7. In terms of Rules 48 of Public Procurement Rules, 2004 Grievance Redressal Committee (GRC) is notified for the subject procurement and notification copy is available on the procuring agency’s website and on Authority’s website at (www.ppra.org.pk).
FEDERAL GOVERNMENT POLYCLINIC ISLAMABAD (FGPC-PGMI) (Federal Government Polyclinic (FGPC-PGMI)), Joint Executive Director
FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
+92-333-550-9275
jed@fgpc.gov.pk
1.1 The Procuring Agency (PA), as indicated in the Bids Data Sheet (BDS) invites Bids through EPADS v2.0 for the provision of Goods for as specified in the BDS and in Section V – Evaluation Criteria, Specifications & Schedule of Requirements. The name, identification, and number of items/deliverables are provided in the BDS. The successful Bidders will be expected to provide the goods within the specified period and timeline(s) as stated in the BDS.
2.1 Source of funds is referred in Clause-1 of Invitation for Bids.
3.1 A Bidder may be natural person, company or firm or public or semi-public agency of Pakistan or any foreign country, or any combination of them with a formal existing agreement (on Judicial Papers) in the form of a joint venture, consortium, or association. In the case of a joint venture, consortium, or association, all members shall be jointly and severally liable for the execution of the Contract in accordance with the terms and conditions of the Contract. The joint venture, consortium, or association shall nominate a Lead Member as nominated in the BDS, who shall have the authority to conduct all business for and on behalf of any and all the members of the joint venture, consortium, or association during the Bidding process, and in case of award of contract, during the execution of the contract.
3.2 Verifiable copy of the agreement that forms a joint venture, consortium or association shall be required to be submitted as part of the Bid.
3.3 The appointment of Lead Member in the joint venture, consortium, or association shall be confirmed by submission of a valid Power of Attorney to the Procuring Agency.
3.4 Any bid submitted by the joint venture, consortium or association shall indicate the part of proposed contract to be performed by each party and each party shall be evaluated (or post qualified if required) with respect to its contribution only, and the responsibilities of each party shall not be substantially altered without prior written approval of the Procuring Agency and in line with any instructions issued by the Authority.
(The limit on the number of members of JV or Consortium or Association may be prescribed in BDS, in accordance with the guidelines issued by the PPRA).
3.5 The invitation for Bids is open to all prospective suppliers, manufacturers, or authorized agents / dealers subject to any provisions of incorporation or licensing by the respective national incorporating agency or statutory body established for that particular trade or business. Procuring agencies shall specify the registration/licensing requirements for the foreign bidders keeping in view the requirement of that business.
3.6 A Bidder shall not have a conflict of interest. All Bidders found to have a conflict of interest shall be disqualified. A Bidder may be considered to have a conflict of interest with one or more parties in this Bidding process, if they:
3.7 A Bidder may be ineligible if –
3.8 As and when required, bidders shall provide to the Procuring Agency evidence of their eligibility, proof of compliance with the necessary legal requirements to carry out the contract effectively.
3.9 Bidders shall submit Bids relating to the nature, conditions and modalities of sub-contracting wherever the sub-contracting of any elements of the contract amounting to more than ten (10) percent of the Bid price is envisaged.
4.1 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 will be limited to such goods and services. For purpose of this Bid, ineligible countries are the countries declared ineligible by the Federal Government.
5.1 A bidder shall submit only one Bid, in the same bidding process, either individually as a Bidder or as a member in a joint venture or any similar arrangement.
5.2 The Bidder shall not engage a subcontractor for any portion of the contract if the value of such subcontracting exceeds thirty percent (30%) of the total contract amount.
6.1 Any cost incurred by the bidder relating to the preparation and submission of its Bid shall be borne by the bidder, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.
7.1 The Goods required, Bidding procedures, and terms and conditions of the contract are prescribed in the Bidding Documents. In addition to the Invitation for Bids, the Bidding documents which should be read in conjunction with any addenda issued in accordance with ITB 9.1 include:
Section I -Invitation to Bids
Section II Instructions to Bidders (ITB)
Section III Bid Data Sheet (BDS)
Section IV Evaluation Criteria, Specifications, Schedule of Requirements
Section V Bid Forms
Section VI General Conditions of Contract (GCC)
Section VII Special Conditions of Contract (SCC)
Section VIII Contract Forms
7.2 The Bidder is expected to examine all instructions, forms, terms and specifications in the Bidding documents. Failure to furnish all the information required in the Bidding documents through EPADS v2.0 will be at the Bidder’s risk and may result in the rejection of his Bids.
8.1 A prospective Bidder requiring any clarification of the Bidding documents may notify the Procuring Agency through EPADS v2.0.
8.2 The Procuring Agency will within three (3) working days after receiving the request for clarification, respond to any request for clarification through EPADS v2.0 provided that such request is received not later than three (03) days prior to the deadline for the submission of Bids as prescribed in ITB 22
8.3 Copies of the Procuring Agency's response will be forwarded to all identified Prospective Bidders through EPADS v2.0, including a description of the inquiry, but without identifying its source.
8.4 Should the Procuring Agency deem it necessary to amend the Bidding document as a result of a clarification, it shall do so following the procedure under ITB 9.
8.5 If indicated in the BDS, the Bidder’s designated representative is invited at the Bidder’s cost to attend a pre-Bid meeting at the place, date and time mentioned in the BDS. During this pre-Bid meeting, prospective Bidders may request clarification of the schedule of requirement, the Evaluation Criteria or any other aspects of the Bidding document.
8.6 Minutes of the pre-Bid meeting, if applicable, including the text of the questions asked by Bidders, including those during the meeting (without identifying the source) and the responses given, together with any responses prepared after the meeting will be uploaded on EPADS v2.0. Any modification to the Bidding documents that may become necessary as a result of the pre-Bid meeting shall be made by the Procuring Agency exclusively through the use of an Addendum pursuant to ITB 9. Non-attendance at the pre-Bid meeting will not be a cause for disqualification of a Bidder.
9.1 Before 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 or Pre-Bid meeting may modify the Bidding documents by issuing addenda through EPADS v2.0.
9.2 The Procuring Agency shall promptly publish the addendum through EPADS v2.0.
9.3 Any addendum issued including the notice of any extension of the deadline shall also be communicated through EPADS v2.0 to all the bidders who have already submitted their bids. Such bidders shall have the right to withdraw their already submitted bid and re-submit the revised bid prior to the original or extended bid submission deadline.
9.4 To give prospective Bidders reasonable time in which to take an addendum/corrigendum into account in preparing their Bids, the Procuring Agency may, at its discretion, extend the deadline for the submission of Bids through EPADS v2.0:
Provided that the Procuring Agency shall extend the deadline for submission of Bids, if such an addendum is issued within last three (03) days of the Bids submission deadline.
10.1 The Bid prepared by the bidder, as well as all correspondence and documents relating to the Bids exchanged by the Bidder and the Procuring Agency shall be written in the English language unless otherwise specified in the BDS. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant pages in the English language unless otherwise specified in the BDS, in which case, for purposes of interpretation of the Bidder, the translation shall govern.
11.1 The Bid prepared by the Bidder shall constitute thedocuments required in the BDS.
Details of sample(s) where applicable and requested in the BDS.
1. Documentary evidence established in accordance with ITB that the Bidder is eligible and/or qualified for the subject bidding process;
2. Documentary evidence establish that the Bidder has been authorized by the manufacturer to deliver the goods into Pakistan, where required and where the supplier is not the manufacturer of those goods;
3. Documentary evidence establish that the goods and related services to be supplied by the Bidder are eligible goods and services, and conform to the Bidding Documents;
4. Bid security or Bid Securing Declaration furnished in accordance with ITB 18.
12.1 To establish the conformity of the bidder to the Bidding document, the Bidder shall furnish as part of its Bids the documentary evidence that Goods provided conform to the technical specifications and standards.
13.1 The Bidder shall furnish, as part of itsBid, all those documents establishing the Bidder’s eligibility to participate in the Bidding process and/or its qualification to perform the contract if its Bid is accepted.
14.1 The Bidder shall fill the Form of Bid furnished in the Bidding documents.The Bids Form must be completed without any alterations to its format and no substitute shall be accepted.
15.1 The Bids Prices quoted by the Bidder in the Form of Bid and in the Price Schedules shall conform to the requirements specified below or exclusively mentioned hereafter in the Bidding documents.
15.2 All items in the Schedule of Requirement must be listed and priced separately in the Price Schedule(s). If a Price Schedule shows items listed but not priced and neither explicitly denied, their prices shall be construed to be included in the prices of other items.
15.3 Items not listed in the Price Schedule shall be assumed not to be included in the Bid, and provided that the Bid is still substantially responsive in their absence or due to their nominal nature, the corresponding average price of the respective item(s) of the remaining substantially responsive Bidder(s) shall be construed to be the price of those missing item(s)
15.4 The Bid price to be quoted in the Form of Bid in accordance with ITB 14.1 shall be the total price of the Bid.
15.5 The Bidder shall indicate on the appropriate Price Schedule, the unit prices (where applicable) and total Bid price of the Goods it proposes to provide under the contract.
15.6 Prices quoted by the Bidder shall be fixed during the Bidder’s performance of the contract and not subject to variation on any account. A Bid submitted with an adjustable price will be treated as non-responsive and shall be rejected.
16.1 Prices shall be quoted in Pakistani Rupees unless otherwise specified in the BDS in accordance with Rule 30 (2) of the Public Procurement Rules, 2004.
17.1 Bids shall remain valid for the period specified in the BDS after the Bid submission deadline prescribed by the Procuring Agency. A Bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. The period of Bid validity will be determined from the complementary Bid securing instrument, i.e. the expiry period of Bid Security or Bids Securing Declaration as the case may be.
