alarms Skin temperature skin temperature probe check baby sysytem failure main failure canopy state Timer Time display range 0 60minutes 00 seconds in 1 second increments APGAR mode CPR mode switchable Lighting LED lamp Adjustable illumination intensity 0 1200lux Mattress platform angle Inclination angle back and forth 13 13 Accessories Skin temperature probe x2 D
72. 8is0diQoke1i7eft8 Irld4 doc 25 i ii iii Page 107 of 125 Applicable Law Taxes amp Duties shall be deemed to be a material deviation for technical proposals The Procuring Agency s determination of a bid s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence 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 Evaluation amp Comparison of Bids The Procuring Agency shall evaluate and compare the bids which have been determined to be substantially responsive The Procuring Agency s evaluation of technical proposal bid shall be on the basis of previous performances previous test reports inspection of plant factory premises if not previously conducted previous experience financial soundness and such other details as the Procuring Agency at its discretion may consider appropriate shall be considered However the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders All bids shall be evaluated in accordance with the evaluation criteria and other terms amp conditions set forth in these bidding documents iv A bid once opened in accordance with the prescribed procedure shall be subject to only those rules regulations and policies that are in for
73. Agency requires that the Procuring Agency as well as bidders Contractors observe the highest standard of ethics during the procurement and execution of such Contracts In pursuance of this policy the Procuring Agency defines for the purposes of this provision the terms set forth below as follows i corrupt practice means the offering giving receiving or soliciting of anything of value to influence the action 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 detriment 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 free and open competition b Shall reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question c Shall declare a firm ineligible either indefinitely or for a stated period of time to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a Contract onus of proof will be on the firm GENERAL CONDITIONS OF CONTRACT 1 Definitions In this Contract the following terms shall be int
74. Authority In case after replacement or alteration the Inspection Committee again declare the item as of against the required specifications the supply would completely be rejected and the proportionate amount of performance security of the concerned installment would be forfeited to the government account and the firm shall be blacklisted minimum for one year However if the entire supplies installments are declared as of against the required specifications the entire performance security shall be forfeited and the firm shall be blacklisted minimum for two years onus of proof of innocence shall be on the supplier 11 Delivery and Documents The Supplier in accordance with the terms specified in the Bidding Documents shall make delivery of the goods The details of documents to be furnished by the Supplier are specified in Special Conditions of the Contract 12 Insurance The goods supplied under the Contract shall be delivered duty paid 13 Transportation The Supplier shall arrange such transportation cold chain maintenance of the goods as is required to prevent their damage or deterioration during transit to their destination The goods shall be delivered in Rawalpindi Institute of Cardiology Rawal Road Rawalpindi on the risk and cost of the Supplier All taxes shall be borne by the Supplier Transportation including loading unloading of goods shall be arranged and paid for by the Supplier 14 Incidental Services The Supplier shall be r
75. Conditions of the Contract 12 Insurance The goods supplied under the Contract shall be delivered duty paid 13 Transportation The Supplier shall arrange such transportation cold chain maintenance of the goods as is required to prevent their damage or deterioration during transit to their destination The goods shall be delivered in Rawalpindi Institute of Cardiology Rawal Road Rawalpindi on the risk and cost of the Supplier All taxes shall be borne by the Supplier Transportation including loading unloading of goods shall be arranged and paid for by the Supplier 14 Incidental Services The Supplier shall be required to provide the incidental services as specified in Special Conditions of the Contract and the cost of which should be included in the total bid price 15 Payment The method and conditions of payment to be made to the Supplier under this Contract shall be specified in Special Conditions of the Contract The currency of payment is Pak Rupees 16 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 expiry of the original bid validity period provided the Procuring Agency s request for bid validity extension 17 Contract Amendments No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the Parties 18 Subcontracts The Supplier shall not be al
76. Evaluation amp Comparison of Bids i ii iii The Procuring Agency shall evaluate and compare the bids which have been determined to be substantially responsive The Procuring Agency s evaluation of technical proposal bid shall be on the basis of previous performances previous test reports inspection of plant factory premises if not previously conducted previous experience financial soundness and such other details as the Procuring Agency at its discretion may consider appropriate shall be considered However the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and duties in pursuant to instruction to bidders All bids shall be evaluated in accordance with the evaluation criteria and other terms amp conditions set forth in these bidding documents iv A bid once opened in accordance with the prescribed procedure shall be subject to only those rules regulations and policies that are in force at the time of issue of notice for invitation of bids 26 Evaluation Criteria i For the purposes of determining the lowest evaluated bid facts other than price such as previous performances inspection of plant factory premises previous experience financial soundness and such other details as the Procuring Agency at its discretion may consider appropriate shall be taken into consideration The following merit point system for weighing evaluation factors criteria can be
77. Khz iv Digital Amplifier with 16 Bit A D converter with 1 mV A D signal conversion v 12 lead Surface ECG channel vi 4 Pressure channel vii 4 Analog Inputs viii 4 Stim Inputs ix Adaptive filter x Notch filter at either 50 or 60 Hz xi Sweep speed up to 800 xii Triggered sensing xiii Programmable Surface ECG inputs range amp filters on Individual channels xiv Programmable IC inputs range amp filters on Individual channels xv Template matching for VT analysis is a MUST xvi Stim detection feature for refractory period SNRT Incremental pacing analysis xvii T Wave Subtraction for Atrial Tachycardia analysis is a MUST xviii AF cycle length amp FFT for Atrial fibrillation analysis is a MUST xix Minimum of Channels to be displayed is 60 channels xx Minimum of pages to be displayed is 10 channels xxi Holter Online User manual amp Help facility xxii Two High resolution Monitors xxiii Laser Printer xxiv Mouse and Key board xxv DVD CD archiving facility xxvi Cart with castor wheels xxvii Operating system for recording system should be minimum Windows 7 xxviii 4 21 High Resolution monitors for Local and remote viewing xxix Minimum HDD capacity of 250 GB of dedicated patient data storage p19a358isOdi0oke 117eft8 Irld4 doc Page 77 of 125 Computerised Stimulator should be capable of i Two Channel isolated constant current Generator controlled by dedicated Stand Alone unit ii 10 fully automated
78. ON ADDRESS ___ NIC Oo Oo SIGNATURE amp STAMP EXECUTIVE DIRECTOR RAWALPINDI INSTITUTE OF CARDIOLOGY RAWALPINDI p1l9a358is0diQoke1i7eft8 Irld4 doc Page 47 of 125 BID FORM Date No To Name and address of Procuring Agency Having examined the Bidding Documents the receipt of which is hereby duly acknowledged we the undersigned offer the supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum of Total Bid Amount Bid Amount in words or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid We undertake if our bid is accepted to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements If our bid is accepted we shall furnish performance guarantee security in the shape of call deposit CDR Bank Guarantee equivalent to 3 of the total contract amount The CDR Bank Guarantee shall be in the Name of Executive Director Rawalpindi Institute of Cardiology Rawalpindi We agree to abide by this bid for a period of 03 months from the date fixed for bid opening under instruction to the bidders and it shall remain binding upon us and may be accepted at any time before the expiration of that period Until a formal Contract is prepared and executed this bid together with your written acceptance thereof and your notification of award shall constitute a binding Contract
79. Page 1 of 125 RAWALPINDI INSTITUTE OF CARDIOLOGY BIDDING TENDER DOCUMENT FOR PROCUREMENT OF MACHINERY PLANTS 2014 2015 p19a358isOdi0oke 117eft8 Irld4 doc CHECK LIST Page 2 of 125 DETAIL YES NO PAGE KNOCK OUT CLAUSES Original receipt for purchase of tender Valid National ID Card NADRA Company profile Name Address Tel No Acceptance of terms and condition of tender documents duly signed and stamped Min one years experience in supplying to Government Autonomous institutions An affidavit on stamp paper of Rs 100 submitting that the firm is never blacklisted on any grounds whatsoever from Government Autonomous institutions Price should not be mentioned on technical bid if mentioned bid will be cancelled Valid National Tax Number Valid General Sale Tax certificate Valid Professional Tax certificate if applicable RISlClolAl D HWfRfolry e Fresh CDR Bank Guarantee N The bidder must possess valid authorization agreement from the Foreign Manufacturer or certificate being a Manufacturer io The Manufacturer should have documentary evidence to effect that they are the original Manufacturer of the quoted product with indication of manufacturing site and its location GENERAL CLAUSES Detail of staff profile of company Supply orders detail over last two years minimum from Government organization
80. Rawalpindi Islamabad and have to give the same in written e Service providers should have the necessary equipment recommended by the manufacturers to carry out preventive maintenance tests as per guidelines provided by the manufacturers e All the competitors will be bound to display their units for use for at least 24 48 hours on the patients for the satisfaction of the end users which they will give in written e Quoted System must be CE Marked MDD 93 42 EEC or FDA approved or MHLW Japan e Replacement of Preventive Maintenance Kit as per manufacturer s recommendation within the watranty period will be done free of cost by the firm Firm should quote detail of components of Preventive Maintenance Kit as an evidence copy of literature user manual undertaking should be provided e The system must be complete with all parts and accessories including Flow Sensors Oxygen Sensors ECG Cables SpO2 Sensors NIBP Hose with Cuff Temperature Probes Reusable IBP Cable CO2 Sensors Batteries or any other accessory required for measuring all above selected parameters with disposables and consumable items for Adult amp Paediatrics Patients e Warranty period should be five years from date of commissioning with parts and accessories including Flow Sensors Oxygen Sensors ECG Cables SpO2 Sensors NIBP Hose with Cuff Temperature Probes Reusable IBP Cable CO2 Sensors Batteries and Preventive Maintenance Kits as per manufacturer s recommendations
81. The laboratory test analysis charges of sample either against the tender or bulk supplies shall be borne by the Supplier 10 Penalties Liquidated Damages a In case where the deliveries as per contract are not completed within the time frame specified in the schedule of requirement the Contract to the extent of non delivered portion of supply may be cancelled followed by a Show Cause Notice No supplies shall be accepted and the amount of Performance Guaranty Security to the extent of non delivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for a period of one year If the firm fails to supply the whole installments the entire amount of Performance Guaranty Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for a period of two year Onus of proof of innocence shall be on the supplier b In case of late delivery of goods beyond the periods specified in the schedule of requirements penalty 2 per month 0 067 per day of the cost of late delivered supply shall be imposed upon the Supplier Arbitration and Resolution of Disputes In case of any dispute concerning the interpretation and or application of this Contract shall be settled through arbitration The Additional Chief Secretary or his nominee shall act as sole ARBITRATOR The decisions taken and or award made by the sole arbitrator shall be final and binding on the Parties 12
82. Thermal Printer 256 Gray scale e UPS 2 KVA imported e 50 High Density High Glossy thermal paper Rolls e Gel 50 liters AWNEBe 1 The system must be complete with all Cables Leads Probes amp Batteries or any other accessory required for measuring all above selected parameters with disposables amp consumable items for Adult amp Pediatrics Patients 2 Warranty period should be five years from the date of commissioning with parts including yearly replacement or as per recommendation of manufacturer of preventive maintenance kits If applicable and Parts amp Accessories i e Probes Cables Transducers Batteries etc except disposables and consumable items 3 Life time free software upgrade and software installation in case of software is corrupted 4 Prices of all components 1 e Probes etc should be quoted separately along with the total price of the system in the financial offer OPTIONAL 1 Multi frequency Convex probe to cover 3 5 5 0 MHz 2 TVS Probe Multi Frequency 4 0 to 9 0MHz 3 Linear Biopsy Probe 32 Echo machine DIGITAL ECHOCARDIOGRAPHY MACHINE A complete dedicated digital Echocardiography unit for wide range of premium performance application of cardiovascular imaging in pediatrics and adult Receiving processing channels min 15000 20000 Mobile built in trolley system with built in workstation data management system for digital acquisition storage and review of complete ultrasound studies including
83. We agree to abide by this bid for a period of 03 months from the date fixed for bid opening under instruction to the bidders and it shall remain binding upon us and may be accepted at any time before the expiration of that period Until a formal Contract is prepared and executed this bid together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us We understand that the Procuring Agency is not bound to accept the lowest or any bid Procuring Agency may receive Name and address of agent Amount If none state none Dated this day of 20__ Signature in the capacity of duly authorized to sign bid for and on behalf of Attachment PRICE SCHEDULE MACHINERY PLANTS IN PAK RUPEES Name of bidder No Sr Item Accounting Quantity Unit Price Total Cost No Unit Required Sign and Stamp of bidder Note In case of discrepancy between unit price and total the unit price shall prevail SCHEDULE OF REQUIREMENT FOR MACHINERY PLANTS The supplies shall be delivered within delivery date w e f the next date after date of issue of Purchase Order without penalty and with prescribed penalty as per following schedule of requirements MODE OF PENALTY 100 QUANTITY AS PER TOTAL PURCHASE ORDER DELIVERY PERIOD WITHOUT PENALTY 45 days 45 Days WITH PENALTY At the rate of 2
84. a Name of Firm S Parameters Detail Mark Remarks Bidder s Past Major institutions served 15 Institutions include Performance i _ No any institution served 0 Government Last one year ii 1 3 departments and private 1 As per Bid iii 2 to 3 5 hospitals Form 4 iv 4to5 8 v 6to7 12 vi 8 and above 15 Bidder s Market 5 Bidders having less experience in i _ 1 3 years 7 than 1 year experiences 2 quoted items ii 3 5 year 4 are ineligible iii Above 5 years 5 Experience will be confirmed from the date of registration Manufacturer i _ Valid GMP Certification 5 20 GMP certificate issued credibility amp ii _ Valid ISO Certification 3 by the concerned drug 3 certification iii Certificate FDA 6 regulatory authority is iv CE MDD MHLW 6 required Bidder s i Last year audited balance 7 15 Bank statements are not 4 Financial status sheet required Bidder can ii Tax returns last three years 5 provide more than one ili Bank Certificate 3 bank certificates Technical i Engineers Less than 2 1 25 The bidder is Engineering DAE required to attach p1l9a358is0diQoke1i7eft8 Irld4 doc Page 10 of 125 Capacities 3 to5 2 attested copy of the 5 6 amp Above 3 relevan
85. a Contract onus of proof will be on the firm e wma GENERAL CONDITIONS OF CONTRACT 1 Definitions In this Contract the following terms shall be interpreted as indicated against each i The Contract means the agreement between the Procuring Agency and the Supplier as recorded in the Contract Form signed by the Parties including all attachments and appendices thereto and all documents incorporated by reference therein ii The Contract Price means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations iii The Goods means IT Equipments iv The Services means those services ancillary to the supply of goods such as IT Equipments v The Procuring Agency means the Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi vi The Supplier means the individual or firm supplying the goods under this Contract p19a358isOdi0oke 1i7eft8 Irld4 doc Page 111 of 125 2 Application These General Conditions shall apply to the extent that they are not inconsistent superseded by provisions of other parts of the Contract 3 Country of Origin All goods and related services to be supplied under the contract shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such goods and services For the purposes of this clause origin means the place where the goods
86. al acceptance shall be in accordance with the conditions of contract After delivery at Rawalpindi Institute of Cardiology Rawal Road Rawalpindi the goods shall be inspected examined by the Inspection Committee Rawalpindi Institute of Cardiology Rawal Road Rawalpindi to physically check the goods in accordance with the approved sample and terms conditions of the Contract The Committee shall submit its inspection report to Procuring Agency along with invoice bills delivery Challan In case of any deficiency pointed out by the Inspection Committee in the delivered goods the Supplier shall be bound to rectify it free of cost 6 Delivery and documents The Supplier shall provide the following documents at the time of delivery of goods to Consignee end for verification and onward submission to quarter concerned duly completed in all respect for payment p19a358isOdi0oke 117eft8 Irld4 doc Page 93 of 125 1 Original copies of Delivery Note Challan in duplicate showing name of destination to which delivery is to be made item s description batch No s Registration No manufacturing and expiry date and quantity ii Original copies of the Supplier s invoices in duplicate showing warranty name of Procuring Agency destination to which delivery is to be made item s description Batch No Registration No manufacturing and expiry date quantity per unit cost and total amount iii Original copies of the Sales Tax Invoices
87. ale of Bidding Document After one day of publishing of advertisement in newspaper N A Last date of sale of Bidding Document 10 01 2015 on 02 00 PM ITB Clause 24 Last date and time for the receipt of bidding 13 01 2015 on 11 00 AM N A Pre bid meeting date time and venue 12 01 2015 on 11 00 AM at Conference Room RIC Rawalpindi ITB Clause 27 Date time and venue of opening of technical Bids 13 01 2015 on 11 30 AM Conference Room RIC Rawalpindi ITB Clause 16 Bid currency PKR ITB Clause 13 Language of bid English or Urdu ITB Clause 20 Amount of bid security 2 of the total bid value ITB Clause 21 Bid validity period 90 Days ITB Clause 09 Bidding procedure Single stage Two Envelop procedure ITB Clause 27 Address for communication Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi 1 INSTRUCTIONS TO BIDDERS Source of Funds The Government of Punjab Health Department has allocated funds for the purchase of Medical amp Laboratory Equipments to the individual institution under their relevant Head of Account which will be utilized by Rawalpindi Institute of Cardiology Rawal Road Rawalpindi for the purchase of Medical amp Laboratory Equipments during the financial year 2014 15 Rawalpindi Institute of Cardiology Rawal Road Rawalpindi intends to fix the price conclude the contract for the supply of Medical amp Laboratory Equipments on Free Del
88. all notify the successful bidder in writing by registered letter to be confirmed in writing by registered letter that its bid has been accepted iii The notification of award shall constitute the formation of the Contract 36 Signing of Contract iv At the same time as the Procuring Agency notifies the successful bidder that its bid has been accepted the Procuring Agency shall send the bidder the Contract Form provided in the bidding documents incorporating all agreements between the Parties v Both the successful bidder and the Procuring Agency shall sign with date the Contract on the legal stamp paper Thereafter the Procuring Agency shall issue Purchase Order If the successful bidder after completion of all Codal Formalities shows inability to sign the Contract then the firm shall be blacklisted minimum for two years In such situation the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids 37 Performance Guaranty Security vi On the date of signing of Contract the successful bidder shall furnish the Performance Guaranty Security in accordance with the Conditions of Contract in the Performance Guaranty Security Form provided in the bidding documents vii Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment termination of the award and forfeiture of the bid Security in which event the Procuri
89. alties Liquidated Damages a In case where the deliveries as per contract are not completed within the time frame specified in the schedule of requirement the Contract to the extent of non delivered portion of supply may be cancelled followed by a Show Cause Notice No supplies shall be accepted and the amount of Performance Guaranty Security to the extent of non delivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for a period of one year If the firm fails to supply the whole installments the entire amount of Performance Guaranty Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for a period of two year Onus of proof of innocence shall be on the supplier b In case of late delivery of goods beyond the periods specified in the schedule of requirements penalty 2 per month 0 067 per day of the cost of late delivered supply shall be imposed upon the Supplier Arbitration and Resolution of Disputes In case of any dispute concerning the interpretation and or application of this Contract shall be settled through arbitration The Additional Chief Secretary or his nominee shall act as sole ARBITRATOR The decisions taken and or award made by the sole arbitrator shall be final and binding on the Parties 12 Governing Language The language of this Contract shall be in English 13 Applicable Law This Contract shall be governed by the laws of Pa
90. and reputable Manufacturers of name and or description of the goods having factories at address of factory do hereby authorize name and address of Supplier Agent to submit a bid and subsequently negotiate and sign the Contract with you against No Reference of the Invitation to Bid for the goods manufactured by us We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Bids Signature for and on behalf of Manufacturer Note This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person competent and having the power of attorney to bind the Manufacturer It should be included by the bidder in its bid p19a358isOdi0oke 117eft8 Irld4 doc Page 95 of 125 CONTRACT FORM THIS CONTRACT is made at ON day of 2014 between the Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi hereinafter referred to as the Procuring Agency of the First Part and M s firm name a firm registered under the laws of Pakistan and having its registered office at address of the firm hereinafter called the Supplier of the Second Part hereinafter referred to individually as Party and collectively as the Parties WHEREAS the Procuring Agency invited bids for procurement of goods in pursuance where of M s
91. arty s address specified in Special Conditions of Contract ii A notice shall be effective when delivered or on the notice s effective date whichever is later SPECIAL CONDITION OF CONTRACT 1 Definitions In this Contract the following terms shall be interpreted as indicated against each a The Contract means the agreement between the Procuring Agency and the Supplier as recorded in the Contract Form signed by the Parties including all attachments and appendices thereto and all documents incorporated by reference therein b The Supplier is the individual or firm supplying the goods under this contract 2 Country of Origin All goods and related services to be supplied under the contract must be from that origin country as indicated under general conditions of the contract 3 Bid Security 2 of the total bid money in the shape of Call Deposit CDR Bank Guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawalpindi to be submitted with financial bid 4 Performance Guaranty Security After signing of contract the successful bidder shall furnish the Performance Guaranty Security equivalent to 3 of the total Contract amount in the shape of CDR Bank Guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi from any of the scheduled banks in accordance with the conditions of the tender inquiry on the prescribed format 5 Inspection and Tests Inspection
92. ate cardiac murmurs to assess valve thickening and blood flow leakage e Scan time of 55Mins or more with fully charged battery Display Size 3 5 inch minimum Probe Phased array Probe frequency range 2 to 3 5MHz Depth imaging depth upto 25Cm or better Storage SD card storage compatibility upgradeable upto 2468 or more Applications Cardiac Abdomen Urinary bladder obstetric System should be capable of performing basic distance measurements Annotations should be available e System should be able to playback recorded images and loops and transfer the same to a PC via dedicated software from the manufacturer of the main echocardiography system p19a358isOdi0oke 117eft8 Irld4 doc 35 Pulse Oximeter For non invasive measurement of Peripheral Oxygen Saturation and Pulse Display of oxygen saturation and pulse rate PARAMETERS Spo2 Wave form and Numeric Oxygen saturation O 100 Pulse beat Pulse strength perfusion indication Pulse Pulse Range 30 250obpm Alarms High and low selectable Visual and Audible indication of alarms Trend Memory Accessories Built in rechargeable battery Adult finger sensor Operating manual Operating Requirement AC 220V 50 Hz 36 Invasive cardiac monitor for wards MODULAR VITAL SIGN MONITOR For monitoring of patients vital signs Operating Features and Characteristics Non fade TFT color display Electro surgical interference suppression protection Defibrillator protection Fr
93. ate the registration number make of country of origin Manufacturer of the Machinery Plants capacity of production of the firm its financial status batch capacity necessary p19a358isOdi0oke 117eft8 Irld4 doc Page 7 of 125 assurance of quality production GMP CGMP and list of qualified technical and supervisory staff working in the production and quality control departments in the manufacturing plants g The bidder shall provide a list of plant major machinery and equipment installed in the factory In case of imported items the profile credentials of the foreign Manufacturer in the respective foreign country shall be provided along with bid 14 Documents Establishing Good s Eligibility and Conformity Bidding Documents i ii The bidder shall furnish along with Technical Proposal as part of its bid documents establishing the eligibility and conformity to the bidding documents of all goods which the bidder proposes to supply under the Contract The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered which a certificate of origin issued by the Manufacturer shall confirm 15 Bid Security 2 of the total bid amount in the shape of Call Deposit Fresh CDR Bank Guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawalpindi from any schedule bank shall be furnished by the bidder along with fi