17.2 The procuring agency shall ordinarily be under an obligation to process and evaluate the bid and to issue letter of award within the stipulated bid validity period.
17.3 Under exceptional circumstances, prior to the expiration of the initial Bid validity period, the Procuring Agency may request the Bidders’ consent to an extension of the period of validity of their Bids only once through EPADS v2.0, for the period not more than the period of initial bid validity. The Bid Security provided under ITB 18 shall also be suitably extended. A Bidder may refuse the request without forfeiting its Bid security or causing to be executed its Bid Securing Declaration. A Bidder agreeing to the request will not be required nor permitted to modify its Bid, but will be required to extend the validity of its Bid Security or Bid Securing Declaration for the period of the extension.
18.1 The Bidder shall furnish as part of its Bid, a Bid Security in accordance with Rule 25 of the Public Procurement Rules, 2004.
18.2 The original Bid Security shall be enclosed within the sealed envelope and to be submitted physically before closing time for submission of bids. Whereas, scanned copy of bid security shall be uploaded electronically through EPADS v2.0 before closing hours for submission of bids.
18.3 The Bidder who failed to submit the original Bids security before the submission deadline shall be disqualified straightaway.
18.4 The Bid Security or Bid Securing Declaration is required to protect the Procuring Agency against the risk of Bidder’s conduct which would warrant the security’s forfeiture, pursuant to ITB 18.7.
18.5 The Bid Security shall be denominated in the local currency, and it shall be a Bank Draft in the name of the Procuring Agency and valid for twenty-eight (28) days beyond the end of the validity of the Bid. This shall also apply if the period for Bids/Bid Validity is extended. In either case, the form must include the complete name of the Bidder.
18.6 The Bid Security shall be payable promptly upon written demand by the Procuring Agency in case any of the conditions listed in ITB 18 are invoked.
18.7 Unsuccessful Bidders’ Bid Security will be discharged or returned as promptly as possible, however in no case later than thirty (30) days after the expiration of the period of Bids Validity prescribed by the Procuring Agency pursuant to ITB 17. The Procuring Agency shall make no claim to the amount of the Bid Security, and shall promptly return the Bid Security document, after whichever of the following that occurs earliest:
18.8 The successful Bidder’s Bids Security will be discharged upon the Bidder signing the contract, or furnishing the Performance Guarantee.
18.9 The Bid Security may be forfeited or the Bid Securing Declaration executed:
19.1 Before Bid submission deadline, any Bidder may withdraw, substitute, or modify its Bid after it has been submitted through EPADS v2.0. Bids requested to be withdrawn, shall be returned unopened to the Bidders through EPADS v2.0.
20.1 The Bidder shall prepare and submit Bids with due diligence after carefully reading all the terms and condition before bid submission deadline through EPADS v2.0.
21.1 The Technical and Financial Bids if required to submitted, shall be submitted on EPADS v2.0.
22.1 Bids shall be received by the Procuring Agency through EPADS v2.0 before bid submission deadline.
22.2 The Procuring Agency may, under exceptional circumstances, extend the deadline for the submission of Bids, after recording reasons in writing and in an equal opportunity manner.
In such case, all rights and obligations of the Procuring Agency and the Bidders that were previously governed by the original deadline shall thereafter be subject to the revised deadline.
23.1 The Bid Evaluation Committee of the Procuring Agency shall open all Bids through the EPADS v2.0, on the date and time specified in the Bid Data Sheet (BDS).
23.2 The Bid Evaluation Committee shall generate minutes through EPADS v2.0 containing brief details of bid opening process. The record of the Bid opening shall include, as a minimum: the name of the Bidder, the Bid price if applicable, and the presence or absence of a Bid Security or Bid Securing Declaration.
23.3 The procuring agency shall live broadcast the opening of bids on national media or on their website or digital channels, if the volume of procurement exceeds five hundred million rupees in case of goods and services and one thousand million rupees in case of works.
23.4 In case the date of opening of bid has been declared as public holiday or the procuring agency fail to open bid due to any EPADS v2.0 related issues, the submission and opening of bids shall be shifted to the next working day on the same time.
23.5 In case of Single Stage One Envelope Procedure, the Bidders names, the Bid prices, the total amount of each Bid and, the presence or absence of Bid Security, Bid Securing Declaration and such other details as the Procuring Agency may consider appropriate, will be announced by the Bid Evaluation Committee.
24.1 To assist in the examination, evaluation and comparison of Bids of the Bidders, the Procuring Agency may, ask any Bidder for a clarification of its Bid including breakdown of prices.
24.2 The request for clarification and the response shall be sought through EPADS v2.0 before three days prior to the deadline for submission of bids. No change in the prices or substance of the Bids shall be sought, offered, or permitted.
24.3 The alteration or modification in the BIDS which in any way affect the following parameters will be considered as a change in the substance of a Bids:
24.4 From the time of Bids opening to the time of Contract award if any Bidder wishes to contact the Procuring Agency on any matter related to the Bids it should do so through EPADS v2.0.
25.1 Prior to the detailed evaluation of Bids, the Procuring Agency will determine whether each Bid:
25.2 The Procuring Agency's determination of a Bid's responsiveness will be based on the contents of the Bid itself.
25.3 A substantially responsive Bid is one which conforms to all the terms, conditions, and specifications of the Bidding documents, without material deviation or reservation. A material deviation or reservation is one that: -
25.3 If a Bids is not substantially responsive, it will be rejected by the Procuring Agency and may not subsequently be evaluated for complete technical responsiveness.
26.1 The Procuring Agency shall examine the Bids to confirm that all terms and conditions specified in the GCC and the SCC have been accepted by the Bidder without any material deviation or reservation.
26.2 The Procuring Agency shall evaluate the technical aspects of the Bids submitted, to confirm that all requirements specified in Schedule of Requirements and Technical Specifications of the Bidding documents have been met without material deviation or reservation.
26.3 If after the examination of the terms and conditions and the technical evaluation, the Procuring Agency determines that the Bid is not substantially responsive in accordance with ITB 25.2, it shall reject the Bid.
27.1 Bids determined to be substantially responsive will be checked for any arithmetic errors. Errors will be corrected as follows: -
27.2 The amount stated in the Bid will, be adjusted by the Procuring Agency in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount, its Bid will then be rejected, and the Bid Security may be forfeited or the Bids Securing Declaration may be executed.
28.1 To facilitate evaluation and comparison, the Procuring Agency will convert all Bids prices expressed in the amounts in various currencies in which the Bids prices are payable. For the purposes of comparison of bids quoted in different currencies, the price shall be converted into a single currency specified in the bidding documents. The rate of exchange shall be the selling rate prevailing on the date of opening of financial bids specified in the bidding documents, in accordance with weighted average customer exchange rates list issued by the State Bank of Pakistan on that day.
29.1 The Bids, quotations, or proposals shall be evaluated by the respective evaluation committees as per evaluation criteria described in the Bidding Documents in accordance with Rule 29 and 30 of the Public Procurement Rules, 2004.
1. Least Cost Based Selection (LCBS)
After meeting the requirements of eligibility, qualification and substantial responsiveness, the bid in compliance with all the mandatory (technical) specifications/requirements and/or requisite quality threshold (if any), and having lowest evaluated cost (or financial proposal) shall be considered Successful Bid.
2. Quality and Cost Based Selection (QCBS)
In such combination, there shall be some specific weightage of both the technical features and financial aspects of the proposal. The financial marks shall be awarded on the basis of inverse proportion calculations. The successful bid shall be declared, on the basis of combined evaluation.
3. Quality Based Selection (QBS)
Atter meeting the requirements of eligibility, qualification and substantial responsiveness the bid in compliance with all the mandatory (technical) specifications/requirements and attaining highest marks in the Technical Evaluation considering all other qualitative and/or quantitative parameters (or point rated criteria) for technical proposal(s) such as working methodology, implementation plan, resource allocation, additional functionalities, risk management approach, knowledge transfer techniques, post implementation methodology etc. shall be treated as highest ranked bid. Later on, the financial proposal of highest ranked bidder shall be opened, however, in case of failure to proceed further with such a bidder, the procuring agency may resort to second highest bidder and so on.
29.2 In case of tie of bids, the bidders shall be provided an opportunity to offer their best and final monetary offer through EPADS v2.0. However, in no case the rates shall be higher than the original financial bids.
30.1 The procuring agency shall evaluate and compare bids, allow for preference to domestic bidders, while competing with the international bidders in accordance with the policies of Federal Government.
The percentage of preference, to be accorded shall be clearly mentioned in the bidding documents under the bid evaluation criteria.
31.1 Selection technique will be adopted for determining the Successful Bid in accordance with the criteria referred in the BDS or prescribed in the separate section titled as Evaluation Criteria.
31.2 In case where the Procuring Agency adopts the Cost Based Evaluation Technique and, the Bid with the lowest evaluated price from amongst those which are eligible, compliant and substantially responsive shall be the Successful Bid.
31.3 The Procuring Agency may adopt the Quality & Cost Based Selection Technique due to the following two reasons:
1. Where the Procuring Agency knows about the main features, usage and output of the products; however not clear about the complete features, technical specifications and functionalities of the goods to be procured and requires the bidders to submit their proposals defining those features, specifications and functionalities; or
2. Where the Procuring Agency, in addition to the mandatory requirements and mandatory technical specifications, requires parameters specified in Evaluation Criteria to be evaluated while determining the quality of the goods.
31.4 In such cases, the Procuring Agency may allocate certain weightage to these factors as a part of Evaluation Criteria, and may determine the ranking of the bidders on the basis of combined evaluation in accordance with provisions of Rule 2(1)(h) of the Public Procurement Rules, 2004.
32.1Where the Bid price is considered to be abnormally low, the Procuring Agency shall perform price analysis either during determination of Successful Bids or as a part of the post-qualification process.
32.2 The Procuring Agency may reject an Abnormally low financial bids.
32.3 In order to identify the Abnormally Low Bids (ALB) following approaches can be considered to minimize the scope of subjectivity:
32.4 The Procuring Agency will determine to its satisfaction whether the Bidder that is selected as having submitted the successful bid is qualified to perform the contract satisfactorily.
32.5 The determination will take into account the Bidder’s financial, technical, and production capabilities. It will be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such other information as the Procuring Agency deems necessary and appropriate. Factors not included in these Bidding documents shall not be used in the evaluation of the Bidders’ qualifications.
32.6 Procuring Agency may seek “Certificate for Independent Price Determination” from the Bidder and the results of reference checks may be used in determining an award of contract.
Explanation: The Certificate shall be furnished by the Bidder. The Bidder shall certify that the price is determined keeping in view of all the essential aspects such as raw material, its processing, value addition, optimization of resources due to economy of scale, transportation, insurance and margin of profit etc.
32.7 An affirmative determination will be a prerequisite for award of the contract to the Bidder. A negative determination will result in rejection of the Bidder’s Bids, in which event the Procuring Agency will proceed to the next ranked Bidder to make a similar determination of that Bidder’s capabilities to perform satisfactorily.
33.1 The Procuring Agency will award the Contract to the Bidder whose Bids has been determined to be substantially responsive to the Bidding documents and who has been declared as Most Advantageous Bidder.
34.1 The procuring agency shall not engage in negotiations with respect to scope and price with the bidder except when the procuring agency conducts a procurement using direct or negotiated contracting or a request for proposals with evaluation based on quality alone.
34.2 The procuring agency may negotiate with the most advantageous bid with a view to streamline the work or task execution, at the time of contract finalization on methodology, work plan, staffing, finalizing payment arrangements, delivery arrangements, minor amendments to the special conditions of the contract.
35.1 The Procuring Agency reserves the right to reject all bids or proposals at any time prior to the issuance of the Letter of Award, without incurring any liability, in accordance with Rule 33 of the Public Procurement Rules, 2004.
36.1 The Procuring Agency reserves the right at the time of contract award to increase or decrease the quantity of Goods originally specified in these Bidding documents provided this does not exceed by 15%, without any change in unit price or other terms and conditions of the Bids and Bidding documents.
37.1 Prior to the award of contract, the procuring agency shall announce and publish the result of bid evaluation on EPADS v2.0 in accordance with Rule 35 of the Public Procurement Rules, 2004.
37.2 The Bidder whose Bids has been accepted will be notified of the award by the Procuring Agency prior to expiration of the Bids/Bid Validity period. The Letter of Award will state the sum that the Procuring Agency will pay the successful Bidder in consideration for the delivery of Goods as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price).
37.3 The Letter of award will constitute the formation of the Contract, subject to the Bidder furnishing the Performance Guarantee and signing of the contract.
38.1 Promptly after issuance of Letter of award, Procuring Agency shall send the successful Bidder the draft Contract, incorporating all terms and conditions as agreed by the parties to the contract.
38.2 Immediately after the Redressal of grievance by the GRC (if any), mandatory standstill period in accordance with Rule 35 of the Public Procurement Rules, 2004 and after fulfillment of all condition’s precedent of the Contract Form, the successful Bidder and the Procuring Agency shall sign the Contract.
39.1 Procuring Agencies (including beneficiaries of Government funded projects and procurement) as well as Bidders/Contractors under Government financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts, and will avoid to engage in any corrupt and fraudulent practices.
40.1 The Grievance Redressal Committee shall address the grievance, if any submitted by any party, including the bidder, in accordance with Rule 48 of the Public Procurement Rules, 2004 to be read with Redressal of Grievances Regulations, 2021.
40.2 In case if any party or the bidder is not satisfied with the decision of the GRC or if it fails to decide within ten days, the bidder or the party may file an appeal before the Appellate Committee of the Authority in accordance with Rule 48 of the Public Procurement Rules, 2004 to be read with Redressal of Grievances Regulations, 2021.
41.1 The Procuring Agency shall initiate blacklisting proceedings against any bidder, supplier, or contractor in accordance with the Mechanism for Blacklisting Regulations, 2024, read with Rule 19 of the Public Procurement Rules, 2004.
41.2 The blacklisted/debarred bidder may file the review petition before the Authority in accordance with Rule 19 of the Public Procurement Rules, 2004 to be read with Procedure of filing and disposal of Review Petitions Regulations, 2021.
The following specific data for the procurement of Goods to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.
|
BDS Clause Number |
ITB Number |
Amendments of, and Supplements to, Clauses in the Instruction to Bidders |
A. Introduction |
||
|
1 |
1.1 |
Name of Procuring Agency: FEDERAL GOVERNMENT POLYCLINIC ISLAMABAD (FGPC-PGMI) (Federal Government Polyclinic (FGPC-PGMI)) The subject of procurement is: Purchase of Electro-Medical Equipment for Ophthalmology Department under PSDP project for financial year 2025-26 & 2026-27 Expected commencement date: Thursday, July 16, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency: 2025-26 Name and identification number of the Contract: P22436 |
| 3. | 3.1 | JV/Consortium or Association Allowed: No Number of JV/Consortium Members: Nil see section of eligibility criteria. |
B. Bidding Documents |
||
|
4. |
8.1 |
The Bidders may seek clarifications through EPADS v2.0 : Clarification Date: Wednesday, April 29, 2026 |
C. Preparation of Bids |
||
| 5. |
10.1 |
The Language of all correspondences and documents related to the Bids shall be in: English List of documents required along with the bid:
|
| 6. | 11.1 |
|
| 7. | 12.1 |
Items / Lots Specifications: see section of items specifications. |
|
8. |
15.6 |
The price shall be Fixed. |
| 9. |
16.1 |
Currency of the Bids shall be : PKR |
| 10. |
17.1 |
The Bids/Bid Validity period shall be: 180 Days |
| 11. |
18.1 |
The amount of Bid Security shall be as defined in Bid Security Section for items and lots given in BDS 6 |
D. Submission of Bids |
||
|
12. |
20.1 |
Bid shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following; FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory before bid submission deadline. Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Tuesday, May 5, 2026 11:00 AM |
E. Opening and Evaluation of Bids |
||
|
13. |
23.1 |
The Bids opening shall take place on EPADS v2.0. Day : Tuesday Date: Tuesday, May 5, 2026 Time : 11:30 AM |
|
14. |
31.1 |
Selection technique adopted will be: Least Cost Based Selection (LCBS) |
F. Review of Procurement Decisions |
||
|
15. |
41.1 |
Grievence against this procurement shall be submitted online on EPADS v2.0. Arbitrator shall be appointed by mutual consent of the both parties. |
| Bidder's Type | Required Registration |
|---|---|
|
Sole Proprietorship Partnership Firm Company (Private Limited) |
NADRA CITIZENSHIP (CNIC/NICOP) FBR (NTN) FBR (GSTN) DRAP |
| Eligibility Criteria | Document |
|---|---|
| 1. Compliance with Technical Specifications. The bid must strictly comply with the advertised technical specifications of the quoted single item or complete package (as published in the tender). Any incomplete offer shall be rejected straightaway. In case of multiple items quoted by a single bidder attach undertaking on company letterhead mentioning make model of the items and attach brochure of all items. | Yes |
| 2. Authorization from Manufacturer The bidder must provide valid exclusive sole authorization certificate issued by the manufacturer or its exclusive sole agent for each quoted item. | Yes |
| 3. Proof of Original Manufacturer The bidder must provide documentary evidence issued by the manufacturer confirming the manufacturing site and geographical location of the quoted product. | Yes |
| 4. After-Sales Service Commitment The manufacturer shall provide a certificate confirming that after-sales and backup services will be jointly provided with the local Sole Agent/manufacturer. In the event of a change in the local agent, the manufacturer shall ensure continuity of services either directly or through a newly appointed agent for the specified warranty/maintenance period from the date of commissioning and responsible for back up service after expiry of standard warranty. | Yes |
| 5. Installation Certification Certificate from the manufacturer must be submitted, confirming that the installation of imported electromedical equipment and provision of local instruments shall be carried out in accordance with the technical specifications and in line with professional standards and best practices. (In case of any damage/issue in the product, the sole responsibility will lie on the vendor). | Yes |
| 6. Past Performance The bidder must submit the satisfactory past performance of the quoted item from reputed public sector and tertiary care hospital with phone number and email and submitted certificates should be verifiable. Experience of authorized distributor / sole distributor will be considered. | Yes |
| 7. Technical & Engineering Capability The firm must possess adequate technical and engineering capacity to provide after-sales services. This includes: o A list of technical and engineering staff should be provided o Quoted firm must have factory trained engineer available locally for the quoted item for 10 Million or above items. Documentary proof should be submitted with the offer. o Established Workshop facility should also be available which can be verified by the committee. Workshop | Yes |
| 8. Testing and Calibration Equipment In case of electro medical equipment, firm must have all necessary testing and calibration equipment required for maintenance of the offered products. o A complete list of such equipment must be submitted with the bid o All equipment must be properly calibrated during the warranty period through trained engineers (Undertaking on judicial stamp paper Rs.100 or above) In case of Local instruments, the firm will be exempted from this clause. | Yes |
| 9. Country of Manufacturer & Certifications Medical equipment manufacturer must be USA, Europe, or Japan. The products must comply with at least one or dual (specified in the specifications) of the following regulatory standards as per technical specifications: o FDA, FDA 510K o CE (MDD/MDR) o MHLW (Japan) While the country-of-origin location may be elsewhere in the world (Except India and Israel). o In case of local instrument, CE & ISO13485 must be provided. | Yes |
| 10. Product Availability & Validity The quoted model of the imported product must be currently listed on the official website of the manufacturer. | Yes |
| 11. After-Sales Infrastructure Evaluation The infrastructure proposed by the bidder for after-sales services shall be evaluated for adequacy and compliance with the technical specifications and requirements outlined in the bidding documents. (committee can visit the office to evaluate if required) | Yes |
| 12. Declaration of Accessories The bidder must clearly declare the make, model, and country of origin of all accessories included with the equipment other than main equipment | Yes |
| 13. Affidavit of Non-Blacklisting The bidder must submit an affidavit on stamp paper worth Rs. 100/- declaring that the firm has not been blacklisted by any Federal or Provincial Government department, or any public sector organization within Pakistan. | Yes |
| 14. Warranty period: The bidder must submit declaration of required warranty period as per specification of equipment and also declare the availability of parts and accessories for period up to ten (10) years after installation of equipment. Free of cost replacement of parts and repair during warranty period. | Yes |
| 15. Financial capability: Annual financial turnover for any of single financial year (i.e. 2022-23/2023-24/ 2024-25) must be 20 Million Rupees or above (copy of bank statement may be attached) | Yes |
| 16. Audit Report: The bidder will provide audit report made by chartered accountant of the firm for financial year (i.e. 2022-23/2023-24/ 2024-25) | Yes |
Eligibile bidder(s) with substantially responsive bid(s) offering Least Cost Based Selection (LCBS) shall be consider for the award of contract(s).