94. be limited or waived by reason of the goods having previously been inspected tested and passed by the Procuring Agency or its representative prior to the goods shipment from the manufacturing point iv Procuring Agency or its representative shall have the right to inspect and or to test the goods to confirm their conformity to the specifications of the contract at no extra cost to the Procuring Agency v The inspection committee constituted by the Consignee shall inspect the quantity specifications of goods The cost of the lab tests shall be borne by the Supplier vi The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the Invitation of Bids Substandard Spurious Misbranded Expired Moreover it will replace the unconsumed expired stores without any further charges vii The Procuring Agency s right to inspect test and where necessary reject the goods after the arrival at Procuring Agency s destinations shall in no way be limited or waived by reason of the goods having previously been inspected tested and passed by the Procuring Agency or its representative viii Nothing in General Conditions of Contract shall in any way release the Supplier from any warranty or other obligations under this Contract 10 Physical examination of IT Equipments i The Inspection committee constituted by the consignee shall carry out the physical examination after receip
95. be made by the end users as per rules after completion of all codal formalities 22 In case of breach of terms amp conditions of contract agreement security of the seller shall be forfeited 23 This contract agreement shall remain valid till 30 June 2015 24 The seller will be responsible to refund any excess amount paid due to any error in calculation or mistake in evaluating the offer IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at the place and shall enter into force on the day month and year first above mentioned NAME FATHER S NAME DESIGNATION ADDRESS NIC OoOo SIGNATURE amp STAMP EXECUTIVE DIRECTOR RAWALPINDI INSTITUTE OF CARDIOLOGY RAWALPINDI p19a358isOdi0oke 1i7eft8 Irld4 doc Page 119 of 125 BID FORM Date No To Name and address of Procuring Agency Having examined the Bidding Documents the receipt of which is hereby duly acknowledged we the undersigned offer the supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum of Total Bid Amount Bid Amount in words or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid We undertake if our bid is accepted to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements If our bid is accepted we shall furnish performance guarantee security in the shape
96. between us We understand that the Procuring Agency is not bound to accept the lowest or any bid Procuring Agency may receive Name and address of agent Amount If none state none Dated this day of 20__ Signature in the capacity of duly authorized to sign bid for and on behalf of Attachment PRICE SCHEDULE FOR MEDICAL amp LABORATORY EQUIPMENTS IN PAK RUPEES Name of bidder_ No Sr Item Accounting Quantity Unit Price Total Cost No Unit Required Sign and Stamp of bidder Note In case of discrepancy between unit price and total the unit price shall prevail SCHEDULE OF REQUIREMENT FOR MEDICAL amp LABORATORY EQUIPMENTS The supplies shall be delivered within delivery date w e f the next date after date of issue of Purchase Order without penalty and with prescribed penalty as per following schedule of requirements MODE OF PENALTY 100 QUANTITY AS PER TOTAL PURCHASE ORDER DELIVERY PERIOD WITHOUT PENALTY 45 days 45 Days WITH PENALTY At the rate of 2 per month 0 067 per 45 Days 90 Days day after 45 days of Purchase Order p19a358isOdi0oke 1i7eft8 Irld4 doc Page 48 of 125 DEMAND OF MEDICAL LAB EQUIPMENTS FOR 2014 15 a Equipment Name Qty
97. bid documents establishing the eligibility and conformity to the bidding documents of all goods which the bidder proposes to supply under the Contract The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered which a certificate of origin issued by the Manufacturer shall confirm 15 Bid Security 2 of the total bid amount in the shape of Call Deposit Fresh CDR Bank Guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawalpindi from any schedule bank shall be furnished by the bidder along with financial offer 16 Bid Validity i ii iii Bids shall remain valid for the period of Three 3 Months after the date of opening of Technical Bid prescribed by the Procuring Agency A bid valid for a shorter period shall be rejected by the Procuring Agency as non responsive The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period However under exceptional circumstances and for 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 be for not more than the period equal to the period of the original bid validity bidders who a Agree to the Procuring Agency s request for extension of bid vali
98. blood velocity in the vessel being targeted System should quantify the degree of stenosis in the native artery User manuals and intuitive tutorial videos should be available directly on the system Electrical inputs single phase ac 50 Hz 230 Volts fused with proper electrical insulation and RF EMI EMISSION APPROVAL Operating Temperature 0 to 40 degrees Celsius Humidity 20 to 80 RH non condensing List of installation US FDA CE Mark 22 Cardioblade ablation e Argon grade North America Prepurified Argon gt 99 998 pure grade 4 8 e Tank pressure 6000psi e Tank volume 50 liters e Tank diameter 10 inches e Tank Height 56 inches e Tank valve fitting CGA77 or CGA680 Cryo time per cylinder Includes cylinder cap and valve p19a358isOdi0oke 117eft8 Irld4 doc Page 61 of 125 23 Infusion pump Pumping Mechanism Linear peristaltic pumping system with software adjustments and compensations Display TFT LCD monochrome Flow Rate Range 1 1200 ml h 1ml h increment 99 9 ml h in micro mode 0 1m1 h increment Flow Rate Accuracy 5 or better Volume to infuse 1 9999 ml Normal mode 0 1 999 9 ml in micro mode Bolus 1200mlI h adjustable from 50 ml h to 1200ml h by 50 ml h increments KVO Automatic Keep Vein Open rate of 3ml h adjustable from 1 to 20 ml h when volume limit is reached Pause Programmable from minute to 24 hours increments from minute to minute Data Log Event1500 data log
99. by page mode c Superimposition scanning with automatic event stop criteria e Trend graphs display HR RR Interval RR Variance ST SVPB and VPB e Profile display Hourly profile display of Rhythm parameters e Rhythm analysis a Tachycardia amp Bradycardia b Ventricular singlet couplet and run c Supraventricular singlet couplet and run d Atrial fibrillation percentage per hour e Pauses RR Interval RR Variance f Pacemaker analysis Atrial Vent Capture fail Under and Over sensing g QT QTc measurements h Bigeminal and Trigeminal ectopic pattern e ST analysis ST segment measurement Max ST depression and Max ST elevation e Editing features ECG strip page selection Strip annotation on screen caliper for measurement of time interval and amplitude e Storage p19a358isOdi0oke 117eft8 Irld4 doc Page 75 of 125 a Storage of at least 100 beat by beat full disclosure examinations on system hard disk b PDF file generation of stored examinations for long term record keeping on system hard disk or CD DVD Report printing a Printing of report summary profile and trend graphs a Printing of selected ECG pages strips with 10 mm grid ECG Recording time 24 and 48 hours or better Recording leads Continues recording of 3 2 leads or better ECG Sampling rate 175 samples sec channel or better LCD Display Inbuilt LCD for standalone patient hookup and verification Battery Commercially available AA AAA size dry battery for
100. by this Contract 5 The Supplier hereby declares that it has not obtained or induced the procurement of any Contract right interest privilege or other obligation or benefit form Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it Government of Punjab through any corrupt business practice 6 Without limiting the generality of the foregoing the Seller Supplier represents and warrants that it has fully declared the brokerage commission fees etc paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person including its affiliate agent associate broker consultant director promoter shareholder sponsor or subsidiary any commission gratification bribe finder s fee or kickback whether described as consultation fee or otherwise with the object of obtaining or including the procurement of a Contract right interest privilege or other obligation or benefit in whatsoever form from Government of Punjab except that which has been expressly declared pursuant hereto 7 The Supplier certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the abo
101. cations of goods shall be provided b National Tax Number NTN and General Sales Tax Number GST if applicable with documentary proof shall have to be provided by each bidder in the tender c The bidder shall submit an affidavit on legal stamp paper of Rs 100 that their firm is not blacklisted on any ground by any Government Federal Provincial District a local body or a Public Sector Organization The bidder shall be debarred from bid on account of submission of false statement d The bidder should have minimum two year experience in the market Similarly it is mandatory that the item to be quoted by the bidder Manufacturer should have availability in the market minimum for the last one year Documentary proof shall have to be provided in this regard e The bidder is required to provide with the Technical Proposal the name of item s for which they have quoted their rates in the Financial Proposals The bidder must indicate the registration number make of country of origin Manufacturer of the Medical amp Laboratory Equipments capacity of production of the firm its financial status batch p1l9a358is0diQoke1i7eft8 Irld4 doc Page 33 of 125 capacity necessary assurance of quality production GMP CGMP and list of qualified technical and supervisory staff working in the production and quality control departments in the manufacturing plants g The bidder shall provide a list of plant major machinery and equipme
102. cations of goods different from the demand of bid enquiry shall straightway be rejected The bidder is required to offer competitive price All prices must include the General Sales Tax GST and other taxes and duties where applicable If there is no mention of taxes the offered quoted price shall be considered as inclusive of all prevailing taxes duties The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency Prices offered should be for the entire quantity demanded partial quantity offers shall straightaway be rejected Conditional offer shall also be considered as non responsive bidder While tendering your quotation the present trend inflation in the rate of goods and services in the market should be kept in mind No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained Bid currencies Prices shall be quoted in Pak Rupees Documents Establishing bidder s Eligibility and Qualification i ii iii The bidder shall furnish as part of its technical bid documents establishing the bidder s eligibility to bid and its qualifications to perform the Contract if its bid is accepted The documentary evidence of the bidder s eligibility to bid shall establish to the Procuring Agency s satisfaction that the bidder at the time of submission of its bid is eligible as defined under instruction to the bidders T
103. ce at the time of issue of notice for invitation of bids 26 Evaluation Criteria i For the purposes of determining the lowest evaluated bid facts other than price such as previous performances inspection of plant factory premises previous experience financial soundness and such other details as the Procuring Agency at its discretion may consider appropriate shall be taken into consideration The following merit point system for weighing evaluation factors criteria can be applied for the TECHNICAL PROPOSALS The number of points allocated to each factor shall be specified in the Evaluation Report Evaluation Criteria Name of Firm S Parameters Detail Mark Remarks Bidder s Past Major institutions served 15 Institutions include Performance i No any institution served 0 Government Last one year ii 3 departments and private 1 As per Bid iii 2 to 3 5 hospitals Form 4 iv 4to5 8 v 6to7 12 vi 8 and above 15 Bidder s Market 5 Bidders having less experience in i 1 3 years 2 than 1 year experiences 2 quoted items ii 3 5 year 4 are ineligible iii Above 5 years 5 Experience will be confirmed from the date of registration Manufacturer i Valid GMP Certification 5 10 GMP certificate issued credibility amp ii Valid ISO Certification 5 by the concerned drug 3 certification regulatory authorit
104. ce directly or indirectly purporting to mis planning mismanagement and or lack of foresight to handle the situation Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity wars or revolutions fires floods earthquakes strikes epidemics quarantine restrictions and freight embargos If a Force Majeure situation arises the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof The Committee of p19a358isOdi0oke 1i7eft8 Irld4 doc Page 92 of 125 Health Department constituted for Redressal of grievances shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority However unless otherwise directed by the Procuring Agency in writing the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event 23 Termination for Insolvency the Procuring Agency 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 righ
105. condition of contract except for purposes of performing the Contract iii Any document other than the Contract itself enumerated in condition of contract shall remain the 6 7 8 9 property of the Procuring Agency and shall be returned if so required by the Procuring Agency iv The Supplier shall permit the Procuring Agency to inspect the Supplier s accounts and records relating to the performance of the Supplier Patent Rights The Supplier shall indemnify the Procuring Agency against all third party claims of infringement of patent trademark or industrial design rights arising from use of the Goods or any part thereof in the country Submission of Samples The Supplier shall provide samples free of cost of the product to procuring agency according to the specs Ensuring intimation of storage arrangements To ensure storage arrangements for the intended supplies the Supplier shall inform the Consignee one week in advance Inspections and Test Analysis i The Procuring Agency or its representative shall have the right to inspect and or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency ii For the purpose of inspections and tests of Medical amp Laboratory Equipments Materials the Supplier shall inform the Rawalpindi Institute of Cardiology Rawalpindi at least 15 working days in advance when all or any specific consignment installment of goods is manufa
106. ction to be against the required specifications approved samples etc even if it is of standard quality the Procuring Agency may reject the goods and the Supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation to meet the required specifications free of cost Replacement in lieu of the rejected supplies must be completed within 20 days from the date of communication of decision to the Manufacturer Supplier by the Concerned Authority In case after replacement or alteration the Inspection Committee again declare the item as of against the required specifications the supply would completely be rejected and the proportionate amount of performance security of the concerned installment would be forfeited to the government account and the firm shall be blacklisted minimum for one year However if the entire supplies installments are declared as of against the required specifications the entire performance security shall be forfeited and the firm shall be blacklisted minimum for two years onus of proof of innocence shall be on the supplier 11 Delivery and Documents The Supplier in accordance with the terms specified in the Bidding Documents shall make delivery of the goods The details of documents to be furnished by the Supplier are specified in Special Conditions of the Contract 12 Insurance The goods supplied under the Contract shall be delivered duty paid 13 Transportation The Su
107. ctured and ready for inspection The inspection team from Rawalpindi Institute of Cardiology Rawalpindi shall inspect the quantity specifications of goods The Supplier shall furnish all reasonable facilities and assistance including access to drawings and production data to the inspectors at no charge to the Procuring Agency However if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency the Supplier shall not be liable for penalty on account of that delay The cost of such lab tests shall be borne by the Manufacturer Supplier p19a358isOdi0oke 1i7eft8 Irld4 doc Page 40 of 125 iii The Procuring Agency s right to inspect test and where necessary reject the goods after the goods either at Supplier s premises or upon arrival at Consignee s destinations shall in no way be limited or waived by reason of the goods having previously been inspected tested and passed by the Procuring Agency or its representative prior to the goods shipment from the manufacturing point iv Procuring Agency or its representative shall have the right to inspect and or to test the goods to confirm their conformity to the specifications of the contract at no extra cost to the Procuring Agency v The inspection committee constituted by the Consignee shall inspect the quantity specifications of goods The cost of the lab tests shall be borne by the Supplier vi The supplier will be responsible for free replacement of stocks
108. cy may seek any alternative methods of procurement under the Punjab p1l9a358is0diQoke1i7eft8 Irld4 doc Page 88 of 125 Procurement Rules 2014 The Procuring Agency before invitation for re bidding shall assess the reasons for rejection and may revise specifications evaluation criteria or any other condition for bidders as it may deem necessary 31 Announcement of Evaluation Report The Procuring Agency shall declare the results of bid evaluation prior to the award of procurement contract AWARD OF CONTRACT 32 Acceptance of Bid and Award criteria The bidder with the lowest evaluated bid if not in conflict with any other law rules regulations or policy of the Provincial Government shall be awarded the Contract within the original or extended period of bid validity 33 Procuring Agency s right to vary quantities at time of award The Procuring Agency reserves the right at the time of Contract s award to increase or decrease the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions 34 Limitations on negotiations Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender but only to minor technical Contractual or logistical details I As guidance only negotiations may normally relate to the following areas e Minor alterations to technical details such as the terms of reference
109. d and recorded 27 Contacting the Procuring Agency No bidder shall contact the Procuring Agency on any matter relating to its bid from the time of the bid opening to the time the Contract is awarded If the bidder wishes to bring additional information to the notice of the Procuring Agency it should do so in writing 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 Tender evaluation is strictly prohibited Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion impose p1l9a358is0diQoke1i7eft8 Irld4 doc 28 29 30 31 Page 109 of 125 Qualification amp disqualification of bidders The Procuring Agency shall disqualify a bidder if it finds at any time that the information submitted by firm was false and materially inaccurate or incomplete Rejection of Bids The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid The Procuring Agency shall upon request communicate to any bidder who submitted a bid the grounds for its rejection of any or all bids but is not required to justify those grounds The Procuring Agency incurs no liability solely towards bidders who have submitted bids Notice of the rejection of any or all bids shall be given promptly to the concerne
110. d be compatible with central monitoring system Note 2 All allied accessories should be original and from the same manufacturer Country Of Origin USA Western EUROPE and JAPAN 37 X Ray Film Auto Processor e High throughput free Standing type Continuous roller transport Sheet film 10x 10cm 35x43cm sizes 14 x17 High through put more than 110 sheets 35 x 43cm Forced hot air circulation method Piping installed in the DEV and FIX racks Processing solution temperature Controlled by the temperature control tank with the thermistor monitoring with the heater heating and with the wash water cooling Drying temperature Controlled automatically according to a fixed temperature setting 38 Telemetry System with central monitoring e 8 patients Telemetry monitoring system upgrade able upto 32 patients e Monitoring parameters 12 lead ECG HR SpO2 NIBP and temperature RR or more e PC based system architecture with Windows operating system e Pre configured branded PC hardware from manufacturer system with LCD Touchable 24 and greater p19a358isOdi0oke 117eft8 Irld4 doc Page 71 of 125 User configurable audible and visual event alarms high medium and low with PDA device and software compatible with mobile for event alarm Alarm and event review with selectable filters during exercise etc Arrhythmia analysis including arrest bradycardia tachycardia vtach vfib PR QRS and QT intervals analysis User defined graphical
111. d bidders that submitted bids Re Bidding If the Procuring Agency rejected all bids it may call for a re bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under the Punjab Procurement Rules 2014 The Procuring Agency before invitation for re bidding shall assess the reasons for rejection and may revise specifications evaluation criteria or any other condition for bidders as it may deem necessary Announcement of Evaluation Report The Procuring Agency shall declare the results of bid evaluation prior to the award of procurement contract AWARD OF CONTRACT 32 33 34 Acceptance of Bid and Award criteria The bidder with the lowest evaluated bid if not in conflict with any other law rules regulations or policy of the Provincial Government shall be awarded the Contract within the original or extended period of bid validity Procuring Agency s right to vary quantities at time of award The Procuring Agency reserves the right at the time of Contract s award to increase or decrease the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions Limitations on negotiations Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender but only to minor technical Contractual or logistical details I As guidance only
112. d high quality image reproduction with heavy duty performance It should have minimum following specification DISPLAY Display size Min 19 Flat TFT tiltable and swiveable type with articulating arm OPERATING MODES B 2D M Mode Power Doppler HPRF Spectral Doppler Color Doppler Velocity Mode Pw Doppler Duplex And Triplex Doppler CW Doppler Steerable and ECG Gating TEE imaging IMT Stress Echo Strain rate imaging Tissue Doppler Imaging Contrast Imaging Anatomical M Mode Panoramic Imaging CONTROL PANEL Alphanumeric keyboard with built in trackball and 7 touch screen control panel Direct access to system functions through dedicated keys Indicator lights identify activated keys Audio volume control with bidirectional stereo speakers and foot switch User selectable image magnification control Adjustable transmit focusing control Total and Lateral Gran Compensation controls 6 or more 3 Active Probe connectors 1 for Doppler probe CALIPER MEASUREMENTS 6 to 8 calipers for measurement per screen trace length measurements for Distance angle distance depth from skin line area circumferences compound volume slope time heart rate and acceleration Auto Ejection Fraction Measurements APPLICATION Cardiac Peripheral pediatric adult cephalic and transesophageal with all required software for measurements DISPLAY MODES Live and stored display format full size and split screen Review image f
113. d to provide with the Technical Proposal the name of item s for which they have quoted their rates in the Financial Proposals p19a358isOdi0oke 117eft8 Irld4 doc Page 84 of 125 f The bidder must indicate the registration number make of country of origin Manufacturer of the Repair amp Maintenance capacity of production of the firm its financial status batch capacity necessary assurance of quality production GMP CGMP and list of qualified technical and supervisory staff working in the production and quality control departments in the manufacturing plants g The bidder shall provide a list of plant major machinery and equipment installed in the factory In case of imported items the profile credentials of the foreign Manufacturer in the respective foreign country shall be provided along with bid 14 Documents Establishing Good s Eligibility and Conformity Bidding Documents i The bidder shall furnish along with Technical Proposal as part of its bid documents establishing the eligibility and conformity to the bidding documents of all goods which the bidder proposes to supply under the Contract ii The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered which a certificate of origin issued by the Manufacturer shall confirm 15 Bid Security 2 of the total bid amount in the shape of Call Deposit Fresh CDR Bank Guaran
114. declares that it has not obtained or induced the procurement of any Contract right interest privilege or other obligation or benefit form Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it Government of Punjab through any corrupt business practice 6 Without limiting the generality of the foregoing the Seller Supplier represents and warrants that it has fully declared the brokerage commission fees etc paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person including its affiliate agent associate broker consultant director promoter shareholder sponsor or subsidiary any commission gratification bribe finder s fee or kickback whether described as consultation fee or otherwise with the object of obtaining or including the procurement of a Contract right interest privilege or other obligation or benefit in whatsoever form from Government of Punjab except that which has been expressly declared pursuant hereto 7 The Supplier certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the above declaration representation or warranty
115. deposit CDR Bank guarantee should be attached with the financial bid Late bids will be rejected Bids will be opened in the presence of the bidders representatives who choose to attend at the address below at 11 30 AM on 13 11 2015 The Bidders are requested to give their best and final prices Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi p19a358isOdi0oke 1i7eft8 Irld4 doc Page 4 of 125 Bid Data Sheet ITB Ref Descrip Detail N A Bid reference number RIC PO 2671 14 Dated 22 12 2014 N A Commencement of sale of Bidding Document After one day of publishing of advertisement in newspaper N A Last date of sale of Bidding Document 10 01 2015 on 02 00 PM ITB Clause 24 Last date and time for the receipt of bidding 13 01 2015 on 11 00 AM N A Pre bid meeting date time and venue 12 01 2015 on 11 00 AM at Conference Room RIC Rawalpindi ITB Clause 27 Date time and venue of opening of technical Bids 13 01 2015 on 11 30 AM Conference Room RIC Rawalpindi ITB Clause 16 Bid currency PKR ITB Clause 13 Language of bid English or Urdu ITB Clause 20 Amount of bid security 2 of the total bid value ITB Clause 21 Bid validity period 90 Days ITB Clause 09 Bidding procedure Single stage Two Envelop procedure ITB Clause 27 Address for communication Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi
116. ding process NOTE List of required items with specifications is attached at the end of this document p19a358isOdi0oke 117eft8 Irld4 doc Page 103 of 125 THE BIDDING DOCUMENTS 5 Content of Bidding Documents i The goods required bidding procedures and contract terms are prescribed in the bidding documents In addition to the invitation for bids the bidding documents shall include h Instructions to bidders i General Conditions of Contract j Special Conditions of Contract k Schedule of Requirements 1 Technical Specifications m Manufacturer s Authorization Form n Performance Guaranty Form ii The Invitation for Bids does not form part of the Bidding Documents and is included as a reference only In case of discrepancies between the Invitation for Bid and the Bidding Documents listed above the said Bidding Documents shall take precedence iii The bidder is expected to examine all instructions forms terms and specifications in the bidding documents iv Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the bidder s risk and may result in the rejection of its bid Clarification of Bidding Documents A prospective bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency s address indicated in the Invitat
117. diology Rawal Road Rawalpindi the goods shall be inspected examined by the Inspection Committee Rawalpindi Institute of Cardiology Rawal Road Rawalpindi to physically check the goods in accordance with the approved sample and terms conditions of the Contract The Committee shall submit its inspection report to Procuring Agency along with invoice bills delivery Challan In case of any deficiency pointed out by the Inspection Committee in the delivered goods the Supplier shall be bound to rectify it free of cost 6 Delivery and documents The Supplier shall provide the following documents at the time of delivery of goods to Consignee end for verification and onward submission to quarter concerned duly completed in all respect for payment 1 Original copies of Delivery Note Challan in duplicate showing name of destination to which delivery is to be made item s description batch No s Registration No manufacturing and expiry date and quantity ii Original copies of the Supplier s invoices in duplicate showing warranty name of Procuring Agency destination to which delivery is to be made item s description Batch No Registration No manufacturing and expiry date quantity per unit cost and total amount iii Original copies of the Sales Tax Invoices where applicable in duplicate showing name of destination to which delivery is to be made item s description quantity per unit cost without GST amount of GST and
118. ditions of Contract Finalizing the payment arrangements Mobilization arrangements Agreeing final delivery or completion schedules to accommodate any changes required by the procuring agency The proposed methodology or staffing Inputs required from the procuring agency Clarifying details that were not apparent or could not be finalized at the time of bidding The bidder s tax liability in Pakistan if the bidder is a foreign company Negotiations shall not be used to Substantially change the technical quality or details of the requirement including the tasks or responsibilities of the bidder or the performance of the goods Substantially alter the terms and conditions of Contract e Reduce unit rates or reimbursable costs provided that in case of exceptional circumstances like exorbitant rate rates higher than prevailing market rates negotiation may be adopted e Reduce work inputs solely to meet the budget or e Substantially alter anything which formed a crucial or deciding factor in the evaluation of the Tenders or proposals 35 Notification of Award 36 37 38 i ii Prior to the expiration of the period of bid validity the Procuring Agency shall notify the successful bidder in writing by registered letter to be confirmed in writing by registered letter that its bid has been accepted The notification of award shall constitute the formation of the Contract Signing of Contract 1 ii At
119. dity period shall not be permitted to change the substance of their bids and b Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without forfeiture of their bid securities earnest money 17 Format and Signing of Bid i ii The bidder shall prepare and submit its bid along with original purchase receipt The 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 all pages of the bid except for un amended printed literature Any interlineations erasures or overwriting shall be valid only if they are initialed by the person or persons signing the bid SUBMISSION OF BIDS 18 Sealing and Marking of Bids i ii iii iv vV The envelopes shall be marked as FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and legible letters to avoid confusion The inner and outer envelopes shall be sealed and Be addressed to the Procuring Agency at the address given in the Invitation for Bids and Bear the name and number indicated in the Invitation for Bids 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 If the outer as well as inner envelopes are not sealed and marked as required by instruction to
120. documents Pre bid conference will also on the date and time mentioned in Bid Data Sheet at the Conference Room of RIC Amendment of Bidding Documents At any time prior to the deadline for submission of bids the Procuring Agency for any reason whether at its own initiative or in response to a clarification requested by a prospective bidder may modify the bidding documents by amendment All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone and shall be binding on them In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids the Procuring Agency at its discretion may extend the deadline for the submission of bids PREPARATION OF BIDS 8 Language of Bid The bid prepared by the bidder as well as all correspondence and documents relating to the bid exchanged by the bidder and the Procuring Agency shall be written in English Supporting documents and printed literature furnished by the bidder may be in another language provided they are accompanied by an accurate translation in English in which case for purposes of interpretation of the Bid the translation shall govern Documents Comprising the Bid The bid shall comprise the following components a Bid Form and Price Schedule completed in accordance with instruction to bidders to be submitted along with financial proposal b Documentary evidence e
121. e s end basis The bidder shall also have to submit a copy of registration certificate and Memorandum of Association Partnership deed registered with the Registrar of Companies in Pakistan The bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices declared by any Government Federal Provincial District a Local Body or a Public Sector Organization Eligible Goods and Services All goods and related services to be supplied under the contract shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such goods and services For this purpose the term Goods includes any Goods that are the subject of this Invitation for Bids and the term Services shall include related services such as transportation insurance etc The origin means the place where the goods are mined grown or produced or the place from which the related services are supplied Goods are produced through manufacturing or processing or substantial and major assembly of ingredients components a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components Cost of Bidding 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 manner or outcome of the bid
122. e bidder to the Contract The person or persons signing the bid shall initial all pages of the bid except for un amended printed literature ii Any interlineations erasures or overwriting shall be valid only if they are initialed by the person or persons signing the bid SUBMISSION OF BIDS 18 Sealing and Marking of Bids i The envelopes shall be marked as FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and legible letters to avoid confusion The inner and outer envelopes shall be sealed and ii Be addressed to the Procuring Agency at the address given in the Invitation for Bids and iii Bear the name and number indicated in the Invitation for Bids p1l9a358is0diQoke1i7eft8 Irld4 doc 19 20 21 Page 85 of 125 iv The inner envelopes shall also indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared as non responsive or late v If the outer as well as inner envelopes are not sealed and marked as required by instruction to bidders the Procuring Agency shall assume no responsibility for the bid s misplacement or premature opening and shall be rejected forth with Deadline for Submission of Bids Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under instruction to bidders not later than the time and date specified in the Invitation for Bids The Procuring Agency may at its discretion extend
123. e Supplier shall be bound to rectify it free of cost 6 Delivery and documents The Supplier shall provide the following documents at the time of delivery of goods to Consignee end for verification and onward submission to quarter concerned duly completed in all respect for payment iv Original copies of Delivery Note Challan in duplicate showing name of destination to which delivery is to be made item s description batch No s Registration No manufacturing and expiry date and quantity v Original copies of the Supplier s invoices in duplicate showing warranty name of Procuring Agency destination to which delivery is to be made item s description Batch No Registration No manufacturing and expiry date quantity per unit cost and total amount vi Original copies of the Sales Tax Invoices where applicable in duplicate showing name of destination to which delivery is to be made item s description quantity per unit cost without GST amount of GST and total amount with GST 7 Insurance The goods supplied under the Contract shall be delivered duty paid under which the risk is transferred to the Procuring Agency after having been delivered hence insurance coverage is Supplier s responsibility therefore they may arrange appropriate coverage 8 Incidental Services The following incidental services shall be provided and the cost of which should include in the total bid price a The bidder shall supply instruments
124. e certificate i Less than 1 0 6 ii 1 5 iii 1 2 1 5 7 iv 1 6 2 10 7 Product i Excellent 10 10 Bidder will give Demonstration ii Good 7 Demonstration Presentation iii Satisfactory 5 presentation to the end iv Unsatisfactory 0 user Total marks 100 Total marks Obtained Qualifying marks 70 Note e Check list and summary page shall be provided by the firm concerned e Warranty of the product offered by company is mandatory 2 SCHEDULE OF REQUIREMENT MODE OF PENALTY 100 QUANTITY AS PER TOTAL DELIVERY PURCHASE ORDER PERIOD WITHOUT PENALTY 45days 45 Days WITH PENALTY 45 Days 90 Days At the rate of 2 per month 0 067 per day after 30 days of Purchase Order i 100 complete information according to the bid evaluation criteria provided by the firm will get maximum marks THE INFORMATION PROVIDED BY THE FIRM SHOULD BE RELEVANT CONCISE AND TO THE POINT AS PER BID EVALUATION CRITERIA UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT p1l9a358is0diQoke1i7eft8 Irld4 doc 27 28 29 30 31 Page 37 of 125 ii After technical evaluation is completed the Procuring Agency shall inform the bidders who have submitted proposals the technical scores obtained by their technical proposal and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 70 or were considered non responsive that their financia
125. e entire quantity demanded partial quantity offers shall straightaway be rejected Conditional offer shall also be considered as non responsive bidder While tendering your quotation the present trend inflation in the rate of goods and services in the market should be kept in mind No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained Bid currencies Prices shall be quoted in Pak Rupees Documents Establishing bidder s Eligibility and Qualification i ii iii The bidder shall furnish as part of its technical bid documents establishing the bidder s eligibility to bid and its qualifications to perform the Contract if its bid is accepted The documentary evidence of the bidder s eligibility to bid shall establish to the Procuring Agency s satisfaction that the bidder at the time of submission of its bid is eligible as defined under instruction to the bidders The documentary evidence to be submitted along with technical proposal of the bidder s qualifications to perform the Contract if its bid is accepted shall establish to the Procuring Agency s satisfaction a The Sole Agent Importer shall have to produce letter of authorization from Manufacturer Foreign Executive Director and in case of Manufacturer documentary proof including manufacturing license registration certificate to the effect that they are the original manufacturer of the required specifi
126. e firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form Tender Enquiry the procuring agency shall be entitled to make other arrangement at the risk expense of the Contractor Supplier Firm the price difference shall be paid by the Firm 21 Termination for Default The Procuring Agency without prejudice to any other remedy for breach of Contract by written notice of default sent to the Supplier may terminate the Contract in whole or in part if the Supplier fails to deliver any or all installments of the goods within the period s specified in the Contract or within any extension thereof granted by the Procuring Agency or if the Supplier fails to perform any other obligation s under the Contract and if the Supplier in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract 22 Force Majeure Notwithstanding the provisions of general conditions of contract the Supplier shall not be liable for forfeiture of its Performance Guaranty bid Security or termination blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier s fault or negligen
127. e of bidders representatives who choose to attend at the time on the date and at the place specified in the Invitation for Bids The bidders representatives who are present shall sign the Attendance Sheet evidencing their attendance However the envelope marked as FINANCIAL PROPOSAL if it is sealed shall be retained in the custody of Procuring Agency without being opened and till completion of the evaluation process ii The bidders names item s for which they quoted their rate and such other details as the Procuring Agency at its discretion may consider appropriate shall be announced at the opening of technical proposal No bid shall be rejected at technical proposal bid opening except for late bids which shall be returned unopened to the bidder However at the opening of Financial Proposals the date time and venue would be announced later on the bid prices discounts if any and the presence or absence of requisite Bid Security and such other details as the Procuring Agency at its discretion may consider appropriate shall be announced iii The Procuring Agency shall prepare minutes of the bids opening technical and financial Clarification of Bids During evaluation of the bids the Procuring Agency may at its discretion ask the bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the prices or substance of the bid shall be sought offered o
128. ease of installation and setup or serviceability and sustainability STORAGE Storage Platform Controllers Engines Availability Expansion Controller Interface Controller Cache Expandable Read amp Write Cache Capacity Breakup Disk Sparing and Rebuilding Operation Disk Storage Architecture and Host Interface Data Corruption Protection Storage Expandability Protocol Support 4 TB Unified Storage SAN NAS The proposed system must have dual controllers Active Active The proposed system must be designed to deliver five 9 s availability 6Gbps SAS Backend Minimum should support 48GB 24GB per controller Should support a Expandable read and write SSDs cache to protect unpredictable spikes in the workload and this cache should be scalable up to 1TB 4TB Usable on Raid 10 5 6 using 600GB 10K 1 Drives 100GB SSD Cache scalable to 1TB Should support multiple simultaneous sparing rebuild operations to address even the unlikely event that two disks within the array failed at about the same time Dual high performance intelligent RAID controllers At least 4 iSCSI ports per controller required At least 4 FC ports 8 Gbps per controller required At Least 4 Ports of 1GB and 10GB on NAS controllers required Must support FCoE Must Support solid state drives SSD SAS 2 0 and NL SAS Support for RAID 0 1 5 3 6 and 10 Should Support 1TB and 2TB NL SAS Drives All SAS and NL SAS drives must use 520 byte blocks with
129. eeze and cascade facility Waveform trace speed 25 to 50 mm sec Screen Size min 10 or more TFT LCD color Touch Screen display PARAMETERS eECG Numeric heart rate Waveform 12 Wave forms minimum real time and freeze ECG trace eNon Invasive Blood Pressure NIBP Method Oscillometric principle Numeric Systolic diastolic and mean pressures Selectable auto inflate interval settings Rising cuff continuous pressure display Page 69 of 125 p19a358isOdi0oke 1i7eft8 Irld4 doc Page 70 of 125 eTemperature Numeric Temperature selectable in C F Channels 2 channels ePulse Oximetry Numeric 0 100 oxygen saturation measuring range Waveform plethysmograph pulse with pulse strength indication Reusable sensor electrode Reusable cuff eArrhythmia Analysis Arrhythmia analysis and st analysis Minimum 10 arrhythmia items eRespiration Breath rate display and alarms Sweep speed 12 5 to 50 mm sec eOther Features Trend Data up to 72 hours trend graphical and tabular eAlarms High amp low settable on all parameters Visual and audible indication of alarms eOperating Requirements Ac 220v 50hz Built in rechargeable battery for at least 1 2 hours AC power failure at full parameter Facility for slave monitoring eWall Mount Original Local Note 1 The system must be complete with all sensors probes cables or any other accessories required for measuring all the above selected parameters Monitor shoul
130. ely to defeat the purpose of this declaration representation and warranty It agrees that any Contract right interest privilege or other obligation or benefit obtained or procured as aforesaid shall without prejudice to any other right and remedies available to Procuring Agency under any law Contract or other instrument be void able at the option of Procuring Agency 9 Notwithstanding any rights and remedies exercised by Procuring Agency in this regard The Supplier agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission gratification bribe finder s fee or kickback given by The Supplier as aforesaid for the purpose of obtaining or inducing the procurement of any Contract right interest privilege or other obligation or benefit in whatsoever form from Procuring Agency p19a358isOdi0oke 117eft8 Irld4 doc Page 20 of 125 10 In case of any dispute concerning the interpretation and or application of this Contract shall be settled through arbitration The Additional Chief Secretary or his nominee shall act as sole arbitrator The decisions taken and or award made by the sole arbitrator shall be final and binding on the Parties 11 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction 12 If the firm
131. ence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents and d Bid Security 2 of the total value of the bid in the shape of Call Deposit Fresh CDR bank guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi p19a358isOdi0oke 117eft8 Irld4 doc Page 6 of 125 Note Bid security must be submitted only with Financial Bid Bid will be rejected if bid security original or hotocopy is submitted with Technical Bid 10 Bid Form amp Price Schedule The bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the goods to be supplied a brief description of the goods their strength packing quantity and prices 11 Bid Prices 12 13 1 ii iii vi The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of the goods it proposes to supply under the Contract Form of price Schedule is to be filled in very carefully preferably typed Any alteration correction must be initialed Every page is to be signed and stamped at the bottom Serial number of the quoted item may be marked with red yellow marker The bidder should quote the prices of goods according to the technical specifications as provided in the Form of Price Schedule and Technical Specifications The specifi
132. ent in basic characteristics or in purpose or utility from its components Cost of Bidding 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 manner or outcome of the bidding process NOTE List of required items with specifications is attached at the end of this document p19a358isOdi0oke 117eft8 Irld4 doc Page 31 of 125 THE BIDDING DOCUMENTS 5 Content of Bidding Documents i The goods required bidding procedures and contract terms are prescribed in the bidding documents In addition to the invitation for bids the bidding documents shall include a Instructions to bidders b General Conditions of Contract c Special Conditions of Contract d Schedule of Requirements e Technical Specifications f Manufacturer s Authorization Form g Performance Guaranty Form ii The Invitation for Bids does not form part of the Bidding Documents and is included as a reference only In case of discrepancies between the Invitation for Bid and the Bidding Documents listed above the said Bidding Documents shall take precedence iii The bidder is expected to examine all instructions forms terms and specifications in the bidding documents iv Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents i
133. equired to provide the incidental services as specified in Special Conditions of the Contract and the cost of which should be included in the total bid price 15 Payment The method and conditions of payment to be made to the Supplier under this Contract shall be specified in Special Conditions of the Contract The currency of payment is Pak Rupees 16 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 expiry of the original bid validity period provided the Procuring Agency s request for bid validity extension 17 Contract Amendments No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the Parties 18 Subcontracts The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract 19 Delays in the Supplier s Performance Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency If at any time during performance of the Contract the Supplier should encounter conditions impeding timely delivery of the goods the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay its likely duration and its cause s The Procuring Agency may at its discretion extend the Supplier s time for performance with or without liquidated damages in which
134. erpreted as indicated against each i The Contract means the agreement between the Procuring Agency and the Supplier as recorded in the Contract Form signed by the Parties including all attachments and appendices thereto and all documents incorporated by reference therein ii The Contract Price means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations iii The Goods means Repair and Maintenance of Machinery amp Equipments iv The Services means those services ancillary to the supply of goods such as repair and maintenance of machinery v The Procuring Agency means the Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi vi The Supplier means the individual or firm supplying the goods under this Contract 2 Application These General Conditions shall apply to the extent that they are not inconsistent superseded by provisions of other parts of the Contract 3 Country of Origin All goods and related services to be supplied under the contract shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such goods and services For the purposes of this clause origin means the place where the goods are produced through manufacturing or processing or the place from which the related services are supplied 4 Standards The goods supplied under this Con
135. es specifications a b c d 3 Channels 4 Flows 1 Doppler 2 Pressure and 2 ECG AUX channels Calculation Systolic Diastolic and mean flow in ml minute Calculation Systolic Diastolic and mean values and the maximum derivative Real time data using transit time flow measurement TTFM for verification and determination of patency for intra operative control System should provide flexibility in graft flow analysis and data storage for future reference patient report database printout export in PDF format data storage in USB TTFM Should be easily applicable with wide range of size to treat vessels from 1 5mm to 27 mm in diameter should meet worldwide sterilization standards flexible probe with without handles to accommodate various surgical applications consisting of tow angles piezoelectric crystals The ultrasound field generated should be uniform and should measure the flow at any given angle The probes should be with handles having flat front face for fast and stable measurement available in sizesl 5mm 2mm 3mm 4mm and 5 mm with display resolution of 0 1 ml minute and ultrasound transducer excitation frequency of 500KHz to 3 5MHz for TTFM suitable for at least 30 times reuse and easy to clean disinfect and sterilize Display of graphs Plasticity Index PI Flow Diastolic Filling DF percentage HR ACI Acoustic Coupling Index etc System should be able to detect intramural arteries and to quantify
136. es to be supplied under the contract shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such goods and services For this purpose the term Goods includes any Goods that are the subject of this Invitation for Bids and the term Services shall include related services such as transportation insurance etc The origin means the place where the goods are mined grown or produced or the place from which the related services are supplied Goods are produced through manufacturing or processing or substantial and major assembly of ingredients components a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components Cost of Bidding 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 manner or outcome of the bidding process NOTE List of required items with specifications is attached at the end of this document p19a358isOdi0oke 117eft8 Irld4 doc Page 82 of 125 THE BIDDING DOCUMENTS 5 Content of Bidding Documents i The goods required bidding procedures and contract terms are prescribed in the bidding documents In addition to the invitation for bids the bidding documents shall include a Instructions to bidders b General Condit
137. ess below at or before 11 00 AM on 13 01 2015 Bid security of 2 of the total bid value in the shape of call deposit CDR Bank guarantee should be attached with the financial bid Late bids will be rejected Bids will be opened in the presence of the bidders representatives who choose to attend at the address below at 11 30 AM on 13 11 2015 The Bidders are requested to give their best and final prices Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi p19a358isOdi0oke 1i7eft8 Irld4 doc Page 81 of 125 Bid Data Sheet ITB Ref Descripti Detail N A Bid reference number RIC PO 2673 14 Dated 22 12 2014 N A Commencement of sale of Bidding Document After one day of publishing of advertisement in newspaper N A Last date of sale of Bidding Document 10 01 2015 on 02 00 PM ITB Clause 24 Last date and time for the receipt of bidding 13 01 2015 on 11 00 AM N A Pre bid meeting date time and venue 12 01 2015 on 11 00 AM at Conference Room RIC Rawalpindi ITB Clause 27 Date time and venue of opening of technical Bids 13 01 2015 on 11 30 AM Conference Room RIC Rawalpindi ITB Clause 16 Bid currency PKR ITB Clause 13 Language of bid English or Urdu ITB Clause 20 Amount of bid security 2 of the total bid value ITB Clause 21 Bid validity period 90 Days ITB Clause 09 Bidding procedure Single stage Two Envelop procedure ITB Clause 27 Addre
138. essal of grievances shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority However unless otherwise directed by the Procuring Agency in writing the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event 23 Termination for Insolvency the Procuring Agency 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 24 Arbitration and Resolution of Disputes The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract If after thirty 30 days from the commencement of such informal negotiations the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute either party may require that the dispute be referred to the Arbitrator for resolution through arbitration In case of any di