Least Cost Based Selection (LCBS)
| Technical Marks | 100 | |
|---|---|---|
| Passing Marks | 70 | |
| Technical Evaluation Criteria | ||
| Authorization Status (Quantitative)(Doc Required) • Valid Exclusive Authorization / Sole Agency Certificate issued by the Manufacturer duly attested by the concerned embassy or its Authorized Distributor. (10) • Authorized Distributor of Exclusive Sole Agent (5) | 10 | |
| After Sales & Service Capability (Quantitative)(Doc Required) • Qualified at least 3 Biomedical Engineer (15) • Qualified at least 2 Biomedical Engineer (10) • Qualified at least 1 Biomedical Engineer (5) | 15 | |
| Availability of proper workshop with proper tools (Attach pictorial evidence and along with list of tools/equipment)) (Quantitative)(Doc Required) • Workshop within Islamabad/Rawalpindi: (10) • Workshop in other cities: (5) | 10 | |
| Vendor Past Performance of supply/installation (Quantitative)(Doc Required) Evaluation based on satisfactory past performance in supplying equipment/ Instruments (documentary evidence required, Experience of authorized distributor and exclusive sole distributor will be considered.): • 05 supply/installation or above: (15) Evaluation based on satisfactory past performance in supplying equipment/ Instruments (documentary evidence required, Experience of authorized distributor and exclusive sole distributor will be considered.): • 03-04 supply/installation or above: (10) Evaluation based on satisfactory past performance in supplying equipment/ Instruments (documentary evidence required, Experience of authorized distributor and exclusive sole distributor will be considered.): • 01-02 supply/installation or above: (5) | 15 | |
| Financial Capability (Quantitative)(Doc Required) Assessed based on annual business turnover (supported by financial statements): • PKR 100 million or above: (15) • PKR 50 million or above: (10) • PKR 20 million or above: (5) | 15 | |
| Country of Origin (Quantitative)(Doc Required) USA/ Europe / Japan (15 Marks) (15) Other than USA/ Europe / Japan (8) In case of Instruments, full 08 marks will be given. (8) | 15 | |
| Product Demonstration (Quantitative)(Doc Required) Evaluation based on demonstration of the quoted equipment: • Physical Demonstration: (10) Evaluation based on demonstration of the quoted equipment: Video Demonstration: (5) | 10 | |
| Bidder Experience in supplying medical equipment (Quantitative)(Doc Required) • At least 5 years or above : (10) • 3 to 5 years : (8) 1 to 3 years (5) | 10 | |
Items Without Lots :
| Item | UNSPSC | Delivery Schedule | Quantity | Bid Security | Sample Quantity | Manufacturer / Dealer Authorization | Warranty |
|---|---|---|---|---|---|---|---|
| Posterior Vitrectomy Machine with Laser | Ophthalmic-Vitrectomy |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 922840 | -- | Any | 3 Years |
| OCT ANGIO with FFA | Computerized tomography (ct scan) of abdominal aorta using intravascular optical coherence |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 1300000 | -- | Any | 3 Years |
| Operating Microscope with BIOM/ RESIGHT | Surgical microscope or loop or magnifier accessories |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 1000000 | -- | Any | 3 Years |
| Optical Biometer | Medical equipment and instrument disinfectant washing equipment |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 338800 | -- | Any | 3 Years |
| Corneal Topography Machine | Corneal topographers |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 581340 | -- | Any | 3 Years |
| CXL System | Medical equipment and instrument disinfectant washing equipment |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 397960 | -- | Any | 3 Years |
| Yag Laser | Surgical lasers |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 260000 | -- | Any | 3 Years |
| Green laser Photo Coagulator | Surgical lasers |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 623860 | -- | Any | 3 Years |
| Auto Ref Keratometer with Pachymeter | Electronic and communication refractometer |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 180000 | -- | Any | 3 Years |
| Ophthalmic Unit | Phoropter units |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 401520 | -- | Any | 3 Years |
| Visual Actuity System | Measurement of visual acuity, external approach |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 48000 | -- | Any | 3 Years |
| Slit Lamp with Tonometer | Ophthalmic slit lamps |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 3
|
3 | 660000 | -- | Any | 3 Years |
| 90D lenses/ Gonio Lens | Ophthalmic diagnostic viewing exam lenses |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 6000 | -- | Any | 3 Years |
| Hand Held Applanation Tonometer | Ophthalmic tonometers |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 54880 | -- | Any | 3 Years |
| BIPOLAR ELECTRIC CAUTERY UNIT | Electrosurgical or electrocautery equipment |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 42000 | -- | Any | 3 Years |
| Visual Field Analyser | Visual field laser instruments |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 96000 | -- | Any | 3 Years |
| DCR set 5, Glaucoma set -5, Cataract set -5, Squint set-5 | Ophthalmic diagnostic viewing exam lenses |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 24000 | -- | Any | 3 Years |
| Phacoemulsification Unit with Accessories | Phacoemulsification or extrusion or vitrectomy equipment for ophthalmic surgery |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 360000 | -- | Any | 3 Years |
| Argon Laser | Surgical lasers |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 340000 | -- | Any | 3 Years |
Yes
| Item | UNSPSC | Related Services |
|---|---|---|
| Posterior Vitrectomy Machine with Laser | Ophthalmic-Vitrectomy | Related onsite installation, demo and training of end user. |
| OCT ANGIO with FFA | Computerized tomography (ct scan) of abdominal aorta using intravascular optical coherence | Related onsite installation, demo and training of end user. |
| Operating Microscope with BIOM/ RESIGHT | Surgical microscope or loop or magnifier accessories | Related onsite installation, demo and training of end user. |
| Optical Biometer | Medical equipment and instrument disinfectant washing equipment | Related onsite installation, demo and training of end user. |
| Corneal Topography Machine | Corneal topographers | Related onsite installation, demo and training of end user. |
| CXL System | Medical equipment and instrument disinfectant washing equipment | Related onsite installation, demo and training of end user. |
| Yag Laser | Surgical lasers | Related onsite installation, demo and training of end user. |
| Green laser Photo Coagulator | Surgical lasers | Related onsite installation, demo and training of end user. |
| Auto Ref Keratometer with Pachymeter | Electronic and communication refractometer | Related onsite installation, demo and training of end user. |
| Ophthalmic Unit | Phoropter units | Related onsite installation, demo and training of end user. |
| Visual Actuity System | Measurement of visual acuity, external approach | Related onsite installation, demo and training of end user. |
| Slit Lamp with Tonometer | Ophthalmic slit lamps | Related onsite installation, demo and training of end user. |
| 90D lenses/ Gonio Lens | Ophthalmic diagnostic viewing exam lenses | Related onsite installation, demo and training of end user. |
| Hand Held Applanation Tonometer | Ophthalmic tonometers | Related onsite installation, demo and training of end user. |
| BIPOLAR ELECTRIC CAUTERY UNIT | Electrosurgical or electrocautery equipment | Related onsite installation, demo and training of end user. |
| Visual Field Analyser | Visual field laser instruments | Related onsite installation, demo and training of end user. |
| DCR set 5, Glaucoma set -5, Cataract set -5, Squint set-5 | Ophthalmic diagnostic viewing exam lenses | Related onsite installation, demo and training of end user. |
| Phacoemulsification Unit with Accessories | Phacoemulsification or extrusion or vitrectomy equipment for ophthalmic surgery | Related onsite installation, demo and training of end user. |
| Argon Laser | Surgical lasers | Related onsite installation, demo and training of end user. |
Items Without Lots :
Item: Posterior Vitrectomy Machine with Laser
UNSPSC: Ophthalmic-Vitrectomy
Specifications / Requirements:
| Posterior Vitrectomy Machine with Laser | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department :OPHTHALMOLOGY | |||
| Name: Posterior Vitrectomy Machine with Laser | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make &Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe withanyone certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Vaccum Control Mode and Flow Control Mode (Venturi and Peristaltic Simulation) (Better or More) | |||
| 3D Vitrectomy, Momentary Vitrectomy, Proportional Vaccum Vitrectomy, Wet Vitrectomy (Better or More) | |||
| Duty Cycle; Core, 50/50, Shave (Better or More) | |||
| Cut Rate: 5000CPM, 7500CPM, 10000CPM & 20000CPM: 001cpm up to 20,000cpmwith linear and Fixed modalities (Better or More) | |||
| Versatility: 20G, 23G, 25+G and 27Guage Systems (Better or More) | |||
| Valve Trocar System | |||
| RFID Recognition | |||
| Embedded 532nm Photo Coagulator (Optional) (Better or More) | |||
| Generic Reflux, Proportional Reflux (Better or More) | |||
| IOP Compensated System | |||