139. ete information according to the bid evaluation criteria provided by the firm will get maximum marks THE INFORMATION PROVIDED BY THE FIRM SHOULD BE RELEVANT CONCISE AND TO THE POINT AS PER BID EVALUATION CRITERIA UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT ii After technical evaluation is completed the Procuring Agency shall inform the bidders who have submitted proposals the technical scores obtained by their technical proposal and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 60 or were considered non responsive that their financial proposals shall be returned unopened after completing the selection process The Procuring Agency shall simultaneously notify in writing bidders that have secured the minimum qualifying marks the date time and location for opening the financial proposals Bidders attendance at the opening of financial proposals is optional iii Financial proposals shall be opened publicly in the presence of the bidders or their representatives who choose to attend The name of the bidders and the technical score of the bidder shall be read aloud The financial proposal of the bidders who met the minimum qualifying marks shall then be inspected to confirm that they have remained sealed and unopened These financial proposals shall be then opened and the quoted price read aloud and recorded 27 Contacting the Procuring Agency No bidder shall contact the Procuring Agency o
140. f 125 PERFORMANCE GUARANTY SECURITY FORM CDR To Executive Director Rawalpindi Institute of Cardiology Rawalpindi Whereas M S hereinafter called the Supplier has undertaken in pursuance of Contract No dated to supply Medical amp Laboratory Equipments hereinafter called the Contract And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you CDR Bank Guarantee issued by a scheduled bank for the sum of 2 of the total Contract amount as a Security for compliance with the Supplier s performance obligations in accordance with the Contract Name of the bidder Father s Name Address of bidder Firm NIC Designation Signature Stamp MANUFACTURER S AUTHORIZATION FORM To name of Purchaser WHEREAS name of the Manufacturer who are established and reputable Manufacturers of name and or description of the goods having factories at address of factory do hereby authorize name and address of Supplier Agent to submit a bid and subsequently negotiate and sign the Contract with you against No Reference of the Invitation to Bid for the goods manufactured by us We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Bids Signature for and on behalf of Manufacturer Note This letter of authority should be on the letterhead of the Man
141. f 2 per month 0 067 per day after 30 days of Purchase Order i ii iii 100 complete information according to the bid evaluation criteria provided by the firm will get maximum marks THE INFORMATION PROVIDED BY THE FIRM SHOULD BE RELEVANT CONCISE AND TO THE POINT AS PER BID EVALUATION CRITERIA UN NECESSARY DOCUMENTATION WILL HAVE A NEGATIVE IMPACT After technical evaluation is completed the Procuring Agency shall inform the bidders who have submitted proposals the technical scores obtained by their technical proposal and shall notify those bidders whose proposal did not meet the minimum qualifying mark which is 70 or were considered non responsive that their financial proposals shall be returned unopened after completing the selection process The Procuring Agency shall simultaneously notify in writing bidders that have secured the minimum qualifying marks the date time and location for opening the financial proposals Bidders attendance at the opening of financial proposals is optional Financial proposals shall be opened publicly in the presence of the bidders or their representatives who choose to attend The name of the bidders and the technical score of the bidder shall be read aloud The financial proposal of the bidders who met the minimum qualifying marks shall then be inspected to confirm that they have remained sealed and unopened These financial proposals shall be then opened and the quoted price read alou
142. f foresight to handle the situation Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity wars or revolutions fires floods earthquakes strikes epidemics quarantine restrictions and freight embargos If a Force Majeure situation arises the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof The Committee of Health Department constituted for Redressal of grievances shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority However unless otherwise directed by the Procuring Agency in writing the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event 23 Termination for Insolvency the Procuring Agency 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 24 Arbitration and Resolution of Disputes The Procur
143. g the procurement and execution of such Contracts In pursuance of this policy the Procuring Agency defines for the purposes of this provision the terms set forth below as follows i corrupt practice means the offering giving receiving or soliciting of anything of value to influence the action 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 detriment 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 free and open competition p19a358isOdi0oke 117eft8 Irld4 doc Page 13 of 125 b Shall reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question c Shall declare a firm ineligible either indefinitely or for a stated period of time to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a Contract onus of proof will be on the firm GENERAL CONDITIONS OF CONTRACT 1 2 3 4 5 Definitions In this Contract the following terms shall be interpreted as indicated agai
144. h other details as the Procuring Agency at its discretion may consider appropriate shall be announced at the opening of technical proposal No bid shall be rejected at technical proposal bid opening except for late bids which shall be returned unopened to the bidder However at the opening of Financial Proposals the date time and venue would be announced later on the bid prices discounts if any and the presence or absence of requisite Bid Security and such other details as the Procuring Agency at its discretion may consider appropriate shall be announced iii The Procuring Agency shall prepare minutes of the bids opening technical and financial Clarification of Bids During evaluation of the bids the Procuring Agency may at its discretion ask the bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the prices or substance of the bid shall be sought offered or permitted Preliminary Examination i The Procuring Agency shall examine the bids to determine whether they are complete whether any computational errors have been made whether required sureties have been furnished whether the documents have been properly signed and whether the bids are generally in order ii 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 multiply
145. have to be refunded by the seller 21 Payment will be made by the end users as per rules after completion of all codal formalities 22 In case of breach of terms amp conditions of contract agreement security of the seller shall be forfeited 23 This contract agreement shall remain valid till 30 June 2015 24 The seller will be responsible to refund any excess amount paid due to any error in calculation or mistake in evaluating the offer IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at the place and shall enter into force on the day month and year first above mentioned NAME FATHER S NAME DESIGNATION ADDRESS NIC OoOo SIGNATURE amp STAMP EXECUTIVE DIRECTOR RAWALPINDI INSTITUTE OF CARDIOLOGY RAWALPINDI p19a358isOdi0oke 117eft8 Irld4 doc Page 97 of 125 BID FORM Date No To Name and address of Procuring Agency Having examined the Bidding Documents the receipt of which is hereby duly acknowledged we the undersigned offer the supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum of Total Bid Amount Bid Amount in words or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid We undertake if our bid is accepted to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements If our bid is accepted we shall f
146. he Parties 18 Subcontracts The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract 19 Delays in the Supplier s Performance Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency If at any time during performance of the Contract the Supplier should encounter conditions impeding timely delivery of the goods the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay its likely duration and its cause s The Procuring Agency 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 Procuring Agency by amendment of Contract A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages unless an extension of time is agreed upon without the application of liquidated damages 20 Penalties liquidated Damages In case of late delivery beyond the presented period penalty as specified in Special Conditions of Contract shall be imposed upon the Supplier The above Late Delivery LD is subject to General Conditions of Contract including late delivery for reasons beyond control Once the maximum is reached the Procuring Agency may consider termination of the Contract In case of supply of substandard product the destruction cost will be b
147. he documentary evidence to be submitted along with technical proposal of the bidder s qualifications to perform the Contract if its bid is accepted shall establish to the Procuring Agency s satisfaction a The Sole Agent Importer shall have to produce letter of authorization from Manufacturer Foreign Executive Director and in case of Manufacturer documentary proof including manufacturing license registration certificate to the effect that they are the original manufacturer of the required specifications of goods shall be provided b National Tax Number NTN and General Sales Tax Number GST if applicable with documentary proof shall have to be provided by each bidder in the tender c The bidder shall submit an affidavit on legal stamp paper of Rs 100 that their firm is not blacklisted on any ground by any Government Federal Provincial District a local body or a Public Sector Organization The bidder shall be debarred from bid on account of submission of false statement d The bidder should have minimum two year experience in the market Similarly it is mandatory that the item to be quoted by the bidder Manufacturer should have availability in the market minimum for the last one year Documentary proof shall have to be provided in this regard e The bidder is required to provide with the Technical Proposal the name of item s for which they have quoted their rates in the Financial Proposals f The bidder must indic
148. he goods shipment from the manufacturing point iv Procuring Agency or its representative shall have the right to inspect and or to test the goods to confirm their conformity to the specifications of the contract at no extra cost to the Procuring Agency v The inspection committee constituted by the Consignee shall inspect the quantity specifications of goods The cost of the lab tests shall be borne by the Supplier vi The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the Invitation of Bids Substandard Spurious Misbranded Expired Moreover it will replace the unconsumed expired stores without any further charges vii The Procuring Agency s right to inspect test and where necessary reject the goods after the arrival at Procuring Agency s destinations shall in no way be limited or waived by reason of the goods having previously been inspected tested and passed by the Procuring Agency or its representative vili Nothing in General Conditions of Contract shall in any way release the Supplier from any warranty or other obligations under this Contract 10 Physical examination of instruments equipments i The Inspection committee constituted by the consignee shall carry out the physical examination after receipt of supplies for checking quality quantity of the goods supplied ii If the Goods supplied are found during physical examination inspe
149. hedule submitted by the bidder b Technical Specifications c General Conditions of Contract d Special Conditions of Contract and e Procuring Agency s Award of contract and f Purchase Order 3 In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract 4 The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract 5 The Supplier hereby declares that it has not obtained or induced the procurement of any Contract right interest privilege or other obligation or benefit form Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it Government of Punjab through any corrupt business practice 6 Without limiting the generality of the foregoing the Seller Supplier represents and warrants that it has fully declared the brokerage commission fees etc paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either direct
150. hin Volumes Should Support data compression and De duplication feature on both Block and File Data provides a further reduction of capacity savings initially provided by Virtual Provisioning The storage management software must support discovery monitoring asset and capacity reporting The storage management software must support interception of Storage related indications converted SNMP traps The storage management software must be latest with all updated patches The storage management software must support the ability to produce detailed reports and graphs on storage utilization The storage management software must support the ability to produce detailed trending performance reports and graphs in order to discover device contention The storage management software must support the ability to monitor and manage disk data fabric and performance of the storage and SAN environment The storage management software must support the ability to manage copy services for multiple operating systems The storage management software must provide single sign on for all devices in the management domain The storage management software must provide virtualization aware management for both storage and virtual infrastructure administrators The storage management software must provide single click access to online support community This software should be included in the base system cost if not should be quoted separately p19a358isOdi0oke 117eft8 Irld4 doc
151. ical proposal No bid shall be rejected at technical proposal bid opening except for late bids which shall be returned unopened to the bidder However at the opening of Financial Proposals the date time and venue would be announced later on the bid prices discounts if any and the presence or absence of requisite Bid Security and such other details as the Procuring Agency at its discretion may consider appropriate shall be announced iii The Procuring Agency shall prepare minutes of the bids opening technical and financial Clarification of Bids During evaluation of the bids the Procuring Agency may at its discretion ask the bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the prices or substance of the bid shall be sought offered or permitted Preliminary Examination i The Procuring Agency shall examine the bids to determine whether they are complete whether any computational errors have been made whether required sureties have been furnished whether the documents have been properly signed and whether the bids are generally in order ii 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 shall be corrected If the bidder does not accept
152. ical 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 e Reduce unit rates or reimbursable costs provided that in case of exceptional circumstances like exorbitant rate rates higher than prevailing market rates negotiation may be adopted e Reduce work inputs solely to meet the budget or e Substantially alter anything which formed a crucial or deciding factor in the evaluation of the Tenders or proposals 35 Notification of Award 36 37 38 i ii Prior to the expiration of the period of bid validity the Procuring Agency shall notify the successful bidder in writing by registered letter to be confirmed in writing by registered letter that its bid has been accepted The notification of award shall constitute the formation of the Contract Signing of Contract 1 ii At the same time as the Procuring Agency notifies the successful bidder that its bid has been accepted the Procuring Agency shall send the bidder the Contract Form provided in the bidding documents incorporating all agreements between the Parties Both the successful bidder and the Procuring Agency shall sign with date the Contract on the legal stamp paper Thereafter the Procuring Agency shall issue Purchase Order If the successful bidder after completion of all Codal Formalities shows inability to sign the Contract
153. ices 11 Bid Prices 12 13 1 ii iii vi The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of the goods it proposes to supply under the Contract Form of price Schedule is to be filled in very carefully preferably typed Any alteration correction must be initialed Every page is to be signed and stamped at the bottom Serial number of the quoted item may be marked with red yellow marker The bidder should quote the prices of goods according to the technical specifications as provided in the Form of Price Schedule and Technical Specifications The specifications of goods different from the demand of bid enquiry shall straightway be rejected The bidder is required to offer competitive price All prices must include the General Sales Tax GST and other taxes and duties where applicable If there is no mention of taxes the offered quoted price shall be considered as inclusive of all prevailing taxes duties The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency Prices offered should be for the entire quantity demanded partial quantity offers shall straightaway be rejected Conditional offer shall also be considered as non responsive bidder While tendering your quotation the present trend inflation in the rate of goods and services in the market should be kept in mind No request for increase in price due t
154. id security original or hotocopy is submitted with Technical Bid 10 Bid Form amp Price Schedule The bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the goods to be supplied a brief description of the goods their strength packing quantity and prices 11 Bid Prices 12 13 1 ii iii vi The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of the goods it proposes to supply under the Contract Form of price Schedule is to be filled in very carefully preferably typed Any alteration correction must be initialed Every page is to be signed and stamped at the bottom Serial number of the quoted item may be marked with red yellow marker The bidder should quote the prices of goods according to the technical specifications as provided in the Form of Price Schedule and Technical Specifications The specifications of goods different from the demand of bid enquiry shall straightway be rejected The bidder is required to offer competitive price All prices must include the General Sales Tax GST and other taxes and duties where applicable If there is no mention of taxes the offered quoted price shall be considered as inclusive of all prevailing taxes duties The benefit of exemption from or reduction in the GST or other taxes shall be passed on to the Procuring Agency Prices offered should be for th
155. ideo processing system C CAM camera head Camera Head one chip CMOS camera head resolution up to 640 x 480 focal length f 20 mm Software and hardware for recording live and still image S Video connecting cable USB connecting cable Cleaning maintenance complete kit including disinfection solution p19a358isOdi0oke 117eft8 Irld4 doc Page 55 of 125 12 Polysomnograph sleep study SpO2 Accuracy 2 70 lt SpO2 lt 100 sampling rate 1 s Pulse rate Accuracy 2 measuring area 20 300 beats min sampling rate 1 s Pulse wave plethysmogram sampling rate 50 s Breathing signal sampling rate 50 s Body position recording of 5 different body positions Memory from 128 MB up to 512 MB Recording period up to 7 days 8 hours per day Data transmission via USB Duration of transmission approx 40 s per 8 hours of recording Energy Mignon batteries 13 Sternum saw Pneumatic Sternum Saw with all standard Blades and Accessories 04 Electrical Sternum Saw with all standard Blades and Accessories 02 Sternum Saw for Redo Surgery with complete sets of Blades and Accessories 02 14 Head lights Operating prism loupes to be supplied on a spectacle frame The frames to be supplied in three sizes with five available nose bridges to allow maximum comfort and security for the surgeon 300 400 Watt To be easily identifiable by colour coding and simple to clip on when needed To have a pocket size light source w
156. iled evaluation the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents For purposes of these Clauses a substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations Deviations from or objections or reservations to critical provisions such as those concerning Applicable Law Taxes amp Duties shall be deemed to be a material deviation for technical proposals The Procuring Agency s determination of a bid s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence 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 25 Evaluation amp Comparison of Bids i ii iii The Procuring Agency shall evaluate and compare the bids which have been determined to be substantially responsive The Procuring Agency s evaluation of technical proposal bid shall be on the basis of previous performances previous test reports inspection of plant factory premises if not previously conducted previous experience financial soundness and such other details as the Procuring Agency at its discretion may consider appropriate shall be considered However the evaluation of financial proposal shall be on the basis of price inclusive of prevailing taxes and
157. inal power supply units Bells with complete installation with 1 Year warranty Video Conference display e LED 42 Qty 4 p19a358isOdi0oke 1i7eft8 1rld4 doc Page 125 of 125 Scanjet Scanner QTY 05 Tablets Flatbed Scan resolution optical Up to 4800 dpi Bit depth 48 bit Task speed 35 mm slides to file less than 25 6 sec single image less than 6 5 sec multiple image OCR Letter A4 text page to Microsoft Word less than 28 sec PDF to e mail less than 28 sec Scan file format Windows PDF PDF searchable TIFF TIFF compressed JPG BMP PNG FPX GIF PCX RTF TXT HTML Macintosh PDF TIFF JPG FPX GIF PICT RTF TXT HTML Compatible operating systems Microsoft Windows 7 ready Some features may not be available Windows Vista Windows XP 32 bit and 64 bit Windows XP Windows 2000 Mac OS X v10 4 11 10 5 10 6 QTY 16 Minimum 10 HD IPS LED Screen Process Quad Core 1 2 GHZ or above 2 GB Ram 8 GB Rom Warranty 1 year Wifi Enabled Without GSM p19a358isOdi0oke 1i7eft8 Irld4 doc s for the purpose mentioned above edgement of the following Funds Issuing Branch Bank s Acknowl Dated dbcla ael4 Type of Remittance pop On Lime Name of Beneficiary Punjab Pxoguxement 0008 principal Amounts 7000 Telex Charges e Instrument d a Br Drawn On Bop civil Lec anch Bank yon LHR Ale ti 39 83 _ OFFICER
158. ing Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract If after thirty 30 days from the commencement of such informal negotiations the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute either party may require that the dispute be referred to the Arbitrator for resolution through arbitration In case of any dispute concerning the interpretation and or application of this Contract shall be settled through arbitration The Additional Chief Secretary or his nominee shall act as sole arbitrator The decisions taken and or award made by the sole arbitrator shall be final and binding on the Parties 25 Governing Language The Contract shall be written in English language All correspondence and other documents pertaining to the Contract which are exchanged by the Parties shall be written in English 26 Applicable Law This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction p19a358isOdi0oke 117eft8 Irld4 doc Page 16 of 125 27 Notices i Any Notice given by one party to the other pursuant to this contract shall be sent to the other party in writing and confirmed to other party s address specified in Special Conditions of Contract ii A notice shall be effective when delivered or on the notice s effective date
159. ing the unit price and quantity the unit price shall prevail and the total price p19a358isOdi0oke 1i7eft8 Irld4 doc 25 iii Page 86 of 125 shall 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 and figures the amount in words shall prevail 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 iv Prior to the detailed evaluation the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents For purposes of these Clauses a substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations Deviations from or objections or reservations to critical provisions such as those concerning Applicable Law Taxes amp Duties shall be deemed to be a material deviation for technical proposals The Procuring Agency s determination of a bid s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence Ifa 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
160. interface module supports correct lead placement Lead Check reveals lead reversals at the bedside Critical Values helps identify patients who need urgent attention Automated sequence speeds workflow Integrated interpretation on up to 16 leads Advanced STEMI clinical decision support tools Previous ECGs at the bedside for immediate comparison Labor Room Standing Light LED Shadow less operating lamp with mobile stand Hematically sealed dust proof light head Light intensity of main light min 60000 to 80000 Lux at 1 meter distance Increase decrease light intensity facility with intensity setting indicators Natural colour rendition 4200 Kelvin Color rendition index of 85 95 adjustable Light field diameter 120mm Average LED life 50 000 hours Complete with sterilize able handles 02 220 240 Volt 50 Hz Delivery Table Four electric movements as following Electric movement of High Low Electric movement of Back Section Electric movement of Seat Section Electric movement of Trend Anti Trend p19a358isOdi0oke 1i7eft8 Irld4 doc Page 53 of 125 Bedding platform Divided in two sections made with integrated upholstery Mattress washable and disinfect able in a choice of colors Metal heavy construction painted with electrostatic paint Height adjustment 80 95cm Pair of swiveling and height adjustable knee rest Gospel type with the corresponding clamps Head cushion removable Inox Basin Foldable step integrated Pair of
161. ion for Bids The Procuring Agency shall respond in writing to any request for clarification of the bidding documents which it receives no later than ten 10 days prior to the deadline for the submission of bids prescribed in the Invitation for Bids Written copies of the Procuring Agency s response including an explanation of the query but without identifying the source of inquiry shall be sent to all prospective bidders that have received the bidding documents Pre bid conference will also on the date and time mentioned in Bid Data Sheet at the Conference Room of RIC Amendment of Bidding Documents At any time prior to the deadline for submission of bids the Procuring Agency for any reason whether at its own initiative or in response to a clarification requested by a prospective bidder may modify the bidding documents by amendment All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone and shall be binding on them In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids the Procuring Agency at its discretion may extend the deadline for the submission of bids PREPARATION OF BIDS 8 Language of Bid The bid prepared by the bidder as well as all correspondence and documents relating to the bid exchanged by the bidder and the Procuring Agency shall be written in English Supporting documents and printed l
162. ion of the Contract 36 Signing of Contract i At the same time as the Procuring Agency notifies the successful bidder that its bid has been accepted the Procuring Agency shall send the bidder the Contract Form provided in the bidding documents incorporating all agreements between the Parties p19a358isOdi0oke 1i7eft8 Irld4 doc Page 89 of 125 ii Both the successful bidder and the Procuring Agency shall sign with date the Contract on the legal stamp paper Thereafter the Procuring Agency shall issue Purchase Order If the successful bidder after completion of all Codal Formalities shows inability to sign the Contract then the firm shall be blacklisted minimum for two years In such situation the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids 37 Performance Guaranty Security i On the date of signing of Contract the successful bidder shall furnish the Performance Guaranty Security in accordance with the Conditions of Contract in the Performance Guaranty Security Form provided in the bidding documents ii Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment termination of the award and forfeiture of the bid Security in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids 38 Corrupt or Fraudulent Practices a The Procuring
163. ion of written application along with payment of non refundable fee of Rs 1000 Bidding Documents shall be issued up to 10 01 2015 on 02 00 PM However a copy of the Bidding Documents is also available for information only on the websites of Punjab Procurement Regulatory Authority www ppra punjab gov pk and http health punjab gov pk until the closing date for the submission of bids Bidding will be conducted through Single Stage Two Envelopes bidding procedure as per Punjab Procurement Rules 2014 Bids must be delivered to the address below at or before 11 00 AM on 13 01 2015 Bid security of 2 of the total bid value in the shape of pay order bank draft call deposit should be attached with the financial bid Late bids will be rejected Bids will be opened in the presence of the bidders representatives who choose to attend at the address below at 11 30 AM on 13 11 2015 The Bidders are requested to give their best and final prices Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi p19a358isOdi0oke 1i7eft8 Irld4 doc Page 102 of 125 Bid Data Sheet ITB Ref Descripti Detail N A Bid reference number RIC PO 2674 14 Dated 22 12 2014 N A Commencement of sale of Bidding Document After one day of publishing of advertisement in newspaper N A Last date of sale of Bidding Document 10 01 2015 on 02 00 PM ITB Clause 24 Last date and time for the receipt of bidding 13 01 2015 o
164. ions Use of Contract Documents and Information 1 The Supplier shall not disclose the Contract or any provision thereof or any specification plan drawing pattern sample or information furnished by or on behalf of the Procuring Agency in connection therewith to any person other than a person employed by the Supplier in the performance of the Contract ii The Supplier shall not without the Procuring Agency s prior written consent make use of any document or information enumerated in condition of contract except for purposes of performing the Contract iii Any document other than the Contract itself enumerated in condition of contract shall remain the 6 7 8 9 property of the Procuring Agency and shall be returned if so required by the Procuring Agency iv The Supplier shall permit the Procuring Agency to inspect the Supplier s accounts and records relating to the performance of the Supplier Patent Rights The Supplier shall indemnify the Procuring Agency against all third party claims of infringement of patent trademark or industrial design rights arising from use of the Goods or any part thereof in the country Submission of Samples The Supplier shall provide samples free of cost of the product to procuring agency according to the specs Ensuring intimation of storage arrangements To ensure storage arrangements for the intended supplies the Supplier shall inform the Consignee one week in advance Ins
165. ions of Contract c Special Conditions of Contract d Schedule of Requirements e Technical Specifications f Manufacturer s Authorization Form g Performance Guaranty Form ii The Invitation for Bids does not form part of the Bidding Documents and is included as a reference only In case of discrepancies between the Invitation for Bid and the Bidding Documents listed above the said Bidding Documents shall take precedence iii The bidder is expected to examine all instructions forms terms and specifications in the bidding documents iv Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect shall be at the bidder s risk and may result in the rejection of its bid Clarification of Bidding Documents A prospective bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency s address indicated in the Invitation for Bids The Procuring Agency shall respond in writing to any request for clarification of the bidding documents which it receives no later than ten 10 days prior to the deadline for the submission of bids prescribed in the Invitation for Bids Written copies of the Procuring Agency s response including an explanation of the query but without identifying the source of inquiry shall be sent to all prospective bidders that have received the bidding
166. is regard The Supplier agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission gratification bribe finder s fee or kickback given by The Supplier as aforesaid for the purpose of obtaining or inducing the procurement of any Contract right interest privilege or other obligation or benefit in whatsoever form from Procuring Agency p19a358isOdi0oke 117eft8 Irld4 doc Page 46 of 125 10 In case of any dispute concerning the interpretation and or application of this Contract shall be settled through arbitration The Additional Chief Secretary or his nominee shall act as sole arbitrator The decisions taken and or award made by the sole arbitrator shall be final and binding on the Parties 11 This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction 12 If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form Tender Inquiry the procuring agency shall be entitled to make other arrangement at the risk expense of the Contractor Supplier Firm the price difference shall be paid by the Firm 13 In case of supply of substandard product the destruction cost will be borne by the firm i e burning Dumping Incineration 14 Partial sup
167. iterature furnished by the bidder may be in another language provided they are accompanied by an accurate translation in English in which case for purposes of interpretation of the Bid the translation shall govern Documents Comprising the Bid The bid shall comprise the following components a Bid Form and Price Schedule completed in accordance with instruction to bidders to be submitted along with financial proposal b Documentary evidence established in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted c Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents and d Bid Security 2 of the total value of the bid in the shape of Call Deposit Fresh CDR Bank Guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi p19a358isOdi0oke 117eft8 Irld4 doc 10 Page 104 of 125 Note Bid security must be submitted only with Financial Bid Bid will be rejected if bid security original or hotocopy is submitted with Technical Bid Bid Form amp Price Schedule The bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the goods to be supplied a brief description of the goods their strength packing quantity and pr
168. ith Brightness Control and a compatible plug in charger Complete system with xenon light source 15 Mobile lights Mobile emergency shadow less operation light with hermetically dust proof lamp head Minimum light output 100 000 lux at 1 meter Colour rendering index 92 at least Colour temperature min 4200 Kelvin Field of illumination focusable 15 20 cm Rise in surface temperature at Operating area 10 Deg C Light intensity Rise in temp at surgeon s head 02 deg C A set of spare Bulbs Complete with sterlizeable handles 02 Built in attachable maintenance free battery with charger Automatic change over to battery in case of mains failure and back again At least 2 hours battery backup time 220 V 50 Hz 1 Phase and battery operation 16 Cardiac Monitor with invasive set up Monitoring of Vital Signs of Pediatric and Adult Patients OPERATING FEATURES and CHARACTERISTICS Non fade display Modular Architecture Different Modules can be added later Screen size up to 17 Minimum LCD TFT Touch Screen Color Display e 71 Electro surgical interference suppression protection Defibrillator protection Pacemaker Detection Freeze and cascade facility Adult amp Pediatric modes of operation detection and alarms for all parameters p19a358isOdi0oke 1i7eft8 Irld4 doc Page 56 of 125 e Minimum 10 or more waveforms for all required parameters Waveform Trace speed 6 25 12 5 25 and 50 mm sec e Compatible wi
169. ivery to Consignee s end basis directly to Rawalpindi Institute of Cardiology Rawal Road Rawalpindi Eligible bidders This Invitation for Bids is open to all printers having income tax sale tax registered distributors suppliers for the supply of Medical amp Laboratory Equipments on Free Delivery to Consignee s end basis The bidder shall also have to submit a copy of registration certificate and Memorandum of Association Partnership deed registered with the Registrar of Companies in Pakistan The bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices declared by any Government Federal Provincial District a Local Body or a Public Sector Organization Eligible Goods and Services All goods and related services to be supplied under the contract shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such goods and services For this purpose the term Goods includes any Goods that are the subject of this Invitation for Bids and the term Services shall include related services such as transportation insurance etc The origin means the place where the goods are mined grown or produced or the place from which the related services are supplied Goods are produced through manufacturing or processing or substantial and major assembly of ingredients components a commercially recognized product results that is substantially differ
170. kistan and the courts of Pakistan shall have exclusive jurisdiction 1 pan Notices Supplier s address for notice purpose Procuring Agency s address for notice 1 222211 purposes shall be the Executive Director Rawalpindi Institute of Cardiology Rawalpindi Note All assessments and procuring procedures i e receiving opening and awarding etc shall be governed by the Punjab Procurement Rules 2014 p19a358isOdi0oke 1i7eft8 Irld4 doc Page 18 of 125 PERFORMANCE GUARANTY SECURITY FORM CDR To Executive Director Rawalpindi Institute of Cardiology Rawalpindi Whereas M S hereinafter called the Supplier has undertaken in pursuance of Contract No dated to supply Machinery Plants hereinafter called the Contract And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you CDR Bank Guarantee issued by a scheduled bank for the sum of 2 of the total Contract amount as a Security for compliance with the Supplier s performance obligations in accordance with the Contract Name of the bidder Father s Name Address of bidder Firm NIC Designation Signature Stamp MANUFACTURER S AUTHORIZATION FORM To name of Purchaser WHEREAS name of the Manufacturer who are established and reputable Manufacturers of name and or description of the goods having factories at address of factory do hereby authorize name and address of Supplier Agent to sub
171. l be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency If at any time during performance of the Contract the Supplier should encounter conditions impeding timely delivery of the goods the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay its likely duration and its p19a358isOdi0oke 1i7eft8 Irld4 doc Page 15 of 125 cause s The Procuring Agency 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 Procuring Agency by amendment of Contract A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages unless an extension of time is agreed upon without the application of liquidated damages 20 Penalties liquidated Damages In case of late delivery beyond the presented period penalty as specified in Special Conditions of Contract shall be imposed upon the Supplier The above Late Delivery LD is subject to General Conditions of Contract including late delivery for reasons beyond control Once the maximum is reached the Procuring Agency may consider termination of the Contract In case of supply of substandard product the destruction cost will be borne by the firm i e burning Dumping Incineration If the firms provide substandard item and fail to provide the item as per specification
172. l proposals shall be returned unopened after completing the selection process The Procuring Agency shall simultaneously notify in writing bidders that have secured the minimum qualifying marks the date time and location for opening the financial proposals Bidders attendance at the opening of financial proposals is optional iii Financial proposals shall be opened publicly in the presence of the bidders or their representatives who choose to attend The name of the bidders and the technical score of the bidder shall be read aloud The financial proposal of the bidders who met the minimum qualifying marks shall then be inspected to confirm that they have remained sealed and unopened These financial proposals shall be then opened and the quoted price read aloud and recorded Contacting the Procuring Agency No bidder shall contact the Procuring Agency on any matter relating to its bid from the time of the bid opening to the time the Contract is awarded If the bidder wishes to bring additional information to the notice of the Procuring Agency it should do so in writing 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 Tender evaluation is strictly prohibited Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion im
173. lowed to sublet the job and award subcontracts under this Contract 19 Delays in the Supplier s Performance Delivery of the goods shall be made by the Supplier in accordance with the time schedule prescribed by the Procuring Agency If at any time during performance of the Contract the Supplier should encounter conditions impeding timely delivery of the goods the Supplier shall promptly notify the Procuring Agency in writing of the fact of the delay its likely duration and its cause s The Procuring Agency 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 Procuring Agency by amendment of Contract A delay by the Supplier in the performance of its delivery obligations shall render the Supplier liable to the imposition of liquidated damages unless an extension of time is agreed upon without the application of liquidated damages 20 Penalties liquidated Damages In case of late delivery beyond the presented period penalty as specified in Special Conditions of Contract shall be imposed upon the Supplier The above Late Delivery LD is subject to General Conditions of Contract including late delivery for reasons beyond control Once the maximum is reached the Procuring Agency may consider termination of the Contract In case of supply of substandard product the destruction cost will be borne by the firm i e burning Dumping Incineration If th
174. ly or indirectly through any natural or juridical person including its affiliate agent associate broker consultant director promoter shareholder sponsor or subsidiary any commission gratification bribe finder s fee or kickback whether described as consultation fee or otherwise with the object of obtaining or including the procurement of a Contract right interest privilege or other obligation or benefit in whatsoever form from Government of Punjab except that which has been expressly declared pursuant hereto 7 The Supplier certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the above declaration representation or warranty 8 The Supplier accepts full responsibility and strict liability for making any false declaration not making full disclosure misrepresenting facts or taking any action likely to defeat the purpose of this declaration representation and warranty It agrees that any Contract right interest privilege or other obligation or benefit obtained or procured as aforesaid shall without prejudice to any other right and remedies available to Procuring Agency under any law Contract or other instrument be void able at the option of Procuring Agency 9 Notwithstanding any rights and remedies exercised by Procuring Agency in th
175. means an act of God or an event beyond the control of the Supplier and not involving the Supplier s fault or negligence directly or indirectly purporting to mis planning mismanagement and or lack of foresight to handle the situation Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity wars or revolutions fires floods earthquakes strikes epidemics quarantine restrictions and freight embargos If a Force Majeure situation arises the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof The Committee of Health Department constituted for Redressal of grievances shall examine the pros and cons of the case and all reasonable alternative means for completion of purchase order under the Contract and shall submit its recommendations to the competent authority However unless otherwise directed by the Procuring Agency in writing the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event 23 Termination for Insolvency the Procuring Agency 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
176. mit a bid and subsequently negotiate and sign the Contract with you against No Reference of the Invitation to Bid for the goods manufactured by us We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Bids Signature for and on behalf of Manufacturer Note This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person competent and having the power of attorney to bind the Manufacturer It should be included by the bidder in its bid p19a358isOdi0oke 117eft8 Irld4 doc Page 19 of 125 CONTRACT FORM THIS CONTRACT is made at On day of 2014 between the Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi hereinafter referred to as the Procuring Agency of the First Part and M s firm name a firm registered under the laws of Pakistan and having its registered office at address of the firm hereinafter called the Supplier of the Second Part hereinafter referred to individually as Party and collectively as the Parties WHEREAS the Procuring Agency invited bids for procurement of goods in pursuance where of M s firm name being the Manufacturer Sole Agent of item name in Pakistan and ancillary services offered to supply the required item s and Whereas the Procuring Agency has
177. n 11 00 AM N A Pre bid meeting date time and venue 12 01 2015 on 11 00 AM at Conference Room RIC Rawalpindi ITB Clause 27 Date time and venue of opening of technical Bids 13 01 2015 on 11 30 AM Conference Room RIC Rawalpindi ITB Clause 16 Bid currency PKR ITB Clause 13 Language of bid English or Urdu ITB Clause 20 Amount of bid security 2 of the total bid value ITB Clause 21 Bid validity period 90 Days ITB Clause 09 Bidding procedure Single stage Two Envelop procedure ITB Clause 27 Address for communication Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi 1 INSTRUCTIONS TO BIDDERS Source of Funds The Government of Punjab Health Department has allocated funds for the purchase of IT Equipments to the individual institution under their relevant Head of Account which will be utilized by Rawalpindi Institute of Cardiology Rawal Road Rawalpindi for the purchase of IT Equipments during the financial year 2014 15 Rawalpindi Institute of Cardiology Rawal Road Rawalpindi intends to fix the price conclude the contract for the supply of IT Equipments on Free Delivery to Consignee s end basis directly to Rawalpindi Institute of Cardiology Rawal Road Rawalpindi Eligible bidders This Invitation for Bids is open to all printers having income tax sale tax registered distributors suppliers for the supply of IT Equipments on Free Delivery to Consigne
178. n any matter relating to its bid from the time of the bid opening to the time the Contract is awarded If the bidder wishes to bring additional information to the notice of the Procuring Agency it should do so in writing 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 Tender evaluation is strictly prohibited Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion impose 28 Qualification amp disqualification of bidders The Procuring Agency shall disqualify a bidder if it finds at any time that the information submitted by firm was false and materially inaccurate or incomplete 29 Rejection of Bids The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid The Procuring Agency shall upon request communicate to any bidder who submitted a bid the grounds for its rejection of any or all bids but is not required to justify those grounds The Procuring Agency incurs no liability solely towards bidders who have submitted bids Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids 30 Re Bidding If the Procuring Agency rejected all bids it may call for a re bidding or if deems necessary and appropriate the Procuring Agen
179. n every respect shall be at the bidder s risk and may result in the rejection of its bid Clarification of Bidding Documents A prospective bidder requiring any clarification of the bidding documents may notify the Procuring Agency in writing at the Procuring Agency s address indicated in the Invitation for Bids The Procuring Agency shall respond in writing to any request for clarification of the bidding documents which it receives no later than ten 10 days prior to the deadline for the submission of bids prescribed in the Invitation for Bids Written copies of the Procuring Agency s response including an explanation of the query but without identifying the source of inquiry shall be sent to all prospective bidders that have received the bidding documents Pre bid conference will also on the date 12 01 2015 and time 11 00 am mentioned in Bid Data Sheet at the Conference Room of RIC Amendment of Bidding Documents At any time prior to the deadline for submission of bids the Procuring Agency for any reason whether at its own initiative or in response to a clarification requested by a prospective bidder may modify the bidding documents by amendment All prospective bidders that have received the bidding documents shall be notified of the amendment in writing or by phone and shall be binding on them In order to allow prospective bidders reasonable time in which to take the amendment into account in preparing their bids the Procuring Agency
180. n monitor Product Pressure Minimum 150psi or 10bar Product concentration Minimum 93 Product dew point 100 F 73 C Operating Power 220V 50 60 Hz Reserve oxygen tank capacity 2000 m Feed and waste product manifold consist of Particle general purpose filter rated at 5 micron for removal of solid contaminants and bulk liquid High efficiency coalescing filter rated at 0 01 micron for removal of fine oil missed and microscopic particles Activated carbon adsorption filter for removal of oil vapour odors 2 way Feed and waste internal pilot operated open frame general purpose watertight solenoid valves Oxygen receivers complete with two stage oxygen regulator pressure relieve valve and bacteria filter assembly p19a358isOdi0oke 1i7eft8 Irld4 doc Page 26 of 125 Warranty 3 years warranty including parts service kits and PPM Complain attend time Backup Support Within an hour Complete operating amp service manual must be supply Operational amp service training should be done Country of origin USA Europe Japan 4 Steam disinfection of solid and porous goods Disinfection of Mattresses Bed linen Clothing Waste Utensils To be used for Disinfection of e Mattresses e Bed Linen e Clothing e Waste e Utensils According to 93 42 EEC MDD and CE marked Capacity according to Din 13014 M 2000 6 mattresses All processes should be valid table and run fully automatically by following pulsing vacuum
181. n stamp paper of Rs 100 submitting that the firm is never blacklisted on any grounds whatsoever from Government Autonomous institutions Price should not be mentioned on technical bid if mentioned bid will be cancelled Valid National Tax Number Valid General Sale Tax certificate Valid Professional Tax certificate if applicable RISICle Al D HjRfolrm e Fresh CDR Bank Guarantee N The bidder must possess valid authorization agreement from the Foreign Manufacturer or certificate being a Manufacturer W The Manufacturer should have documentary evidence to effect that they are the original Manufacturer of the quoted product with indication of manufacturing site and its location GENERAL CLAUSES Detail of staff profile of company Supply orders detail over last two years minimum from Government organization Autonomous institutions and private organizations An affidavit on stamp paper of Rs 20 that the bidder shall provide Medical amp Laboratory Equipments to Rawalpindi Institute of Cardiology Rawal Road Rawalpindi as per Demand Orders p19a358isOdi0oke 1i7eft8 1rld4 doc Page 29 of 125 INVITATION FOR BIDS RAWALPINDI INSTITUTE OF CARDIOLOGY RAWAL ROAD RAWALPINDI Reference No RIC PO 2672 14 Dated 22 12 2014 The Rawalpindi Institute of Cardiology invites sealed bids from the eligible bidders for supply of material to meet the requireme
182. nancial offer 16 Bid Validity i ii iii Bids shall remain valid for the period of Three 3 Months after the date of opening of Technical Bid prescribed by the Procuring Agency A bid valid for a shorter period shall be rejected by the Procuring Agency as non responsive The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period However under exceptional circumstances and for 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 be for not more than the period equal to the period of the original bid validity bidders who a Agree to the Procuring Agency s request for extension of bid validity period shall not be permitted to change the substance of their bids and b Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without forfeiture of their bid securities earnest money 17 Format and Signing of Bid i ii The bidder shall prepare and submit its bid along with original purchase receipt The 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 all pages of the bid except for un amended printed lite
183. nd Be addressed to the Procuring Agency at the address given in the Invitation for Bids and Bear the name and number indicated in the Invitation for Bids returned unopened in case it is declared as non responsive or late p1l9a358is0diQoke1i7eft8 Irld4 doc 19 20 21 Page 34 of 125 v Ifthe outer as well as inner envelopes are not sealed and marked as required by instruction to bidders the Procuring Agency shall assume no responsibility for the bid s misplacement or premature opening and shall be rejected forth with Deadline for Submission of Bids Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under instruction to bidders not later than the time and date specified in the Invitation for Bids The Procuring Agency may at its discretion extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders in which case all rights and obligations of the Procuring Agency and bidders previously subject to the deadline shall thereafter be subject to the deadline as extended Late Bid Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency shall be rejected and returned unopened to the bidder Withdrawal of Bids The bidder may withdraw its bid after the bid s submission and prior to the deadline prescribed for submission of bids No bid may be
184. negotiations may normally relate to the following areas e Minor alterations to technical details such as the terms of reference the scope of work the specification or drawings e Minor amendments to the Special Conditions of Contract e Finalizing the payment arrangements e Mobilization arrangements e Agreeing final delivery or completion schedules to accommodate any changes required by the procuring agency e The proposed methodology or staffing e Inputs required from the procuring agency e Clarifying details that were not apparent or could not be finalized at the time of bidding e The bidder s tax liability in Pakistan if the bidder is a foreign company e Negotiations shall not be used to e 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 e Reduce unit rates or reimbursable costs provided that in case of exceptional circumstances like exorbitant rate rates higher than prevailing market rates negotiation may be adopted e Reduce work inputs solely to meet the budget or e Substantially alter anything which formed a crucial or deciding factor in the evaluation of the Tenders or proposals p19a358isOdi0oke 117eft8 Irld4 doc Page 110 of 125 35 Notification of Award ii Prior to the expiration of the period of bid validity the Procuring Agency sh