| Range: 0 to 120 mmHg , Accuracy: ±(2% of set point +5 mmHg) (Better or More) | |||
| BSS Dual chamber Mode (Better or More) | |||
| Separate infusion lines for BSS and for Air | |||
| ASPIRATION / SUCTION: | |||
| Pressure Range: 0-650 mmHg Vacuum (Better or More) | |||
| Minimal Pressure Range: 0-600 mmHg Vacuum (Better or More) | |||
| Pressure Accuracy: ± (2% of Set point +5 mmHg) (Better or More) | |||
| Posterior Modalities: 0-20 cc/min (Better or More) | |||
| Anterior Modalities: 0-60 cc/min (Better or More) | |||
| VACUUM: | |||
| Vitrectomy Fragmentation Extrusion Extraction Irrigation/Aspiration Phacoemulsification:: 0 to 650 mmHg (Better or More) | |||
| Proportional Diathermy | |||
| Linear Diathermy™ | |||
| Frequency: 1.5 Mhz ± 10%. (Better or More) | |||
| Xenon Illumination System | |||
| 2-Basic Light Ports | |||
| Illuminators: Straight Endo Illuminator, Wide Angle Endo Illuminator, Chandelier lighting System, Irrigating Probe Lighting System | |||
| FRAGMENTATION: | |||
| Sub Modes: Linear Fragmentation, Fixed Fragmentation, Momentary Fragmentation | |||
| Tip Stroke @ 100%: 3.1 ± 0.5 mils at 100% power (Better or More) | |||
| Resonant Frequency: 39.0 ± 1.9 KHz (Better or More) | |||
| Pulse Rate Range: 0 – 100 pps (Better or More) | |||
| SCISSORS: | |||
| Sub Modes: Proportional Scissors, Multi-Cut Scissors | |||
| Proportional Pressure: 0-50 psi at sea level (Better or More) | |||
| Multi Cut Rate: single cut to 450 cpm (Better or More) | |||
| Versatility: 20Guage, 23Guage, 25+Guage and 27Guage Systems(Better or More) | |||
| AUTO-GAS FILLING (AGF): | |||
| Built-in C3F8 and SF6 Gas Cylinders | |||
| Calculator for Calculating Gas Composition | |||
| Maximum Gas Pressure: 10 psi (Better or More) | |||
| Fill Purity: 99.7% gas concentration following 3 purges & 1 fill(Better or More) | |||
| REFLUX: | |||
| Proportional Reflux and Generic Reflux | |||
| Pressure Range: 0 to 120 mmHg (Better or More) | |||
| Micro reflux: Pressure Range: 100 ± 50 mmHg1 (Better or More) | |||
| Volume: 15 ± 10 μL(Better or More) | |||
| VISCOUS FLUID CONTROL: | |||
| Sub modes:Oil Injection, Oil Extraction, Bi-Manual Injection and Extraction (Better or More) | |||
| Injection Pressure: 0 to 551.6 K Pascal (0 to 80 psi) 0 to 482.7 K Pascal or more | |||
| PHACOEMULSIFICATION: | |||
| TORSIONAL and TRADITIONAL Phacoemulsification system | |||
| Dynamic Rise 0, -1, -2 | |||
| Tip Stroke at100%: 3.5 ± 0.5 mils | |||
| Resonant Frequency: 34 khz – 42Khz ± 10%. | |||
| Pulse Rate Range: 0-100 pulses per second | |||
| Burst Length: 2.5 sec – user adjustable | |||
| Burst Pulse durations: 5 ms to 500 ms | |||
| EMBEDDED 532nm PHOTO-COAGULATOR (Optional) | |||
| Voice Reconfirmation Technology | |||
| Ease of RFID system | |||
| Complete range of Delivery System | |||
| Multi-Function FootSwitch | |||
| Voltage 100-120 VAC 8 aps single phase 220-240 VAC 4 aps single phase | |||
| Frequency Laser C 50-60 Hz | |||
| Laser Medium Diode pumped frequency doubled YAG Class IV | |||
| Laser Wavelength 532 nm Green | |||
| Laser Power 30 mw to 1.7 watts minimum at cornea | |||
| Spot Size 50 microns to 1000 microns per focal | |||
| Exposure Time (In second) 0.01-0.02-0.05-0.1-0.15-0.2- | |||
| 0.25-0.4-0.5-0.7-1-1.5-2 and Continuous Wave | |||
| Cooling System The most modern thermal electric cooling system, has ability to work in very hot weather. | |||
| ANTERIOR VITRECTOMY: | |||
| Sub modes: Wet, Dry | |||
| Cut Rate: 0 to probe maximum | |||
| Storage Capacity: No hard limit; advisory displayed when less than 15% of disk space is available. | |||
| Range: 0 to 99:99:99 (Better or More) | |||
| Resolution: 1 s (Better or More) | |||
| Operating / Non- Operating | |||
| Altitude: -125 to 2000 m 125 to 3000 m (410 to 6562 feet) (-410 to 9843 feet) (Better or More) | |||
| Temperature: 10° C to 35° C 10 to 55°C | |||
| Relative Humidity: 10% to 95% 10% to 95% without condensation | |||
| ELECTRICAL REQUIREMENTS: | |||
| 100-120 Vac 50/60 Hz 12 A max. | |||
| 220-240 Vac 50/60 Hz 6 A max. | |||
| FOOTSWITCH Programmable Footswitch | |||
Item: OCT ANGIO with FFA
UNSPSC: Computerized tomography (ct scan) of abdominal aorta using intravascular optical coherence
Specifications / Requirements:
| OCT ANGIO | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Clinical Specialty :OPHTHALMOLOGY | |||
| Generic Name: OCT ANGIO with FFA | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make &Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe withanyone certification (MHLW, FDA, CE). | ||
| 7 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 10 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Speed: Ultra-high-speed Spectral Domain / Swept Source OCT (SD/SS-OCT) with integrated multimodality imaging including OCT, OCTA, fundus imaging, and angiography modules; scan speed 100,000 A-scans/second (better or more). | |||
| Imaging Quality & Tracking: High-resolution retinal imaging with real-time eye tracking, active image stabilization, pixel-to-pixel alignment, noise reduction, (Better or more) | |||
| Posterior Segment & Deep Imaging: Minimum 6 × 6 mm disc scan with high-definition imaging of optic nerve head, full range OCT for deep retinal and highly myopic eye assessment. (Better or more) | |||
| Widefield & Fundus Imaging: Widefield with minimum 45° field of view (or above), integrated high-definition color, red-free, and infrared fundus photography. (Better or more) | |||
| Angiography Module: Fundus Fluorescein Angiography (FFA) or better technology with advanced OCT Angiography (OCTA) capable of superficial, deep retinal, and choroidal vascular plexus imaging. (Better or more) | |||
| Anterior Segment & Topography: Anterior segment OCT with complete limbus-to-limbus and anterior chamber imaging, angle assessment, corneal thickness measurement, (Better or more) | |||
| Glaucoma & Progression Analysis: Advanced glaucoma software for optic nerve head, RNFL, ganglion cell layer, progression analysis. (Better or more) | |||
| Pupil size: System should support imaging with minimum pupil size ≥ 2.0 mm (standard) and capability for high-quality scans in routine and difficult cases. (Better or more) | |||
| Computer System & Storage: Latest original Windows-based workstation with Intel Core i7 or better, 8 or more 12 GB RAM or higher, 256 GB SSD (OS), 4 TB primary storage, and 4 TB backup storage, with licensed original software. | |||
| Standard Accessories: Original motorized instrument stand / table, breath shield, compatible color / laser printer, UPS / power protection. | |||
| FFA technology or better acceptable. | |||
Item: Operating Microscope with BIOM/ RESIGHT
UNSPSC: Surgical microscope or loop or magnifier accessories
Specifications / Requirements:
| Operating Microscope with BIOM/ RESIGHT | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : OPTHALMOLOGY | |||
| Name: Operating Microscope with BIOM/ RESIGHT | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe with any one certification (MHLW, FDA, CE). | ||
| 7 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 10 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| The high-precision, fully motorized operating microscope designed for complex ophthalmic procedures, including cataract surgery and posterior segment operations. (Better Or More) | |||
| Magnification: Apochromatic motorized 1:6 zoom system (approx. 3.7x – 22.8x). (Better or More) | |||
| Focusing: Motorized fine focus with a 40 mm range. (Better or More) | |||
| Binocular Tube: Swivel tube with a 0–210° tilting range and focal length of f = 182 mm for improved ergonomics. (Better or More) | |||
| Objective Lens: Apochromatic (APO) lens with a standard focal length of f = 200 mm. (Better or More) | |||
| Eyepieces: Wide-field 10x or better V eyepieces with diopter compensation (12.5x V optional). (Better or More) | |||
| XY-Coupling: Integrated motorized movement in a 50 x 50 mm plane for precise positioning. (Better or More) | |||
| Illumination: 15V / 150W coaxial cold light fiber optic system providing a bright, high-contrast red reflex. (Better or More) | |||
| Filters: Includes a swing-in retina protection filter (GG 475) and yellow filter to protect against UV/IR exposure. (Better or More) | |||
| Motorized Control: Zoom, focus, XY coupling, and light intensity are managed via a multi-function foot control panel. | |||
| Safety Backup: Features an integrated backup lamp and a tilt switch that automatically turns the light off when the microscope head is in a standby position. | |||
| Documentation: Supports an integrated CCD video system ("Vision") and various adapters for C-mount cameras or secondary observer tubes. | |||
| Wired Foot Control Panel: The standard interface is a multi-functional wired foot control used to manage the motorized zoom, fine focus, XY-coupling, and illumination intensity. | |||
| Microscope Head Controls: For manual or secondary adjustment, all motorized functions (zoom, focus, and XY movement) can be operated via buttons directly integrated into the microscope head or its multifunction control unit. | |||
| Handgrips with Integrated Controls: Optional handles can be fitted with integrated buttons or switches to allow the surgeon to adjust magnification or focus without moving their hands far from the operative field | |||
Item: Optical Biometer
UNSPSC: Medical equipment and instrument disinfectant washing equipment
Specifications / Requirements:
| Optical Biometer | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department: OPTHALMOLOGY | |||
| Name: Optical Biometer | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe with any one certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| · Swept Source Technology (Better or More) | |||
| · Better for even dense cataract (Better or More) | |||
| · Higley précised readings (Better or More) | |||
| · Suitable of all kid of eyes (Better or More) | |||
| · Corneal Pachymeter (Better or More) | |||
| · Fully automatic measurement (Better or More) | |||
| · Toric IOL alignment | |||
| · Corneal Topography measurement | |||
| · Display of individual standard divisions of readings | |||
| MEASUREMENT METHODS AND FUNCTIONS: | |||
| Light Source: Swept Source Laser (Better or More) | |||
| Automatic measurements: Axial Length (AL), Anterior Chamber Depth, (Better or More) | |||
| Lens Thickness, Pachymeter, Topographic map, Keratometry, Pupil Size measurement, (Better or More) | |||
| White to White measurement (Better or More) | |||
| Eye tracking: 3D Auto tracking (Better or More) | |||
| Cornea power / kerato: Placido ring cone topography (Better or More) | |||
| Pupil diameter W to W: Video analysis iris (Better or More) | |||
| Axl CCT ACD LT: Optical low coherence interferometer (Better or More) | |||
| MEASUREMENT RANGE: | |||
| Axial length: 14 – 40 mm (Better or More) | |||
| Corneal curvature radius: 5.0 – 11 mm (Better or More) | |||
| Anterior chamber depth: 1.5 – 7.0 mm (Better or More) | |||
| Crystalline lens thickness: 0.5 – 6.0 mm (Better or More) | |||
| Central Corneal thickness: 200 – 1200 µm (Better or More) | |||
| Pupil Diameter: 1.5 – 13 mm (Better or More) | |||
| Corneal Diameter: 7 – 16 mm (Better or More) | |||
| Keratometry reading: Topography bases Automatic (Better or More) | |||
| DISPLAY SCALING: | |||
| Axial length: 0.01 mm(Better or More) | |||
| Corneal radii: 0.01 mm Better or More) | |||
| Anterior chamber depth: 0.01 mm Better or More) | |||
| Lens thickness: 0.01 mm (Better or More) | |||
| Central corneal thickness: 1 μm (Better or More) | |||
| White to white: 0.3 mm( Better or More) | |||
| ACCURACY/RELIABLITY: | |||
| Axial length: ±0.03 mm (Better or More) | |||
| Corneal radii: ±0.02 mm (φ3mm/ φ 2.5mm) (Better or More) | |||
| Anterior chamber depth: ±0.05 mm Better or more | |||
| Lens thickness: ±0.05 mm Better or more | |||
| Central corneal thickness: ±0.05 mm Better or more | |||
| Central corneal thickness: ±0.05 mm Better or more | |||
| White to white: ±0.3 mm Better or more | |||
| IOL Calculation Formulas: Barret Universal, Barret – II, SRK-T, Holladay, Hoffer-Q, HAIGIS Optimized Formula, Olsen, HAIGIS Standard, Shammas PL, Double K SRK-T | |||
| Printer: Built in thermal printer / External printer | |||
| Data output type / Interfaces: USB-Hx2, USB-D, LAN, SD card (for internal database) | |||
| Display: 10.4” Color touch tiltable TFT monitor Better or more | |||
| Power Supply: 100-240VAC, 110VA, 50/60Hz | |||
| With: | |||
| Patient data management system | |||
| Toric IOL implantation support | |||
| OKULIX | |||
| STANDARD ACCESSORIES: | |||
| · Imported motorized instrument stand | |||
| · Core i7 laptop (Latest Generation) & Laser jet printer for documentation | |||
Item: Corneal Topography Machine
UNSPSC: Corneal topographers
Specifications / Requirements:
| Corneal Topography Machine | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : OPTHALMOLOGY | |||
| Name: Corneal Topography Machine | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe with any one certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| 1) Imaging Technology: Scheimpflug camera–based corneal topography / tomography system with blue LED 475 nm UV-free light source or equivalent for high-resolution anterior segment imaging. (Better or More) | |||
| 2) Tomography & 3D Analysis: Rotating scan system capable of acquiring multiple Scheimpflug images to generate a 3D anterior segment model including anterior & posterior corneal curvature, pachymetry, elevation maps, chamber depth, and angle analysis. (Better or More) | |||
| 3) Measurement & Alignment: Non-contact measurement with automatic alignment, xyz movable measuring head / auto-tracking, and repeatable high-precision results. (Better or More) | |||
| 4) Software Package: Integrated software for topography, tomography, pachymetry, anterior & posterior elevation maps, four-map refractive display, comparison of two examinations, and patient data management. (Better or More) | |||
| 5) Keratoconus / Ectasia Module: Advanced screening software with Belin/Ambrosio enhanced ectasia display or equivalent for early keratoconus and corneal ectasia detection (Better or More) | |||
| 6) Tonometry & Biomechanics: Integrated Scheimpflug-based non-contact tonometry and pachymetry with IOP, corneal thickness, deformation amplitude, corneal velocity, and biomechanical response analysis. (Better or More) | |||
| 7) Computer System: Latest original workstation with Windows 11 Professional 64-bit, Intel Core i7 (12th generation or higher), 16–32 GB DDR4/DDR5 RAM, and manufacturer-compatible licensed software. | |||
| 8) Storage & Connectivity: Minimum 512 GB NVMe SSD for OS/software + 1 TB HDD/SSD secondary storage, USB 3.0 / LAN connectivity, network compatibility, and data backup support. | |||
| 9) Accessories: Electric height-adjustable motorized table / stand, head & chin rest, USB cable, compatible color laser printer, and original branded computer system. | |||
| 10) Minimum changes in specifications are acceptable | |||
Item: CXL System
UNSPSC: Medical equipment and instrument disinfectant washing equipment
Specifications / Requirements:
| CXL System | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : OPTHALMOLOGY | |||
| Name: CXL System | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe with any one certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| It should be capable to perform non-invasive treatment to stop progressive keratoconus as well as related ectatic disorders (such as PMD and iatrogenic ectasia) and has a regularization effect on corneal topography through UV-Light. The treatments should be inexpensive, easy to perform, and easy for the patient. | |||
| Technical Specification: | |||
| · Radiation system: (Wavelength: 365 nm) (Better or More) | |||
| · Illumination Intensity: 3 - 9 – 18 - 30 mW/cm2 (Better or More) | |||
| · Working Distance: 50 mm ± 5 mm (Better or More) | |||
| · Light Emission: Continuous, interval or pulsed wave( Better or More) | |||
| · Aperture (Electronically Adjusted): 3 – 12 mm Electronically Adjusted (Better or More) | |||
| · Timer: Automatic time adjustment 3 - 5 – 10 - 30 min (Better or More) | |||
| · Electric Power: 100-240 VAC, 50/60 Hz. | |||
| Features: | |||
| ● Variable setting from 3m W upto 30m W with simultaneous radiation time adjustment. | |||
| ● Continuous, pulsed and LASIK radiation mode. | |||
| ● Self-calibration and self-adjustment. | |||
| ● Color Touch Screen. | |||
| ● It should have an integrated infrared camera for ophthalmology tracking and ensure proper distance.⎫ The tracking area as well as the aperture can be individually set to ensure safety of the Limbus. It includes a built-in calibration verification to continuously measure emitted light intensity. | |||
| ● Bluetooth communication interface with powerful treatment report generation. | |||
Item: Yag Laser
UNSPSC: Surgical lasers
Specifications / Requirements:
| Ophthalmic Yag Laser | |
|---|---|
| Sr.# | Description |
| Department :OPTHALMOLOGY | |
| Name:Ophthalmic Yag Laser | |
| Quantity: 01 | |
| Description | |
| 1 | Brand |
| 2 | Make & Model |
| 3 | Country of Mnaufacturer: USA, Japan & Europe withanyone certification (MHLW, FDA, CE). |
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. |
| 5 | Original data sheet should be attached |
| TECHNICAL SPECIFICATIONS | |
| YAG Laser Featuring: | |
| Laser Source: Q-Switched Nd: YAG (Better or More) | |
| Wavelength: 1064 nm (Better or More) | |
| Energy Output: 0.5 mJ to 10 mJ (In Single Pulse) (Better or More) | |
| Burst Modes; 1,2 and 3 Pulses (Better or More) | |
| Energy Setting: Adjustable in steps | |
| Aiming beam: 635nm Diode red / dual spot focus system (Better or More) | |
| Pulse width: < 4 ns (Better or More) | |
| Spot size: < 10 µm (Better or More) | |
| Repetition rate: 3 Hz @ 1 Brust (Better or More) | |
| Cone angle: 16° or better | |
| Aiming Beam: 635nm Red Dual Diode (Better or More) | |
| Focus shift: 3 steps - 0/125/250 µ or more - (Posterior) or better | |
| Display: Built-in screen displaying number of shoots & energy indicator | |
| Cooling: By air | |
| Laser Triggering: With Slit Lamp joy stick | |
| Input tension: 210-240 V, 47-63 Hz, or better | |
| Laser Delivery: Built-in LED Slit Lamp with 5 step magnification | |
| Magnification: 6.3x / 10x / 16x / 25x / 40x or more | |
| Safety Filter: Built-in | |
| Lenses : Two laser applicable lenses (Capsulotomy &Iridectomy ) | |
| STANDARD ACCESSORIES: | |
| Imported height adjustable electric stand | |
| Dedicated 5 step LED Slit lamp for Laser delivery & joy stick | |
| Procedure Lens for Capsulotomy (Provided by the manufacturer from any globalized country of origin) | |
| Procedure Lens for Iridectomy (Provided by the manufacturer from any globalized country of origin) | |
| Safety Goggles | |
Item: Green laser Photo Coagulator
UNSPSC: Surgical lasers