185. ng Agency before invitation for re bidding shall assess the reasons for rejection and may revise specifications evaluation criteria or any other condition for bidders as it may deem necessary Announcement of Evaluation Report The Procuring Agency shall declare the results of bid evaluation prior to the award of procurement contract AWARD OF CONTRACT 32 33 34 Acceptance of Bid and Award criteria The bidder with the lowest evaluated bid if not in conflict with any other law rules regulations or policy of the Provincial Government shall be awarded the Contract within the original or extended period of bid validity Procuring Agency s right to vary quantities at time of award The Procuring Agency reserves the right at the time of Contract s award to increase or decrease the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions Limitations on negotiations Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender but only to minor technical Contractual or logistical details I As guidance only negotiations may normally relate to the following areas e Minor alterations to technical details such as the terms of reference the scope of work the specification or drawings p19a358isOdi0oke 117eft8 Irld4 doc Page 12 of 125 Minor amendments to the Special Con
186. ng Agency may make the award to the next lowest evaluated bidder or call for new bids 38 Corrupt or Fraudulent Practices d The Procuring Agency requires that the Procuring Agency as well as bidders Contractors observe the highest standard of ethics during the procurement and execution of such Contracts In pursuance of this policy the Procuring Agency defines for the purposes of this provision the terms set forth below as follows i corrupt practice means the offering giving receiving or soliciting of anything of value to influence the action 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 detriment 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 free and open competition Shall reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question f Shall declare a firm ineligible either indefinitely or for a stated period of time to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing
187. nst each i The Contract means the agreement between the Procuring Agency and the Supplier as recorded in the Contract Form signed by the Parties including all attachments and appendices thereto and all documents incorporated by reference therein ii The Contract Price means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations ii The Goods means Machinery Plants iv The Services means those services ancillary to the supply of goods such as instruments equipments v The Procuring Agency means the Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi vi The Supplier means the individual or firm supplying the goods under this Contract Application These General Conditions shall apply to the extent that they are not inconsistent superseded by provisions of other parts of the Contract Country of Origin All goods and related services to be supplied under the contract shall have their origin in eligible source countries and all expenditures made under the contract shall be limited to such goods and services For the purposes of this clause origin means the place where the goods are produced through manufacturing or processing or the place from which the related services are supplied Standards The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specificat
188. nstallments of the goods within the period s specified in the Contract or within any extension thereof granted by the Procuring Agency or if the Supplier fails to perform any other obligation s under the Contract and if the Supplier in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract 22 Force Majeure Notwithstanding the provisions of general conditions of contract the Supplier shall not be liable for forfeiture of its Performance Guaranty bid Security or termination blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier s fault or negligence directly or indirectly purporting to mis planning mismanagement and or lack of foresight to handle the situation Such events may include but are not restricted to acts of the Procuring Agency in its sovereign capacity wars or revolutions fires floods earthquakes strikes epidemics quarantine restrictions and freight embargos If a Force Majeure situation arises the Supplier shall promptly notify the Procuring Agency in writing with sufficient and valid evidence of such condition and the cause thereof The Committee of Health Department constituted for Redr
189. nt installed in the factory In case of imported items the profile credentials of the foreign Manufacturer in the respective foreign country shall be provided along with bid 14 Documents Establishing Good s Eligibility and Conformity Bidding Documents i ii The bidder shall furnish along with Technical Proposal as part of its bid documents establishing the eligibility and conformity to the bidding documents of all goods which the bidder proposes to supply under the Contract The documentary evidence of the eligibility of the goods shall consist of a statement in the Price Schedule of the country of origin of the goods offered which a certificate of origin issued by the Manufacturer shall confirm 15 Bid Security 2 of the total bid amount in the shape of Call Deposit Fresh CDR Bank Guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawalpindi from any schedule bank shall be furnished by the bidder along with financial offer 16 Bid Validity i ii iii Bids shall remain valid for the period of Three 3 Months after the date of opening of Technical Bid prescribed by the Procuring Agency A bid valid for a shorter period shall be rejected by the Procuring Agency as non responsive The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period However under exceptional circumstances and for reason to be recorded
190. nt of Rawalpindi Institute of Cardiology Detailed description and quantities of material are given in the Bidding Documents Interested eligible bidders may get the Bidding Documents at the address mentioned below on submission of written application along with payment of non refundable fee of Rs 1000 Bidding Documents shall be issued up to 10 01 2015 on 02 00 PM However a copy of the Bidding Documents is also available for information only on the websites of Punjab Procurement Regulatory Authority www ppra punjab gov pk and http health punjab gov pk until the closing date for the submission of bids Bidding will be conducted through Single Stage Two Envelopes bidding procedure as per Punjab Procurement Rules 2014 Bids must be delivered to the address below at or before 11 00 AM on 13 01 2015 Bid security of 2 of the total bid value in the shape of call deposit CDR Bank guarantee should be attached with the financial bid Late bids will be rejected Bids will be opened in the presence of the bidders representatives who choose to attend at the address below at 11 30 AM on 13 11 2015 The Bidders are requested to give their best and final prices Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi p19a358isOdi0oke 1i7eft8 Irld4 doc Page 30 of 125 Bid Data Sheet ITB Ref Descrip Detail N A Bid reference number RIC PO 2672 14 Dated 22 12 2014 N A Commencement of s
191. o 5 000 rpm Pressure 0 600 mmHg Temperature range 15 degree 39 degree Celsius Safety alarm for high temperature Easy transportability Display air oxygen carbon dioxide and FiO2 capable of delivering FiO2 21 100 Technical amp operating manuals also both trainings 20 Heart link system for stocker s HLM Compactable with soran C5 HLM or equal 21 Transit time flow meter with intra myocardial probe 1 To verify increased blood flow to an ischemic myocardium during bypass surgery The system shows stable and accurate real time flow curves and correlates with ECG for diastolic filling pattern verification automatic validation for measurement reliability with the facility of permanent documentation in patient chart along with Doppler velocity measurement and for control enabling planning navigation and verification throughout CABG procedures in order to reduce risk of stroke myocardial infarction early graft failure and recurrent angina of the operated patient The system should have 4 channels transit time flow meter 1 Doppler channel two pressure channels and 2 ECG AUX channels and a printer It should be trolley based for mobility Monitor should be TFT LCD Touch Screen 19 inch or above p19a358isOdi0oke 117eft8 Irld4 doc Page 60 of 125 Computerized Windows XP based system System should have USB parallel port for printer high end microprocessor RAM Hard Disk 3 It should have following featur
192. o market fluctuation in the cost of goods and services shall be entertained Bid currencies Prices shall be quoted in Pak Rupees Documents Establishing bidder s Eligibility and Qualification i ii iii The bidder shall furnish as part of its technical bid documents establishing the bidder s eligibility to bid and its qualifications to perform the Contract if its bid is accepted The documentary evidence of the bidder s eligibility to bid shall establish to the Procuring Agency s satisfaction that the bidder at the time of submission of its bid is eligible as defined under instruction to the bidders The documentary evidence to be submitted along with technical proposal of the bidder s qualifications to perform the Contract if its bid is accepted shall establish to the Procuring Agency s satisfaction a The Sole Agent Importer shall have to produce letter of authorization from Manufacturer Foreign Executive Director and in case of Manufacturer documentary proof including manufacturing license registration certificate to the effect that they are the original manufacturer of the required specifications of goods shall be provided b National Tax Number NTN and General Sales Tax Number GST if applicable with documentary proof shall have to be provided by each bidder in the tender c The bidder shall submit an affidavit on legal stamp paper of Rs 100 that their firm is not blacklisted on any ground by
193. ocurement of goods in pursuance where of M s firm name being the Manufacturer Sole Agent of item name in Pakistan and ancillary services offered to supply the required item s and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of item name cost per unit NOW THIS CONTRACT WITNESSES AS FOLLOWS 1 In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the General Special Conditions of this Contract hereinafter referred to as Contract 2 The following documents shall be deemed to form and be read and construed as integral part of this Contract viz a Price Schedule submitted by the bidder b Technical Specifications c General Conditions of Contract d Special Conditions of Contract and e Procuring Agency s Award of contract and f Purchase Order 3 In consideration of the payments to be made by the Procuring Agency to the Supplier as hereinafter mentioned the Supplier hereby covenants with the Procuring Agency to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract 4 The Procuring Agency hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services and the remedying of defects therein the Contract Price or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed
194. of call deposit CDR Bank Guarantee equivalent to 3 of the total contract amount The CDR Bank Guarantee shall be in the Name of Executive Director Rawalpindi Institute of Cardiology Rawalpindi We agree to abide by this bid for a period of 03 months from the date fixed for bid opening under instruction to the bidders and it shall remain binding upon us and may be accepted at any time before the expiration of that period Until a formal Contract is prepared and executed this bid together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us We understand that the Procuring Agency is not bound to accept the lowest or any bid Procuring Agency may receive Name and address of agent Amount If none state none Dated this day of 20__ Signature in the capacity of duly authorized to sign bid for and on behalf of Attachment PRICE SCHEDULE FOR IT EQUIPMENT IN PAK RUPEES Name of bidder No Sr Item Accounting Quantity Unit Price Total Cost No Unit Required Sign and Stamp of bidder Note In case of discrepancy between unit price and total the unit price shall prevail SCHEDULE OF REQUIREMENT FOR IT EQUIPMENT The supplies shall be delivered within delivery date w e f the next date after date of issue of Purchase Order without penalty and with prescribed penalty as per
195. of the Manufacturer who are established and reputable Manufacturers of name and or description of the goods having factories at address of factory do hereby authorize name and address of Supplier Agent to submit a bid and subsequently negotiate and sign the Contract with you against No Reference of the Invitation to Bid for the goods manufactured by us We hereby extend our full guarantee and warranty as per Clause 15 of the General Conditions of Contract for the goods offered for supply by the above firm against this Invitation for Bids Signature for and on behalf of Manufacturer Note This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person competent and having the power of attorney to bind the Manufacturer It should be included by the bidder in its bid p19a358isOdi0oke 1i7eft8 Irld4 doc Page 117 of 125 CONTRACT FORM THIS CONTRACT is made at ON day of 2014 between the Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi hereinafter referred to as the Procuring Agency of the First Part and M s firm name a firm registered under the laws of Pakistan and having its registered office at address of the firm hereinafter called the Supplier of the Second Part hereinafter referred to individually as Party and collectively as the Parties WHEREAS the Procuring Agency invited bids for pr
196. of the bids opening technical and financial Clarification of Bids During evaluation of the bids the Procuring Agency may at its discretion ask the bidder for a clarification of its bid The request for clarification and the response shall be in writing and no change in the prices or substance of the bid shall be sought offered or permitted Preliminary Examination i The Procuring Agency shall examine the bids to determine whether they are complete whether any computational errors have been made whether required sureties have been furnished whether the documents have been properly signed and whether the bids are generally in order ii 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 shall 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 and figures the amount in words shall prevail iii 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 p19a358isOdi0oke 117eft8 Irld4 doc iv Page 35 of 125 Prior to the deta
197. ontract agreement shall remain valid till 30 June 2015 24 The seller will be responsible to refund any excess amount paid due to any error in calculation or mistake in evaluating the offer IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at _ the place and shall enter into force on the day month and year first above mentioned NAME FATHER S NAME DESIGNATION ADDRESS NIC OoOo SIGNATURE amp STAMP EXECUTIVE DIRECTOR RAWALPINDI INSTITUTE OF CARDIOLOGY RAWALPINDI p19a358isOdi0oke 117eft8 Irld4 doc Page 21 of 125 BID FORM Date No To Name and address of Procuring Agency Having examined the Bidding Documents the receipt of which is hereby duly acknowledged we the undersigned offer the supply and deliver the goods specified in and in conformity with the said Bidding Documents for the sum of Total Bid Amount Bid Amount in words or such other sums as may be ascertained in accordance with the Schedule of Prices attached herewith and made part of this bid We undertake if our bid is accepted to deliver the goods in accordance with the delivery schedule specified in the Schedule of Requirements If our bid is accepted we shall furnish performance guarantee security in the shape of call deposit CDR Bank Guarantee equivalent to 3 of the total contract amount The CDR Bank Guarantee shall be in the Name of Executive Director Rawalpindi Institute of Cardiology Rawalpindi
198. ormat for still and cine simultaneous capability B PW B CFM PW CW B or triplex mode B color split screen display 2D mode M mode color Doppler imaging color Doppler imaging color m mode PW HPRF Doppler CW Doppler TEE imaging IMT Stress Echo tissue Strain imaging Tissue Doppler Imaging Anatomical M Mode Panoramic Imaging Vascular imaging vascular calculations cardiac measurements and full cardiac imaging CINE MEMORY Min Cine Memory for 1000 frames or 250MB min p19a358isOdi0oke 117eft8 Irld4 doc Page 66 of 125 IMAGE VIEWING DEPTH 36 cm or more FRAME RATE Minimum frame rate 1000 Hz STORAGE DEVICE Built in CD DVD and USB Drive SYSTEM DYNAMIC RANGE Dynamic range minimum 200 dB or more COMMUNICATION SOFTWARE System should upgradable for DICOM 3 communication software for Image Storage print Query Retrieve Network Communication Probes Should be light weight capable of multiple centre frequencies on transmit for 2D color Doppler PW CW Steerable Imaging and to perform Harmonics PORTS Video Output USB RS 232 Networking POWER REQUIREMENT 220 240V AC 50 Hz STANDARD TRANSDUCERS Multi frequency Linear Probe to cover 7 5 12 0 MHz Multi frequency Phased array sector probe to cover 2 0 3 5 MHz for Adult Multi frequency Phased array sector probe to cover 5 0 7 5 MHz for Peads Multi frequency TOE TEE Probe to cover 4 0 6 0 MHz for Adult 5 CW Pencil Probe ACCESSORIES e
199. orne by the firm i e burning Dumping Incineration If the firms provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form Tender Enquiry the procuring agency shall be entitled to make other arrangement at the risk expense of the Contractor Supplier Firm the price difference shall be paid by the Firm 21 Termination for Default The Procuring Agency without prejudice to any other remedy for breach of Contract by written notice of default sent to the Supplier may terminate the Contract in whole or in part if the Supplier fails to deliver any or all installments of the goods within the period s specified in the Contract or within any extension thereof granted by the Procuring Agency or if the Supplier fails to perform any other obligation s under the Contract and if the Supplier in the judgment of the Procuring Agency has engaged in corrupt or fraudulent practices in competing for or in executing the Contract p19a358isOdi0oke 117eft8 Irld4 doc Page 113 of 125 22 Force Majeure Notwithstanding the provisions of general conditions of contract the Supplier shall not be liable for forfeiture of its Performance Guaranty bid Security or termination blacklisting for default if and to the extent that its delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure For the purposes of this clause Force Majeure
200. pections and Test Analysis i The Procuring Agency or its representative shall have the right to inspect and or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency ii For the purpose of inspections and tests of Machinery Plants Materials the Supplier shall inform the Rawalpindi Institute of Cardiology Rawalpindi at least 15 working days in advance when all or any specific consignment installment of goods is manufactured and ready for inspection The inspection team from Rawalpindi Institute of Cardiology Rawalpindi shall inspect the quantity specifications of goods The Supplier shall furnish all reasonable facilities and assistance including access to drawings and production data to the inspectors at no charge to the Procuring Agency However if the Supplier proves an p19a358isOdi0oke 1i7eft8 Irld4 doc Page 14 of 125 undue delay in conduct of inspection on the part of Procuring Agency the Supplier shall not be liable for penalty on account of that delay The cost of such lab tests shall be borne by the Manufacturer Supplier iii The Procuring Agency s right to inspect test and where necessary reject the goods after the goods either at Supplier s premises or upon arrival at Consignee s destinations shall in no way be limited or waived by reason of the goods having previously been inspected tested and passed by the Procuring Agency or its representative prior to t
201. per month 0 067 per 45 Days 90 Days day after 45 days of Purchase Order p19a358isOdi0oke 117eft8 Irld4 doc Page 22 of 125 DEMAND OF MACHINERY PLANTS FOR 2014 15 S No Equipment Name Qty Req MORTUARY 1 Mortuary Refrigerator set of 2 Local Imported 02 BOILER ROOM 2 High pressure steam boiler Ol 3 Softener Vessel size 16 x 64 with complete head manual fitting i UPVC 80 schedule 1 3 9 BIO GASES 4 Medical Oxygen System Generator 01 CSSD 5 Steam disinfection of solid and porous goods Disinfection of 01 Mattresses Bed linen Clothing Waste Utensils 6 Softener Vessel size 16 x 64 with complete head manual fitting 01 UPVC 80 schedule 1 3 SPECIFICATIONS OF MEDICAL LAB EQUIPMENTS ABOVE MENTION ITEMS 1 MORTUARY 2 bodies cold chamber POSITIVE TEMPERATURE 2 C 4 C Technical data e Panels structure wall floor ceiling Sheet steel modular panels Insulation Unit should have Insulated at least 80 mm thick with foamed in place polyurethane CFC free Fire resistance class Standard M2 Norme NFP 92 507 or equal The cooling system should have is CFC free hermetically encapsulated with air cooled low noise and vibration free drive unit tested and adjusted at the factory Machine Should have hermetically encapsulated air cooled fully automatic working with drain for defrost water continuously operating defrost device
202. pies of the Sales Tax Invoices where applicable in duplicate showing name of destination to which delivery is to be made item s description quantity per unit cost without GST amount of GST and total amount with GST 7 Insurance The goods supplied under the Contract shall be delivered duty paid under which the risk is transferred to the Procuring Agency after having been delivered hence insurance coverage is Supplier s responsibility therefore they may arrange appropriate coverage Incidental Services The following incidental services shall be provided and the cost of which should include in the total bid price a The bidder shall supply IT Equipments as per tender requirement along with complete literature Leaflet b If the Supplier bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods the same shall be included prior to comparison of rates with the other bidders Payment A The Payment shall be in Pak Rupees B The payment shall be made to the Supplier on receipt of original delivery Challan s and invoice s including those of GST if applicable in duplicate duly completed in all respect and signed amp stamped by the store officer signed and stamped by Consignee along with physical inspection report carried out by the Committee with certificate and test analysis report to the effect that the supplies conform to specifications C The labo
203. ply shall not be accepted 15 Quality quantity of Medical amp Laboratory Equipments supplied will be checked by the concerned hospital through inspection committee notified by the concerned Executive Directors 16 The supply shall not be accepted if found substandard The seller shall be bound to replace the substandard stores immediately 17 Seller shall ensure timely continuous uninterrupted supply of Medical amp Laboratory Equipments to the end users as per demand throughout the contract period 18 The seller shall have to supply such quantity as ordered 19 The seller shall provide free delivery of Medical amp Laboratory Equipments to consignee at the concerned hospital store 20 If the rates charged by the seller are found higher than the market rates the extra money charged shall have to be refunded by the seller 21 Payment will be made by the end users as per rules after completion of all codal formalities 22 In case of breach of terms amp conditions of contract agreement security of the seller shall be forfeited 23 This contract agreement shall remain valid till 30 June 2015 24 The seller will be responsible to refund any excess amount paid due to any error in calculation or mistake in evaluating the offer IN WITNESS Whereof the Parties hereto have caused this Contract to be executed at the place and shall enter into force on the day month and year first above mentioned NAME FATHER S NAME DESIGNATI
204. pose Qualification amp disqualification of bidders The Procuring Agency shall disqualify a bidder if it finds at any time that the information submitted by firm was false and materially inaccurate or incomplete Rejection of Bids The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid The Procuring Agency shall upon request communicate to any bidder who submitted a bid the grounds for its rejection of any or all bids but is not required to justify those grounds The Procuring Agency incurs no liability solely towards bidders who have submitted bids Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids Re Bidding If the Procuring Agency rejected all bids it may call for a re bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under Punjab Procurement Rules 2014 The Procuring Agency before invitation for re bidding shall assess the reasons for rejection and may revise specifications evaluation criteria or any other condition for bidders as it may deem necessary Announcement of Evaluation Report The Procuring Agency shall declare the results of bid evaluation prior to the award of procurement contract AWARD OF CONTRACT 32 33 34 Acceptance of Bid and Award criteria The bidder with the lowest evaluated bid if not in conflict with any other law rules regulations o
205. pplier shall arrange such transportation cold chain maintenance of the goods as is required to prevent their damage or deterioration during transit to their destination The goods shall be delivered in Rawalpindi Institute of Cardiology Rawal Road Rawalpindi on the risk and cost of the Supplier All taxes shall be borne by the Supplier Transportation including loading unloading of goods shall be arranged and paid for by the Supplier 14 Incidental Services The Supplier shall be required to provide the incidental services as specified in Special Conditions of the Contract and the cost of which should be included in the total bid price 15 Payment The method and conditions of payment to be made to the Supplier under this Contract shall be specified in Special Conditions of the Contract The currency of payment is Pak Rupees 16 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 expiry of the original bid validity period provided the Procuring Agency s request for bid validity extension 17 Contract Amendments No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both the Parties 18 Subcontracts The Supplier shall not be allowed to sublet the job and award subcontracts under this Contract 19 Delays in the Supplier s Performance Delivery of the goods shal
206. r permitted Preliminary Examination i The Procuring Agency shall examine the bids to determine whether they are complete whether any computational errors have been made whether required sureties have been furnished whether the documents have been properly signed and whether the bids are generally in order ii 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 shall 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 and figures the amount in words shall prevail iii 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 iv Prior to the detailed evaluation the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents For purposes of these Clauses a substantially responsive bid is one which conforms to all the terms and conditions of the bidding documents without material deviations Deviations from or objections or reservations to critical provisions such as those concerning p1l9a35
207. r policy of the Provincial Government shall be awarded the Contract within the original or extended period of bid validity Procuring Agency s right to vary quantities at time of award The Procuring Agency reserves the right at the time of Contract s award to increase or decrease the quantity of goods originally specified in the Price schedule and Schedule of Requirements without any change in unit price or other terms and conditions Limitations on negotiations Negotiations may not relate to the price or substance of tenders or proposals specified by the bidder in his tender but only to minor technical Contractual or logistical details I As guidance only negotiations may normally relate to the following areas e Minor alterations to technical details such as the terms of reference the scope of work the specification or drawings p19a358isOdi0oke 117eft8 Irld4 doc Page 38 of 125 Minor amendments to the Special Conditions of Contract Finalizing the payment arrangements Mobilization arrangements Agreeing final delivery or completion schedules to accommodate any changes required by the procuring agency The proposed methodology or staffing Inputs required from the procuring agency Clarifying details that were not apparent or could not be finalized at the time of bidding The bidder s tax liability in Pakistan if the bidder is a foreign company Negotiations shall not be used to Substantially change the techn