Specifications / Requirements:
| Green laser Photo Coagulator | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department:OPTHALMOLOGY | |||
| Name:Green laser Photo Coagulator | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make &model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe withanyone certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| • 520-532nm Wavelength (Better or More) | |||
| • 50 to 1000 mW or more output power (Better or More) | |||
| • Pulse duration: >500 micro second (Better or More) | |||
| • color LCD with touchscreen control box (Better or More) | |||
| • Stable and reliable green laser(Better or More) | |||
| • Aiming Laser: Red diode, 635 nm, max. 0.2 to 0.4 mW (Better or More) | |||
| • Original Slit Lamp from the same manufacturer | |||
| • Spot size 50 to 500 (Better or More) | |||
| • Fixed protective filter for reduces the risks of backscatter laser irradiation (Better or More) | |||
| • ACCESSORIES | |||
| • Original Motorized table from the same manufacturer | |||
| • LASER application lenses (Focal grid, one Standard PRP) | |||
Item: Auto Ref Keratometer with Pachymeter
UNSPSC: Electronic and communication refractometer
Specifications / Requirements:
| Auto Ref Keratometer with Pachymeter | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department :OPTHALMOLOGY | |||
| Name:Auto Ref Keratometer with Pachymeter | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe withanyone certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Combination of auto refaractometer, auto keratometer, and non contact pachmeter (Optional non contact tonometer or dry eye analysis system) (Better or More) | |||
| Auto Rerfractometer | |||
| Curvature Radius: 5.00 to 13.00 (Better or More) | |||
| Refractive Power: -30.00 to +25.00D or more | |||
| Cylindrical Power: 0 to ±12.00D or more | |||
| Axis: 0 to 180° or better | |||
| PD range 20 to 85 mm or better | |||
| Pupil diameter: ø2 mm or better | |||
| Auto Keratometer | |||
| Curature radius 5.00 to 13.00mm or better | |||
| Refractive Power: 25.00to 70.00D or better | |||
| Cylindrical Power: 0 to ±12.00D or better | |||
| Axis: 0 to 180° or better | |||
| NON CONTACT PACHYMETER | |||
| Measurement Range | |||
| 300 to 800um (1Um Increments) or better | |||
| With Retro illumination image | |||
| NCT TONOMETER (Optional ) | |||
| Measurement range : 1 to 60 mmHg or better | |||
| Dry eye anaysis system if available (optional) | |||
| ACCESSORIES: | |||
| Advanced motorized adjustable table, Microfiber cleaning clothe 12 | |||
| Thermal Paper rolls 30-50 , Dust cover | |||
Item: Ophthalmic Unit
UNSPSC: Phoropter units
Specifications / Requirements:
| Ophthalmic Unit | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : OPTHALMOLOGY | |||
| Name: Ophthalmic Unit | |||
| Quantity: 02 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe with any one certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Delta table top equipped with mechanism for the perfect centering of the two instruments (Better or More) | |||
| Chair with electrical height adjustment (Better or More) | |||
| Transformer for instruments power supply (Better or More) | |||
| Overhead lamp with halogen bulb (Better or More) | |||
| Chart projector support, adjustable in both height and direction (Better or More) | |||
| Anti-dust foldaway drawer for ophthalmoscope (Better or More) | |||
| Accessories | |||
| Complete unit with Chair, Lamp & Projector Clamp | |||
Item: Visual Actuity System
UNSPSC: Measurement of visual acuity, external approach
Specifications / Requirements:
| Visual Actuity System | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : OPTHALMOLOGY | |||
| Name: Visual Actuity System | |||
| Quantity: 02 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe with any one certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Threeo year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| · Pre-selected from 2.5 to 6 m in increments of 50 cm or better, accommodating any size exam room. (Better or More) | |||
| · 24-inch OR better LCD screen allows VA 0.04 to 2.0 images to be displayed. (Better or More) | |||
| · Efficient, LCD technology eliminates common maintenance procedures and bulb replacement. (Better or More) | |||
| · Ability to measure contrast sensitivity at three different levels below the normal threshold. | |||
| · adopts the state-of-the-art technology, special LCD to polarize charts, which provides binocular assessment in a conventional way with stylish design. (Better or More) | |||
| · can also be stored to an SD memory card. Besides time to spend as an eyesight test chart, it is also possible to advertise the PR of a shop and the article by "the slide function" of the normal device. (Better or More) | |||
| · 3D images of the topic now. | |||
| · The VA chart background can be selected from black on white to white on black. | |||
| Provides single letter and horizontal/vertical line masking, with the image always displayed in the center of the screen. (Better or More) | |||
| · All letter tpyed, ETDRS, Red Green (testing, worth 4 Dot), Streeo visoin testing colour vision testing, Peadtric visul assessment with animation imgaing testing. (Better or More) | |||
Item: Slit Lamp with Tonometer
UNSPSC: Ophthalmic slit lamps
Specifications / Requirements:
| Slit Lamp with Tonometer | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department: OPTHALMOLOGY | |||
| Name: Slit Lamp with Tonometer | |||
| Quantity: 03 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe with any one certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| STEREOSCOPIC MICROSCOPE | |||
| Type: Binocular microscope vertical type | |||
| Magnification: Five steps magnification system (Better or More) | |||
| Eyepieces: 12.5 x with eye width adjustment (Better or More) | |||
| Total Magnifying: 5x 10x 16x 25x 50x (Better or More) | |||
| IPD/ Eye width adjustment: 55 - 80 mm | |||
| Eyepiece dioptre adjustment: - 8D to +5D (Better or More) | |||
| SLIT, PROJECTION SYSTEM | |||
| Slit Width: Continuously Variable from 0 to 16 mm (Better or More) | |||
| Slit aperture diaphragms: φ 0.2 / 1 / 2 / 5 / 10 / 14 / 16 mm (Better or More) | |||
| Illumination System: LED illumination (Better or More) | |||
| Filters: Fully transparent, Natural Density, Green, Blue (Better or More) | |||
| Slit rotation: 0° - 180° with reference scale (Better or More) | |||
| Vertical slit tilting angles: 0°, 5°, 10°, 15°, 20° (Better or More) | |||
| ACCESSORIES: | |||
| - Motorized instrument stand (Local Made) | |||
| - Dust Cover | |||
| - Completable Hanging type Applanation Tonometer with calibration rod. (From any globalized country of origin.) | |||
Item: 90D lenses/ Gonio Lens
UNSPSC: Ophthalmic diagnostic viewing exam lenses
Specifications / Requirements:
| 90D lenses/ Gonio Lens | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : OPTHALMOLOGY | |||
| Name: 90D lenses/ Gonio Lens | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe with any one certification (MHLW,FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| a) 90D Lens for general diagnosis and small pupil examinations, small diameter ring is ideal for dynamic fundoscopy, outstanding general diagnostic lens, even through small pupils, field of view 74° / 89°, image magnification 0.76x, laser spot 1.32x, working distance 7mm, complete in carrying case, | |||
| Model: Volk V90C | |||
| b) 3 Mirror lens for Viewing and Treatment of the Anterior Chamber and Central and Peripheral Fundus, Viewing mirrors are accurately angled to eliminate gaps in the visualized fundus, mirror angles 60°/ 66°/ 76°, image magnification 1.06x, laser spot magnification 0.94x, contact diameter 15 mm, | |||
| c) 4-Mirror Lens with Handle: | |||
| primary Application – standard Gonio Lens for static and dynamic gonioscopy, all glass design with superior clarity and durability compared to acrylic lenses, no flange extended handle version, large ring with two position handle to provide stability for trabeculoplasty, mirror angles 4 x 64°, image magnifications 1.0x, laser spot 1.0x, contact diameter 15mm, complete in customized carrying case, | |||
Item: Hand Held Applanation Tonometer
UNSPSC: Ophthalmic tonometers
Specifications / Requirements:
| Hand Held Applanation Tonometer | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Clinical Specialty : OPTHALMOLOGY | |||
| Generic Name: Hand Held Applanation Tonometer | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe with any one certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Features: | |||
| Safety & Accuracy on Contact ( Better or More) | |||
| Consistent measurement results | |||
| Ergonomic design ( Better or More) | |||
| Improved Built-in LED illumination | |||
| Tonogrip prism holder | |||
| Precision counter-balanced movements | |||
| Convenient, safe & accurate | |||
| Excellent optical quality | |||
| Use disposable or reusable prisms | |||
| Goldmann-compatible | |||
| Tonosafe compatible | |||
| Integrated Longer-lasting rechargeable battery | |||
| Specifications: | |||
| Measurement range: 0-50 mmHg (0 – 66.5 kPa) ( Better or More) | |||
| Standard divergence: 0.49 mN ( Better or More) | |||
| Reverse span: =/< 0.49 mN ( Better or More) | |||
| Light source: LED 450 – 490nm or better | |||
| Temperature: -10 to +35 C or better | |||
| With reusable prism and battery charger complete in carrying case | |||