208. ratory test analysis charges of sample either against the tender or bulk supplies shall be borne by the Supplier 10 Penalties Liquidated Damages 1 a In case where the deliveries as per contract are not completed within the time frame specified in the schedule of requirement the Contract to the extent of non delivered portion of supply may be cancelled followed by a Show Cause Notice No supplies shall be accepted and the amount of Performance Guaranty Security to the extent of non delivered portion of supplies of relevant item shall be forfeited and the firm shall be blacklisted minimum for a period of one year If the firm fails to supply the whole installments the entire amount of Performance Guaranty Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for a period of two year Onus of proof of innocence shall be on the supplier b In case of late delivery of goods beyond the periods specified in the schedule of requirements penalty 2 per month 0 067 per day of the cost of late delivered supply shall be imposed upon the Supplier Arbitration and Resolution of Disputes In case of any dispute concerning the interpretation and or application of this Contract shall be settled through arbitration The Additional Chief Secretary or his nominee shall act as sole ARBITRATOR The decisions taken and or award made by the sole arbitrator shall be final and binding on the Parties 12 Go
209. rature Any interlineations erasures or overwriting shall be valid only if they are initialed by the person or persons signing the bid SUBMISSION OF BIDS 18 Sealing and Marking of Bids i ii iii iv vV The envelopes shall be marked as FINANCIAL PROPOSAL and TECHNICAL PROPOSAL in bold and legible letters to avoid confusion The inner and outer envelopes shall be sealed and Be addressed to the Procuring Agency at the address given in the Invitation for Bids and Bear the name and number indicated in the Invitation for Bids 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 If the outer as well as inner envelopes are not sealed and marked as required by instruction to bidders the Procuring Agency shall assume no responsibility for the bid s misplacement or premature opening and shall be rejected forth with p1l9a358is0diQoke1i7eft8 Irld4 doc 19 20 21 Page 8 of 125 Deadline for Submission of Bids Bids must be submitted by the bidder and received by the Procuring Agency at the address specified under instruction to bidders not later than the time and date specified in the Invitation for Bids The Procuring Agency may at its discretion extend this deadline for the submission of bids by amending the bidding documents in accordance with instruction to bidders in which
210. rms minimum real time and freeze ECG trace eNon Invasive Blood Pressure NIBP Method Oscillometric principle Numeric Systolic diastolic and mean pressures Selectable auto inflate interval settings Rising cuff continuous pressure display eTemperature Numeric Temperature selectable in C F Channels 2 channels ePulse Oximetry Numeric 0 100 oxygen saturation measuring range Waveform plethysmograph pulse with pulse strength indication Reusable sensor electrode Reusable cuff eArrhythmia Analysis Arrhythmia analysis and st analysis Minimum 10 arrhythmia items eRespiration Breath rate display and alarms Sweep speed 12 5 to 50 mm sec p19a358isOdi0oke 1i7eft8 Irld4 doc Page 73 of 125 eOther Features Trend Data up to 72 hours trend graphical and tabular eAlarms High amp low settable on all parameters Visual and audible indication of alarms eOperating Requirements Ac 220v 50hz Built in rechargeable battery for at least 1 2 hours AC power failure at full parameter Facility for slave monitoring eWall Mount Original Local Note 1 The system must be complete with all sensors probes cables or any other accessories required for measuring all the above selected parameters Monitor should be compatible with central monitoring system Note 2 All allied accessories should be original and from the same manufacturer Country Of Origin USA Western EUROPE and JAPAN 42 Ventilator 2 x
211. rocuring agency according to the specs 8 Ensuring intimation of storage arrangements To ensure storage arrangements for the intended supplies the Supplier shall inform the Consignee one week in advance 9 Inspections and Test Analysis i The Procuring Agency or its representative shall have the right to inspect and or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency ii For the purpose of inspections and tests of IT Equipments Materials the Supplier shall inform the Rawalpindi Institute of Cardiology Rawalpindi at least 15 working days in advance when all or any specific consignment installment of goods is manufactured and ready for inspection The inspection team from Rawalpindi Institute of Cardiology Rawalpindi shall inspect the quantity specifications of goods The Supplier shall furnish all reasonable facilities and assistance including access to drawings and production data to the inspectors at no charge to the Procuring Agency However if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency the Supplier shall not be liable for penalty on account of that delay The cost of such lab tests shall be borne by the Manufacturer Supplier iii The Procuring Agency s right to inspect test and where necessary reject the goods after the goods either at Supplier s premises or upon arrival at Consignee s destinations shall in no way
212. s for thermostat and thermocouple sensor based catheters vii Auto cutoff feature for sudden fluctuations in impedance or temperature viii Ground patch should be of universal make and easily available ix Should be able to provide connector cables for all makes of ablation catheters x Should be CE Europe or US FDA approved p19a358isOdi0oke 117eft8 Irld4 doc Page 78 of 125 RAWALPINDI INSTITUTE OF CARDIOLOGY BIDDING DOCUMENTS FOR PROCUREMENT OF ANNUAL TENDER OF REPAIR amp MAINTENANCE OF MACHINERYAND EQUIPMENTS 2014 2015 p19a358isOdi0oke 117eft8 Irld4 doc Page 79 of 125 CHECK LIST DETAIL YES NO PAGE KNOCK OUT CLAUSES Original receipt for purchase of tender Valid National ID Card NADRA Company profile Name Address Tel No Acceptance of terms and condition of tender documents duly signed and stamped Min one years experience in supplying to Government Autonomous institutions An affidavit on stamp paper of Rs 100 submitting that the firm is never blacklisted on any grounds whatsoever from Government Autonomous institutions Price should not be mentioned on technical bid if mentioned bid will be cancelled Valid National Tax Number Yilon A NB WLN Valid General Sale Tax certificate Valid Professional Tax certificate if applicable m e Fresh CDR Bank Guarantee GENERAL CLAUSES Detail of staff
213. s provide substandard item and fail to provide the item as per specification laid down in the Technical Specification Form Tender Enquiry the procuring agency shall be entitled to make other arrangement at the risk expense of the Contractor Supplier Firm the price difference shall be paid by the Firm 13 In case of supply of substandard product the destruction cost will be borne by the firm i e burning Dumping Incineration 14 Partial supply shall not be accepted 15 Quality quantity of Machinery Plants supplied will be checked by the concerned hospital through inspection committee notified by the concerned Executive Directors 16 The supply shall not be accepted if found substandard The seller shall be bound to replace the substandard stores immediately 17 Seller shall ensure timely continuous uninterrupted supply of Machinery Plants to the end users as per demand throughout the contract period 18 The seller shall have to supply such quantity as ordered 19 The seller shall provide free delivery of Machinery Plants to consignee at the concerned hospital store 20 If the rates charged by the seller are found higher than the market rates the extra money charged shall have to be refunded by the seller 21 Payment will be made by the end users as per rules after completion of all codal formalities 22 In case of breach of terms amp conditions of contract agreement security of the seller shall be forfeited 23 This c
214. s to be furnished by the Supplier are specified in Special Conditions of the Contract 12 Insurance The goods supplied under the Contract shall be delivered duty paid 13 Transportation The Supplier shall arrange such transportation cold chain maintenance of the goods as is required to prevent their damage or deterioration during transit to their destination The goods shall be delivered in Rawalpindi Institute of Cardiology Rawal Road Rawalpindi on the risk and cost of the Supplier All taxes shall be borne by the Supplier Transportation including loading unloading of goods shall be arranged and paid for by the Supplier 14 Incidental Services The Supplier shall be required to provide the incidental services as specified in Special Conditions of the Contract and the cost of which should be included in the total bid price 15 Payment The method and conditions of payment to be made to the Supplier under this Contract shall be specified in Special Conditions of the Contract The currency of payment is Pak Rupees 16 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 expiry of the original bid validity period provided the Procuring Agency s request for bid validity extension 17 Contract Amendments No variation in or modification of the terms of the Contract shall be made except by written amendment signed by both t
215. se the term Goods includes any Goods that are the subject of this Invitation for Bids and the term Services shall include related services such as transportation insurance etc The origin means the place where the goods are mined grown or produced or the place from which the related services are supplied Goods are produced through manufacturing or processing or substantial and major assembly of ingredients components a commercially recognized product results that is substantially different in basic characteristics or in purpose or utility from its components Cost of Bidding 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 manner or outcome of the bidding process NOTE List of required items with specifications is attached at the end of this document p19a358isOdi0oke 117eft8 Irld4 doc Page 5 of 125 THE BIDDING DOCUMENTS 5 Content of Bidding Documents i The goods required bidding procedures and contract terms are prescribed in the bidding documents In addition to the invitation for bids the bidding documents shall include a Instructions to bidders b General Conditions of Contract c Special Conditions of Contract d Schedule of Requirements e Technical Specifications f Manufacturer s Authorization Form g Performance Guaranty Form ii
216. spute concerning the interpretation and or application of this Contract shall be settled through arbitration The Additional Chief Secretary or his nominee shall act as sole arbitrator The decisions taken and or award made by the sole arbitrator shall be final and binding on the Parties 25 Governing Language The Contract shall be written in English language All correspondence and other documents pertaining to the Contract which are exchanged by the Parties shall be written in English 26 Applicable Law This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction 27 Notices i Any Notice given by one party to the other pursuant to this contract shall be sent to the other party in writing and confirmed to other party s address specified in Special Conditions of Contract ii A notice shall be effective when delivered or on the notice s effective date whichever is later p19a358isOdi0oke 1i7eft8 Irld4 doc Page 42 of 125 SPECIAL CONDITION OF CONTRACT 1 Definitions In this Contract the following terms shall be interpreted as indicated against each a The Contract means the agreement between the Procuring Agency and the Supplier as recorded in the Contract Form signed by the Parties including all attachments and appendices thereto and all documents incorporated by reference therein b The Supplier is the individual or firm supplying the goods under this contract 2
217. ss for communication Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi 1 INSTRUCTIONS TO BIDDERS Source of Funds The Government of Punjab Health Department has allocated funds for repair and maintenance of machinery equipments to the individual institution under their relevant Head of Account which will be utilized by Rawalpindi Institute of Cardiology Rawal Road Rawalpindi for the purchase of repair and maintenance of machinery equipments during the financial year 2014 15 Rawalpindi Institute of Cardiology Rawal Road Rawalpindi intends to fix the price conclude the contract for the repair and maintenance of machinery equipments on Free Delivery to Consignee s end basis directly to Rawalpindi Institute of Cardiology Rawal Road Rawalpindi Eligible bidders This Invitation for Bids is open to all printers having income tax sale tax registered distributors suppliers for the repair and maintenance of machinery equipments on Free Delivery to Consignee s end basis The bidder shall also have to submit a copy of registration certificate and Memorandum of Association Partnership deed registered with the Registrar of Companies in Pakistan The bidders shall not be under a declaration of ineligibility for corrupt and fraudulent practices declared by any Government Federal Provincial District a Local Body or a Public Sector Organization Eligible Goods and Services All goods and related servic
218. stablished in accordance with instruction to bidders that the bidder is eligible to bid and is qualified to perform the Contract if its bid is accepted c Documentary evidence established in accordance with instruction to bidders that the goods to be supplied by the bidder are eligible goods and conform to the bidding documents and d Bid Security 2 of the total value of the bid in the shape of Call Deposit Fresh CDR Bank Guarantee in the name of Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi p19a358isOdi0oke 117eft8 Irld4 doc 10 11 12 Page 83 of 125 Note Bid security must be submitted only with Financial Bid Bid will be rejected if bid security original or hotocopy is submitted with Technical Bid Bid Form amp Price Schedule The bidder shall complete the Bid Form and an appropriate Price Schedule furnished in the bidding documents indicating the goods to be supplied a brief description of the goods their strength packing quantity and prices Bid Prices i The bidder shall indicate on the appropriate Price Schedule the unit prices and total bid price of the goods it proposes to supply under the Contract ii Form of price Schedule is to be filled in very carefully preferably typed Any alteration correction must be initialed Every page is to be signed and stamped at the bottom Serial number of the quoted item may be marked with red yellow marker iii The bidder
219. storage arrangements for the intended supplies the Supplier shall inform the Consignee one week in advance 9 Inspections and Test Analysis ix The Procuring Agency or its representative shall have the right to inspect and or to test the goods to confirm their conformity to the Contract specifications at no extra cost to the Procuring Agency x For the purpose of inspections and tests of Repair amp Maintenance the Supplier shall inform the Rawalpindi Institute of Cardiology Rawalpindi at least 15 working days in advance when all or any specific consignment installment of goods is manufactured and ready for inspection The inspection team from Rawalpindi Institute of Cardiology Rawalpindi shall inspect the quantity specifications of goods The Supplier shall furnish all reasonable facilities and assistance including access to drawings and production data to the inspectors at no charge to the Procuring Agency However if the Supplier proves an undue delay in conduct of inspection on the part of Procuring Agency the Supplier shall not be liable for penalty on account of that delay The cost of such lab tests shall be borne by the Manufacturer Supplier x1 The Procuring Agency s right to inspect test and where necessary reject the goods after the goods either at Supplier s premises or upon arrival at Consignee s destinations shall in no way be limited or waived by reason of the goods having previously been inspected tested and passed b
220. t degree and ii Training Less than 2 1 appointment letter of on the train engineers concerned technical quoted locally staff products 3 or more 2 Less than 2 2 train engineers Abroad More than 3 3 train engineers Abroad iii Calibratio Repair Tools 2 n Repair Calibration 2 Tools Tools iv Inventory Minor Parts 2 Major Parts 2 Spare 3 Machines Manufacturer Per day production capacity of quoted 10 The bidder is Production items against the total advertised quality required to attach the capacity i Less than 1 0 certificate 6 ii 1 5 iii 1 1 15 7 iv 1 6 2 10 7 Product i Excellent 10 10 Bidder will give Demonstration ii Good 7 Demonstration Presentation iii Satisfactory 5 presentation to the iv Unsatisfactory 0 end user Total marks 100 Total marks Obtained Qualifying marks 70 Note e Check list and summary page shall be provided by the firm concerned e Warranty of the product offered by company is mandatory 2 SCHEDULE OF REQUIREMENT MODE OF PENALTY 100 QUANTITY AS PER TOTAL DELIVERY PURCHASE ORDER PERIOD WITHOUT PENALTY 45 days 45 Days WITH PENALTY 45 Days 90 Days At the rate of 2 per month 0 067 per day after 30 days of Purchase Order i 100 complete information according to the bid evaluation criteria provided by the firm will get maximum marks THE INFORMATION PROVIDED BY THE FIRM SHOULD BE RELEVANT CONCISE AND TO THE POINT
221. t is awarded If the bidder wishes to bring additional information to the notice of the Procuring Agency it should do so in writing 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 Tender evaluation is strictly prohibited Any infringement shall lead to disqualification in addition to any other penalty Procuring Agency may in its discretion impose Qualification amp disqualification of bidders The Procuring Agency shall disqualify a bidder if it finds at any time that the information submitted by firm was false and materially inaccurate or incomplete Rejection of Bids The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid The Procuring Agency shall upon request communicate to any bidder who submitted a bid the grounds for its rejection of any or all bids but is not required to justify those grounds The Procuring Agency incurs no liability solely towards bidders who have submitted bids Notice of the rejection of any or all bids shall be given promptly to the concerned bidders that submitted bids Re Bidding If the Procuring Agency rejected all bids it may call for a re bidding or if deems necessary and appropriate the Procuring Agency may seek any alternative methods of procurement under the Punjab Procurement Rules 2014 The Procuri
222. t of action or remedy which has accrued or shall accrue thereafter to the Parties 24 Arbitration and Resolution of Disputes The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract If after thirty 30 days from the commencement of such informal negotiations the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute either party may require that the dispute be referred to the Arbitrator for resolution through arbitration In case of any dispute concerning the interpretation and or application of this Contract shall be settled through arbitration The Additional Chief Secretary or his nominee shall act as sole arbitrator The decisions taken and or award made by the sole arbitrator shall be final and binding on the Parties 25 Governing Language The Contract shall be written in English language All correspondence and other documents pertaining to the Contract which are exchanged by the Parties shall be written in English 26 Applicable Law This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction 27 Notices i Any Notice given by one party to the other pursuant to this contract shall be sent to the other party in writing and confirmed to other party s address specified in Special Conditions of Contract
223. t of supplies for checking quality quantity of the goods supplied p19a358isOdi0oke 1i7eft8 Irld4 doc Page 112 of 125 ii If the Goods supplied are found during physical examination inspection to be against the required specifications approved samples etc even if it is of standard quality the Procuring Agency may reject the goods and the Supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation to meet the required specifications free of cost Replacement in lieu of the rejected supplies must be completed within 20 days from the date of communication of decision to the Manufacturer Supplier by the Concerned Authority In case after replacement or alteration the Inspection Committee again declare the item as of against the required specifications the supply would completely be rejected and the proportionate amount of performance security of the concerned installment would be forfeited to the government account and the firm shall be blacklisted minimum for one year However if the entire supplies installments are declared as of against the required specifications the entire performance security shall be forfeited and the firm shall be blacklisted minimum for two years onus of proof of innocence shall be on the supplier 11 Delivery and Documents The Supplier in accordance with the terms specified in the Bidding Documents shall make delivery of the goods The details of document
224. t to the detriment of the Procuring Agency and includes collusive practice among bidders prior to or after bid submission designed to establish bid prices at artificial noncompetitive levels and to deprive the Procuring Agency of the benefits of free and open competition p19a358isOdi0oke 117eft8 Irld4 doc Page 39 of 125 b Shall reject a proposal for award if it determines that the bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question c Shall declare a firm ineligible either indefinitely or for a stated period of time to be awarded a Contract if it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing a Contract onus of proof will be on the firm GENERAL CONDITIONS OF CONTRACT 1 2 3 4 5 Definitions In this Contract the following terms shall be interpreted as indicated against each i The Contract means the agreement between the Procuring Agency and the Supplier as recorded in the Contract Form signed by the Parties including all attachments and appendices thereto and all documents incorporated by reference therein ii The Contract Price means the price payable to the Supplier under the Contract for the full and proper performance of its contractual obligations iii The Goods means Medical amp Laboratory Equipments iv The Services means those services
225. tee in the name of Executive Director Rawalpindi Institute of Cardiology Rawalpindi from any schedule bank shall be furnished by the bidder along with financial offer 16 Bid Validity i Bids shall remain valid for the period of Three 3 Months after the date of opening of Technical Bid prescribed by the Procuring Agency A bid valid for a shorter period shall be rejected by the Procuring Agency as non responsive ii The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period However under exceptional circumstances and for 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 be for not more than the period equal to the period of the original bid validity iii bidders who a Agree to the Procuring Agency s request for extension of bid validity period shall not be permitted to change the substance of their bids and b Do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without forfeiture of their bid securities earnest money 17 Format and Signing of Bid i The bidder shall prepare and submit its bid along with original purchase receipt The 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 th
226. ter e Measurement e technique Oscillometric e Measurement Range Systolic 60 260mmHg Diasystolic 30 160mmHg Pulse Rate 30 180 Measurement Intervals Programmable intervals 5 10 15 30 45 60 75 90 and 120min Storage Capacity 300 measurements or more Battery Commercially available AA AAA size dry battery for measurement of 250 readings p19a358isOdi0oke 117eft8 Irld4 doc Page 76 of 125 Accessories a Each recorder should include Regular Large and Small size BP cuff one each b Patient wearable recorder pouch one each Certifications Must 45 Electrophysiology Lab system complete EP tracer BARD St Jude with UPS including ablator 46 Intra cardiac Electrophysiology stimulator Technical Specifications The components of the Electrophysiology Lab System must include A Computer Based Recording System B Touch screen based 2 Channel stimulator C 100Watt RF Ablator i The recording system should be PC based ii Operating system must be latest Windows version iii Simultaneous monitoring and background analysis and review is mandatory without interruption to the EP recorder iv Easy and simultaneous archiving to DVD or external HDD desirable A EP RECORDER should be capable of i Minimum 160 Intra cardiac inputs or more acquisition ii Multiple pages option for desired leads channel display on each page at any point during the procedure iii Should have minimum sampling rate of 2
227. th central monitoring system through wireless Hardwire e Vital Signs Monitor should have the capability to measure at least 2 IBP and EtCO2 at the same time Standard Parameters e ECG NIBP Sp02 2 Temp Respiration Trends Arrhythmia Analysis 4 IBP EtCO2 Anesthesia Agent e Monitoring Recorder STANDARD PARAMETERS ECG e Differential input protected against defibrillator ECG Cable with 3 5 Leadwires Lead Selection 6 positions Lead 1 11 II avf avr avl and V chest leads Selectable Adult amp Pediatric operation modes Diagnostic ECG Measurement with 10 Leadwires Patient Cable for 10 or more ECG waveforms With 7 lead ECG waveforms displayed at same time Ability to detect Adult amp Pediatric Heart rate range QRS widths and amplitudes Numeric Heart Rate Range 20 250 bpm Waveform Real time Lead Off detection Alarms on lead failure Variable gain selectable 1 2 1 2 cm mV e Heart beat indication Beep tone with QRS detection NONINVASIVE BLOOD PRESSURE NIBP Method Oscillometric principle Numeric Systolic Diastolic and Mean Pressures Rising Cuff continuous pressure display Ability to measure Adult amp Pediatric B P Range Cuffs for Aduts amp Pediatrics Patients Cuff Pressure range 300mmHg Selectable Pediatric amp Adult operation modes e Selectable Pediatric amp Adult initial and maximum cuff pressures and range TEMPERATURE e Numeric Temperature selectable in C F e Channels 2 channels or more
228. that such termination shall not prejudice or affect any right of action or remedy which has accrued or shall accrue thereafter to the Parties 24 Arbitration and Resolution of Disputes The Procuring Agency and the Supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the Contract If after thirty 30 days from the commencement of such informal negotiations the Procuring Agency and the Supplier have been unable to resolve amicably a Contract dispute either party may require that the dispute be referred to the Arbitrator for resolution through arbitration In case of any dispute concerning the interpretation and or application of this Contract shall be settled through arbitration The Additional Chief Secretary or his nominee shall act as sole arbitrator The decisions taken and or award made by the sole arbitrator shall be final and binding on the Parties 25 Governing Language The Contract shall be written in English language All correspondence and other documents pertaining to the Contract which are exchanged by the Parties shall be written in English 26 Applicable Law This contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction 27 Notices i Any Notice given by one party to the other pursuant to this contract shall be sent to the other party in writing and confirmed to other p
229. the same time as the Procuring Agency notifies the successful bidder that its bid has been accepted the Procuring Agency shall send the bidder the Contract Form provided in the bidding documents incorporating all agreements between the Parties Both the successful bidder and the Procuring Agency shall sign with date the Contract on the legal stamp paper Thereafter the Procuring Agency shall issue Purchase Order If the successful bidder after completion of all Codal Formalities shows inability to sign the Contract then the firm shall be blacklisted minimum for two years In such situation the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids Performance Guaranty Security 1 ii On the date of signing of Contract the successful bidder shall furnish the Performance Guaranty Security 5 in accordance with the Conditions of Contract in the Performance Guaranty Security Form provided in the bidding documents Failure of the successful bidder to comply with the requirement of instructions to the bidders shall constitute sufficient grounds for the annulment termination of the award and forfeiture of the bid Security in which event the Procuring Agency may make the award to the next lowest evaluated bidder or call for new bids Corrupt or Fraudulent Practices a The Procuring Agency requires that the Procuring Agency as well as bidders Contractors observe the highest standard of ethics durin
230. tificate OR FDA approved OR MHLW Operating Manual Hard Copy 03 and Soft Copy Service Manual Hard Copy 03and Soft Copy POWER REQUIREMENT Single phase with line voltage of 220V 50 Hz NOTE 1 The system must be complete with all Cables Leads Probes amp Batteries or any other accessory required for measuring all above selected parameters with disposables amp consumable items for Adult amp Pediatrics Patients Warranty period should be five years from the date of commissioning with parts including yearly replacement or as per recommendation of manufacturer of preventive maintenance kits If applicable and Parts amp Accessories i e Probes Cables Transducers Batteries etc except disposables and consumable items Life time free software upgrade and software installation in case of software is corrupted Prices of all components i e Probes etc should be quoted separately along with the total price of the system in the financial offer Optional 1 2 CW Continuous Wave Imaging Multi frequency Phased array sector probe to cover 2 0 3 5 MHz for Adult p19a358isOdi0oke 117eft8 Irld4 doc Page 63 of 125 Multi frequency Phased array sector probe to cover 5 0 7 5 MHz for Peads CW Pencil Probe TVS Probe Multi Frequency 4 0 to 9 0MHz Linear Biopsy Probe 3D amp 4D Imaging Convex amp TVS ogy OU E 25 Cerebral oximeter 1 The device should be FDA cleared for measuring absolute cerebral tissue o
231. to the Procuring Agency s satisfaction that the bidder at the time of submission of its bid is eligible as defined under instruction to the bidders iii The documentary evidence to be submitted along with technical proposal of the bidder s qualifications to perform the Contract if its bid is accepted shall establish to the Procuring Agency s satisfaction a The Sole Agent Importer shall have to produce letter of authorization from Manufacturer Foreign Executive Director and in case of Manufacturer documentary proof including manufacturing license registration certificate to the effect that they are the original manufacturer of the required specifications of goods shall be provided b National Tax Number NTN and General Sales Tax Number GST if applicable with documentary proof shall have to be provided by each bidder in the tender c The bidder shall submit an affidavit on legal stamp paper of Rs 100 that their firm is not blacklisted on any ground by any Government Federal Provincial District a local body or a Public Sector Organization The bidder shall be debarred from bid on account of submission of false statement d The bidder should have minimum one year experience in the market Similarly it is mandatory that the item to be quoted by the bidder Manufacturer should have availability in the market minimum for the last one year Documentary proof shall have to be provided in this regard e The bidder is require
232. tomatic Adult and Pediatric Mode alarm limits High and low settable on all parameters e Visual and Audible indication of alarms e Built in Rechargeable Battery with back up of at least 2 hours in case of AC power failure for full parameters e To be mounted with Anesthesia Workstation Standard Accessories of Cardiac Monitor e Adult Finger Sensor Reusable e Paediatric Finger Sensor Reusable e NIBP Hose e NIBP Cuff for Adults Patients Single Lumen e NIBP Cuff for Paeds Patients Single Lumen e ECG Cable with 3 Leadwires e ECG Cable with 5 Leadwires e ECG Cable with 10 Leadwires e ECG Electrodes 50 for Adults e ECG Electrodes 50 for Paeds e ECG Jel 02 e Temperature Probes e Operating Manual Hard Copy 03 and Soft Copy e Service Manual Hard Copy 03 and Soft Copy NOTE e System should operate on Central Air N20 amp Oxygen Supply System with input Pressure Range 3 6 bar with minimum of 3 bar is essential e Power Requirements 220V 50Hz e Ventilator should operate on disposable breathing circuits commonly available in the market p19a358isOdi0oke 117eft8 Irld4 doc Page 58 of 125 e Upgradable in future Lifetime free software upgrade and software installation in case of software is corrupted e Anesthesia Machine Ventilator Vaporizer Agent Monitor and Vital Sing Monitor should be from same manufacturer for the best practice and compatibility e The competitors MUST have local service facility in
233. total amount with GST 7 Insurance The goods supplied under the Contract shall be delivered duty paid under which the risk is transferred to the Procuring Agency after having been delivered hence insurance coverage is Supplier s responsibility therefore they may arrange appropriate coverage 8 Incidental Services The following incidental services shall be provided and the cost of which should include in the total bid price a The bidder shall supply instruments equipments as per tender requirement along with complete literature Leaflet b If the Supplier bidder charged the prices of incidental services separately in the financial bid and not included in the Contract price of goods the same shall be included prior to comparison of rates with the other bidders 9 Payment A The Payment shall be in Pak Rupees B The payment shall be made to the Supplier on receipt of original delivery Challan s and invoice s including those of GST if applicable in duplicate duly completed in all respect and signed amp stamped by the store officer signed and stamped by Consignee along with physical inspection report carried out by the Committee with certificate and test analysis report to the effect that the supplies conform to specifications p19a358isOdi0oke 1i7eft8 Irld4 doc Page 17 of 125 C The laboratory test analysis charges of sample either against the tender or bulk supplies shall be borne by the Supplier 10 Pen
234. tract shall conform to the standards mentioned in the Technical Specifications p19a358isOdi0oke 1i7eft8 Irld4 doc Page 90 of 125 5 Use of Contract Documents and Information 1 The Supplier shall not disclose the Contract or any provision thereof or any specification plan drawing pattern sample or information furnished by or on behalf of the Procuring Agency in connection therewith to any person other than a person employed by the Supplier in the performance of the Contract ii The Supplier shall not without the Procuring Agency s prior written consent make use of any document or information enumerated in condition of contract except for purposes of performing the Contract iii Any document other than the Contract itself enumerated in condition of contract shall remain the property of the Procuring Agency and shall be returned if so required by the Procuring Agency iv The Supplier shall permit the Procuring Agency to inspect the Supplier s accounts and records relating to the performance of the Supplier 6 Patent Rights The Supplier shall indemnify the Procuring Agency against all third party claims of infringement of patent trademark or industrial design rights arising from use of the Goods or any part thereof in the country 7 Submission of Samples The Supplier shall provide samples free of cost of the product to procuring agency according to the specs 8 Ensuring intimation of storage arrangements To ensure
235. trative subdivision or agency thereof or any other entity owned or controlled by it Government of Punjab through any corrupt business practice 6 Without limiting the generality of the foregoing the Seller Supplier represents and warrants that it has fully declared the brokerage commission fees etc paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person including its affiliate agent associate broker consultant director promoter shareholder sponsor or subsidiary any commission gratification bribe finder s fee or kickback whether described as consultation fee or otherwise with the object of obtaining or including the procurement of a Contract right interest privilege or other obligation or benefit in whatsoever form from Government of Punjab except that which has been expressly declared pursuant hereto 7 The Supplier certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of Punjab and has not taken any action or shall not take any action to circumvent the above declaration representation or warranty 8 The Supplier accepts full responsibility and strict liability for making any false declaration not making full disclosure misrepresenting facts or taking any action lik
236. trends and tabulations Company must be FDA Approved Storage of events and alarms for review and printing One minute ECG storage surrounding each alarm event Final report editing printing and archiving or more Complete system with accessories supplies and network 1KVA online UPS system for CPU and LCD only Heavy duty laser printer System with these or more specifications 39 Ultrasound therapy unit Ultrasound Therapy Unit Ultrasound frequencies 1 and 3 MHz Continuous and Pulse Frequency duty cycle 100 Hz 5 10 20 50 or more Multi frequency treatment head 1 and 3 MHz Large Contact control Automatic power switch off and treatment time interuption in case of insufficient contact The visual indicator of the treatment head switches on when in proper contact Number of connections or more Intensity 0 2 W cm2 Continuous 0 3 W cm2 pulsed programmable memory Mains voltage 100 240 V 10 50 60 Hz or other anatomical based treatment modes Dimensions 290x280x105 mm or more Complete with standard accessories Approved and authorised for medical use high level of salty for patient and user Low and medium frequency current types Interfrence Russian Stimulation Asymmetrical biphasal pulse current TENS Symmetrical biphasal pulse current TENS Rectangular Current triangular Current Micro Current High Voltage Diadynamic Currents Intermediate frequency interrupted direct current Burst TENS Constant Voltage Constant
237. ubes are to be further welded to the rear and front tube sheets as provided for in the code All weldedof the code Various openings for connecting of services or installation of safety devices are to be provided and reinforced as per the A S M E code STRESS RELLEVING After the construction of the pressure vessel the entire unit is to be hydraulic tested and then relieved of stresses in a properly designed amp appropriate facility Stress relieving is to be witness by the local representative of the inspecting agency A certificate to this effect is to be provided After removal of the Unit from the stress relieving chamber it is to be again hydraulic tested This test is to be witnessed by the appropriate inspecting agency A certificate to this effect is to be also provided BURNER a The Burner should be imported one packaged type fronted end mounted factory tested and easily removable type b Complete packaged burner shall be imported from U S A or Europe to be forced draft combustion air system utilizing a heavy duty backward curved impeller in a fully machined cats housing Air housing should be of open able type for inspection and service of firing head components without detaching the burner from the boiler front end c Complete burner assembly is to be bolted to the front end of the boiler through the use of flange d Burner should be suitable to burn natural gas e High turn down capability is to assure smooth starts
238. ufacturer 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 p19a358isOdi0oke 117eft8 Irld4 doc Page 45 of 125 CONTRACT FORM THIS CONTRACT is made at ON day of 2014 between the Executive Director Rawalpindi Institute of Cardiology Rawal Road Rawalpindi hereinafter referred to as the Procuring Agency of the First Part and M s firm name a firm registered under the laws of Pakistan and having its registered office at address of the firm hereinafter called the Supplier of the Second Part hereinafter referred to individually as Party and collectively as the Parties WHEREAS the Procuring Agency invited bids for procurement of goods in pursuance where of M s firm name being the Manufacturer Sole Agent of item name in Pakistan and ancillary services offered to supply the required item s and Whereas the Procuring Agency has accepted the bid by the Supplier for the supply of item name cost per unit NOW THIS CONTRACT WITNESSES AS FOLLOWS 1 In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the General Special Conditions of this Contract hereinafter referred to as Contract 2 The following documents shall be deemed to form and be read and construed as integral part of this Contract viz a Price Sc
239. um for a period of one year If the firm fails to supply the whole installments the entire amount of Performance Guaranty Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for a period of two year Onus of proof of innocence shall be on the supplier b In case of late delivery of goods beyond the periods specified in the schedule of requirements penalty 2 per month 0 067 per day of the cost of late delivered supply shall be imposed upon the Supplier Arbitration and Resolution of Disputes In case of any dispute concerning the interpretation and or application of this Contract shall be settled through arbitration The Additional Chief Secretary or his nominee shall act as sole ARBITRATOR The decisions taken and or award made by the sole arbitrator shall be final and binding on the Parties 12 Governing Language The language of this Contract shall be in English 13 Applicable Law This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction 1 a Notices Supplier s address for notice purpose Procuring Agency s address for notice 1 222721 purposes shall be the Executive Director Rawalpindi Institute of Cardiology Rawalpindi Note All assessments and procuring procedures i e receiving opening and awarding etc shall be governed by the Punjab Procurement Rules 2014 p19a358isOdi0oke 1i7eft8 Irld4 doc Page 44 o
240. upplied ii If the Goods supplied are found during physical examination inspection to be against the required specifications approved samples etc even if it is of standard quality the Procuring Agency may reject the goods and the Supplier shall either replace the rejected goods or arrange alterations necessary for rectification of observation to meet the required specifications free of cost Replacement in lieu of the rejected supplies must be completed within 20 days from the date of communication of decision to the Manufacturer Supplier by the Concerned Authority In case after replacement or alteration the Inspection Committee again declare the item as of against the required specifications the supply would completely be rejected and the proportionate amount of performance security of the concerned installment would be forfeited to the government account and the firm shall be blacklisted minimum for p19a358isOdi0oke 1i7eft8 Irld4 doc Page 91 of 125 one year However if the entire supplies installments are declared as of against the required specifications the entire performance security shall be forfeited and the firm shall be blacklisted minimum for two years onus of proof of innocence shall be on the supplier 11 Delivery and Documents The Supplier in accordance with the terms specified in the Bidding Documents shall make delivery of the goods The details of documents to be furnished by the Supplier are specified in Special
241. urnish performance guarantee security in the shape of call deposit CDR Bank Guarantee equivalent to 5 of the total contract amount The CDR Bank Guarantee shall be in the Name of Executive Director Rawalpindi Institute of Cardiology Rawalpindi We agree to abide by this bid for a period of 03 months from the date fixed for bid opening under instruction to the bidders and it shall remain binding upon us and may be accepted at any time before the expiration of that period Until a formal Contract is prepared and executed this bid together with your written acceptance thereof and your notification of award shall constitute a binding Contract between us We understand that the Procuring Agency is not bound to accept the lowest or any bid Procuring Agency may receive Name and address of agent Amount If none state none Dated this day of 20__ Signature in the capacity of duly authorized to sign bid for and on behalf of Attachment PRICE SCHEDULE FOR REPAIR AND MAINTENANCE OF MACHINERY EQUIPMETNS IN PAK RUPEES Name of bidder No Sr Item Accounting Quantity Unit Price Total Cost No Unit Required Sign and Stamp of bidder Note In case of discrepancy between unit price and total the unit price shall prevail SCHEDULE OF REQUIREMENT FOR REPAIR AND MAINTENANCE OF MACHINERY EQUIPMENTS The supplies shall be delivered within
242. ust cover x1 Mattress sheet x2 Pulse Oximeter Unit Display range 1 100 SpO2 Averaging time 8 4 16 seconds Selectable SpO2 alarm setting range Upper limit 50 99 in 1 increments Lower limit 45 95 in 1 increments Pulse rate display range 25 240bpm Pulse rate alarm setting range Upper limit 80 240bpm OFF Lower limit 35 180bpm OFF in Sbpm increments Alarms SpO2 high low limit pulse rate high low limit SpO2 sensor Resuscitation unit 104 Manometer Pressure indication 2 8 kPa 20 80cmH20 p19a358isOdi0oke 117eft8 Irld4 doc Page 52 of 125 Suction unit Suction pressure control range 0 26 7 kPa 0 200mmHg O2 Blender Oxygen concentration control range 21 100 Oxygen flow rate control range 0 15L min Resusci flow unit PMAX setting range 19 58 kPa 20 60cmH20 Default setting range 39 kPa 40cmH20 Resuscitation unit 105 Manometer Pressure indication 2 8 kPa 20 80cmH20 Suction unit Suction pressure control range 0 26 7 kPa 0 200mmHg O2 Blender Oxygen concentration control range 21 100 Oxygen flow rate control range 0 15L min Baby weighting machine 1 Capacity 20kg 5 2 Digital display 3 With Memo Function 4 Best quality safe 5 CE ISO Cardiograph machine High resolution up to 15 touch screen Simple 1 2 3 guided process for taking ECGs 3 in 1 Trident lead wires minimize tangling Mark cardiac events for later review Anatomic patient
243. ve declaration representation or warranty 8 The Supplier accepts full responsibility and strict liability for making any false declaration not making full disclosure misrepresenting facts or taking any action likely to defeat the purpose of this declaration representation and warranty It agrees that any Contract right interest privilege or other obligation or benefit obtained or procured as aforesaid shall without prejudice to any other right and remedies available to Procuring Agency under any law Contract or other instrument be void able at the option of Procuring Agency 9 Notwithstanding any rights and remedies exercised by Procuring Agency in this regard The Supplier agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission gratification bribe finder s fee or kickback given by The Supplier as aforesaid for the purpose of obtaining or inducing the procurement of any Contract right interest privilege or other obligation or benefit in whatsoever form from Procuring Agency p19a358isOdi0oke 117eft8 Irld4 doc Page 118 of 125 10 In case of any dispute concerning the interpretation and or application of this Contract shall be settled through arbitration The Additional Chief Secretary or his nominee shall act as sole arbitrator The decisions taken and
244. verning Language The language of this Contract shall be in English 13 Applicable Law This Contract shall be governed by the laws of Pakistan and the courts of Pakistan shall have exclusive jurisdiction p1l9a358is0diQoke1i7eft8 Irld4 doc Page 115 of 125 Notices Supplier s address for notice purpose Procuring Agency s address for notice ween tne nen senna nner nnn nee neeneenens purposes shall be the Executive Director Rawalpindi Institute of Cardiology Rawalpindi Note All assessments and procuring procedures i e receiving opening and awarding etc shall be governed by the Punjab Procurement Rules 2014 PERFORMANCE GUARANTY SECURITY FORM CDR To Executive Director Rawalpindi Institute of Cardiology Rawalpindi Whereas M S hereinafter called the Supplier has undertaken in pursuance of Contract No dated to supply IT Equipments hereinafter called the Contract And whereas it has been stipulated by you in the said Contract that the Supplier shall furnish you CDR Bank Guarantee issued by a scheduled bank for the sum of 3 of the total Contract amount as a Security for compliance with the Supplier s performance obligations in accordance with the Contract Name of the bidder Father s Name Address of bidder Firm NIC Designation Signature Stamp p19a358isOdi0oke 1i7eft8 Irld4 doc Page 116 of 125 MANUFACTURER S AUTHORIZATION FORM To name of Purchaser WHEREAS name
245. with HFO amp 3 x Simple Ventilation Microprocessor based controlled ventilation system on rolling stand for pediatric infant and neonates Flat Color TFT LCD Color Touch screen 12 Minimum or more Inspiratory and Expiratory filter reusable Pressure control and Volume control Volume Control PCV VCV PRVC SIMV PSIMV PSV CPAP BILEVEL Tidal Volume 2 2000ml Respiratory Frequency 3 120 bpm SIMV Respiratory Rate 4 120 bpm I E ratio 1 9 to 4 1 Peak Inspiratory flow gt 170 L min Inspiratory pressure 1 98 cmH20 Inspiratory Time 0 25 to 15 sec PEEP 0 50 cm H20 FiO2 21 100 Flow Trigger 1 9 Ltr min Pressure Trigger 10 to 0 25 Monitoring Parameters with Digital Graphical Display Total breath rate Plateau pressure Rise time Oxygen concentration F 102 expired minute volume Expired Tidal Volume Peak Pressure Mean Pressure Base pressure Pressure at the end of exhalation Others controls and functions Back up apnea ventilation Microprocessor control unit Breathing circuit Compliance Compensation Expiratory Hold and Inspiratory hold Flow Trigger Sensitivity Mounted on Trolley with lockable wheels Alarms Apnoea High and low Expired minute volume High and low airway pressure FiO2 concentration Gas supply source Low battery Peak pressure TV amp MV Respiratory rate patient disconnected leak p19a358isOdi0oke 117eft8 Irld4 doc Page 74 of 125 Technical Alarms
246. x Micro convex Endo cavity Endo rectal Broadband and Multi frequency probes to provide optimal images both in superficial and Deep areas High quality Differential THI algorithm Differential Tissue Harmonic Imaging Qwerty Keyboard Latest Windows 7 or latest Operating System Complete and interactive measure packages Connectors 03 for electronic probes Frame Rate 500 FPS or more No of Channels 15000 or more p19a358isOdi0oke 117eft8 Irld4 doc Page 62 of 125 Frequency range from 2 up to 14 MHz Matrix Probe depending Cine Memory 4000 pictures or more Scanning Dept 36 cm or more Dynamic Range 200 db or more System Advance Application Software Tissue Enhancement Imaging Panoramic Imaging Clips Archiving and Management System Still and Clips General Imaging Abdomen Thyroid Small Parts Musculo skeletal Breast Urology Vascular Package OB GYN License Compound Imaging Real Time Elastography Connectivity amp Peripherals HD 200GB or more Media Storage Device USB CD HD VTR Network 3 USB Ports in standard or more DVD CD RW in standard To be supplied with 1 Imported Built in Trolley 2 Oo AN AH KW Thermal Printer with 100 High Density Rolls Compatible UPS with Color Doppler Machine Multi frequency 2 0 to 6 0 MHz 128 Elements Convex Probe Multi frequency 6 0 to 10 5 MHz 128 Elements Linear Probe Multi frequency TOE TEE Probe to cover 4 0 6 0 MHz for Adult Must be CE marked MDD CE Cer
247. xygen saturation Sto2 for all patient population neonatal lt 8kg and pediatric adult in their cleared weight and sensor size 2 Adult sensor with an interrogation depth of 2 5cm 3 4 different sensor sizes with 3 different penetration depths in order to accommodate for the anatomical differences of the different patient population 4 Compensate for the interference of stool meconium when measuring abdominal StO2 in neonates lt 4kg 5 Compensate for the effects of melanin and patient specific tissue properties when measuring cerebral Sto2 Allow for age and weight entry to compensate for anatomical and human growth differences The device s data should refresh at every 2 seconds or less 8 The device should utilize at least 4 laser wavelengths to achieve greater precision and accuracy in Sto2 measurements 9 The device s Co Oximetry Reference value can be obtained from the formula StO2z SaO2 X 0 3 SjvOz X 0 7 26 Crisis Manikin e Model Ambu cardiac care trainer with Manual Monitor and CPR software ECH Box Built in having 26 ECG Rhythms and Windows compatible Laptop core 15 HP Dell Acer e Full body IV arm and Heart core e At least two international standards ID 27 Laboratory Incubator Temperature Range 10 to 80 C Control Accuracy 0 5 C Volume 150 Liters Temperature Control PID Display TFT LED Operating Voltage 220 V Ventilation and Control e Self diagnostic for fault analysis e Parameters
248. y is required Bidder s i Last year audited balance 7 15 Bank statements are not 4 Financial status sheet required Bidder can ii Tax returns last three years 5 provide more than one iii Bank Certificate 3 bank certificates Technical i Technical team of minimum 10 20 CV s of technical Engineering 10 persons having certified staff should be Capacities networks equipments provided along with verification code p19a358isOdi0oke 117eft8 Irld4 doc Page 108 of 125 5 Technical team of minimum 3 10 persons having certified professional for storage 6 Product i Excellent 10 10 Bidder will give Demonstration ii Good 7 Demonstration Presentation iii Satisfactory 5 presentation to the iv Unsatisfactory 0 end user Total marks 75 Total marks Obtained Qualifying marks 70 52 5 Marks Note Check list and summary page shall be provided by the firm concerned 3 year Warranty of the product offered by company is mandatory The project must be carried out by project management team to ensure the successful deployment Vendor will provide the CVs of Project management team Resident Engineer for 1 year having relevant experience will also be required 2 SCHEDULE OF REQUIREMENT MODE OF PENALTY 100 QUANTITY AS PER TOTAL PURCHASE ORDER DELIVERY PERIOD WITHOUT PENALTY 45 days 45 Days WITH PENALTY 45 Days 90 Days At the rate o
249. y the Procuring Agency or its representative prior to the goods shipment from the manufacturing point xii Procuring Agency or its representative shall have the right to inspect and or to test the goods to confirm their conformity to the specifications of the contract at no extra cost to the Procuring Agency xiii The inspection committee constituted by the Consignee shall inspect the quantity specifications of goods The cost of the lab tests shall be borne by the Supplier xiv The supplier will be responsible for free replacement of stocks if the same is not found to be of the same specifications as required in the Invitation of Bids Substandard Spurious Misbranded Expired Moreover it will replace the unconsumed expired stores without any further charges xv The Procuring Agency s right to inspect test and where necessary reject the goods after the arrival at Procuring Agency s destinations shall in no way be limited or waived by reason of the goods having previously been inspected tested and passed by the Procuring Agency or its representative xvi Nothing in General Conditions of Contract shall in any way release the Supplier from any warranty or other obligations under this Contract 10 Physical examination of Repair amp Maintenance of machinery equipments 1 The Inspection committee constituted by the consignee shall carry out the physical examination after receipt of supplies for checking quality quantity of the goods s

Download Pdf Manuals

image

Related Search

Related Contents

QA3 OPERATORS MANUAL  DIGIT ISIO S  Fiche technique  HomeLights Suza  取扱説明書    Scarica sezione catalogo  Axis P5414-E  Philips Saeco RI9575  Nintendo® Wi-Fi USB Connector Mode d`Emploi  

Copyright © All rights reserved.
Failed to retrieve file