Item: BIPOLAR ELECTRIC CAUTERY UNIT
UNSPSC: Electrosurgical or electrocautery equipment
Specifications / Requirements:
| BIPOLAR ELECTRIC CAUTERY UNIT | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department :OPHTHALMOLOGY | |||
| Name: BIPOLAR ELECTRIC CAUTERY UNIT | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make &Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe withanyone certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Bipolar electro cautery for ophthalmic use is designed for high-precision, low-voltage coagulation to minimize collateral thermal damage to delicate eye tissues. (Better or More) | |||
| Key Technical Specifications: | |||
| Portable compact body | |||
| Operating Power: Usually ranges between 10W to 50W for bipolar coagulation, with some units offering up to 80W-100W for broader, non-ophthalmic applications. . (Better or More) | |||
| Frequency: High-frequency (HF) current is used, typically in the range of 500 kHz to 2 MHz. . (Better or More) | |||
| Voltage: Low voltage is required to minimize tissue damage and prevent large-scale necrosis, with maximum output voltages for fine bipolar modes often around 400V-700V. | |||
| Waveform: Soft coagulation modes (low voltage, no spark) are preferred to avoid charring and tissue adhesion. | |||
| Instrument Types: Fine-tipped, non-stick bipolar forceps (e.g., straight or bayonet shapes) are essential for micro-coagulation. | |||
| Activation: Foot switch activation is standard to allow the surgeon to maintain focus on the surgical field. | |||
Item: Visual Field Analyser
UNSPSC: Visual field laser instruments
Specifications / Requirements:
| :Visual Field Analyser | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department :OPTHALMOLOGY | |||
| Name:Visual Field Analyser | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe withanyone certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Computerized Projection Perimeter represents the most complete 90° full field projection system. (Better or More) | |||
| Maximum temporal range: 90o (Better or More) | |||
| Peripheral range (distance): 180° (30cm radius Goldmann bowl) (Better or More) | |||
| Background illumination (asb): 0 / 4 / 31 / 314 (Better or More) | |||
| Stimulus size: Goldmann I to V (Better or More) | |||
| Stimulus duration (ms): 100, 200, 500, 1000, or more (Better or More) | |||
| Stimulus intensity: 0.2 - 10,000 (47db) (Better or More) | |||
| Stimulus color: White in White Red on white Green on White Blue on white Blue on Yellow (SWAP) | |||
| Testing patterns: General (G1, G-32, G 30-2, G 24-2) or better | |||
| Glaucoma Periphery (G2, 60°, 75°) or better | |||
| Macula, Driving (Estermann monocular / binocular) | |||
| Disability (Blepharoptosis, Blindness) | |||
| Pathology (N1: Neurological, D1: Diabetes) | |||
| Progression analysis: Global, MD, SLV | |||
| Fixation control: Heijl Krakau blind spot monitor, video eye monitor | |||
| Other test strategies: Normal, Low vision, Dynamic, Qualitative (3 zone) | |||
| 100% Eye Fixation Control (No fixation losses), Automated Eye Tracking, Automatic Pupil Measurement, Adaptive inter stimulus time for static perimetry, Kinetic Disability Test, Low vision test, 1 – LT and 2 – LT tests, or better Latest PC Technology, capable of reaching over 100,000 test locations. | |||
| Complete with PC, Monitor, Printer, electric stand and table top. (Better or More) | |||
Item: DCR set 5, Glaucoma set -5, Cataract set -5, Squint set-5
UNSPSC: Ophthalmic diagnostic viewing exam lenses
Specifications / Requirements:
| DCR set 5, Glaucoma set -5, Cataract set -5, Squint set-5 | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : OPHTHALMOLOGY | |||
| Name: DCR set 5, Glaucoma set -5, Cataract set -5, Squint set-5 | |||
| (Instruments for eye Surgries) | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make &Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe withanyone certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Complete kit of surgical instruments for following surgeries | |||
| DCR set- Quantity- 5, (Better or More) | |||
| Glaucoma set - Quantity-5, (Better or More) | |||
| Cataract set - Quantity- 5 (Better or More) | |||
| Squint set- Quantity- 5 (Better or More) | |||
| Each Set should be properly saved in a autoclaveable tary ( case type) | |||
| Material: Titanium is preferred / | |||
| Stainless Steel | |||
Item: Phacoemulsification Unit with Accessories
UNSPSC: Phacoemulsification or extrusion or vitrectomy equipment for ophthalmic surgery
Specifications / Requirements:
| Phacoemulsification Unit with Accessories | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department :OPHTHALMOLOGY | |||
| Name: Phacoemulsification Unit with Accessories | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make &Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe withanyone certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| New Generation Phaco Torsional handpiece with ultrasonic torsional oscillations (Better or More) | |||
| 32Khz @ 100% Tip stroke .0069 ± .0023 cm & Longitudinal 38.5-42 KHz @ 100% Tip Stroke .0084 ± .0018 cm (Better or More) | |||
| ANTERIOR VITRECTOMY | |||
| 1-2000 Cut/Min (Better or More) | |||
| Sub Modes | |||
| Cut I/A | |||
| I/A Cut | |||
| Peripheral Irid | |||
| Visco-asp | |||
| BIPOLAR COAGULATION | |||
| 10 W max 75 Ω load (Better or More) | |||
| 76 Vpp @ 1.5 MHz ± 5% 75 Ω load (Better or More) | |||
| PUMP | |||
| Advanced fully automated fluid management & peristaltic system(Better or More) | |||
| VACUUM | |||
| Phacoemulsification 0-650 mmHg (Better or More) | |||
| Vitrectomy 0-650 mmHg(Better or More) | |||
| Irrigation Aspiration 0-650 mmHg (Better or More) | |||
| IOL INSERTION | |||
| Power assisted IOL insertion (Better or More) | |||
| PHACO MODALITIES | |||
| Continuous, | |||
| Pulsed 1-250 pps, on time 0-100% (Better or More) | |||
| Burst, Burst on time 2-500 ms, (Better or More) | |||
| IV POLE | |||
| Automated IV pole, controlled via the front panel, footswitch (Better or More) | |||
| FOOT SWITCH | |||
| Linear footswitch control of ultrasonic power in U/S steps & aspiration flow rate (AFR) in I/A, VIT, and lens removal modes (Better or More) | |||
| Linear footswitch control of vacuum in I/A, VIT, and lens removal modes. (Better or More) | |||
| AUDIO FEED BACK | |||
| GUI (GRAPHIC USER INTERFACE) | |||
| Fold-down flat screen, (Better or More) | |||
| Active matrix color LCD with touch screen. . (Better or More) | |||
| Multi-channel wireless remote control. (Better or More) | |||
| ELECTRICAL REQUIREMENTS | |||
| Input Voltage 100-240 VAC 50/60 Hz | |||
| Maximum 10 A | |||
| Upgradable | |||
| Soft ware upgradable | |||
Item: Argon Laser
UNSPSC: Surgical lasers
Specifications / Requirements:
| ARGON LASER | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department :OPHTHALMOLOGY | |||
| Name: ARGON LASER | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make &Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe with anyone certification (MHLW, , FDA, CE). | ||
| 4 | Warranty: Three year with all spare parts, during warranty period firm should maintain equipment by doing PPM as per principal recommendation and attending service call within 02 hours whenever called by end user. If any spare part required during installation or PPM will be responsibility of the firm. | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| The high performance retinal photocoagulator designed to deliver the traditional argon green through modern technology. (Better or More) | |||
| Multi Spot Pattern Scanning Laser Photocoagulation System (Better or More) | |||
| Fully integration of laser photocoagulator and slit lamp microscope (Better or More) | |||
| with integrated adapter featuring a continuously variable parfocal zoom (Better or More) | |||
| Fiber laser technology producing extremely high-quality beam ensuring (Better or More) | |||
| homogeneous beam profile for precise treatment (Better or More) | |||
| (PSL) (Better or More) | |||
| Laser Type: Argon laser | |||
| Wavelength: 514 nm(green) (Better or More) | |||
| Output power: upto 1000mW (Better or More) | |||
| Pulse duration: 100-1000 ms to 2s (Better or More) | |||
| Pulse intervals: 50ms to 3000ms (Better or More) | |||
| Repetition rate: 1 to 9 Hz (Better or More) | |||
| Aiming Beam: 635nm (red), less than 5mW (Better or More) | |||
| Spot Size: up to 50um to 600 um (Better or More) | |||
| STANDARD ACCESSORIES: | |||
| Complete Slitlamp with Motorized table | |||
For Individual Items
| # | Item Title | Quantity | Unit Price (PKR) | Total Price (PKR) | Delivery Location | Delivery Period / Year | Country of Origin |
|---|---|---|---|---|---|---|---|
| 1 | |||||||
| 2 |
| # | Lot Title | Total Lot Price (PKR) | Country of Origin |
|---|---|---|---|
| 1 | [Lot 1 Title] |
2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract.
2.2 In interpreting these Conditions of Contract headings and marginal notes are used for convenience only and shall not affect their interpretations unless specifically stated; references to singular include the plural and vice versa; and masculine include the feminine. Words have their ordinary meaning under the language of the Contract unless specifically defined.
3.1 The contract shall be governed and interpreted in accordance with the laws of Pakistan, unless otherwise specified in SCC.
4.1 The Contract as well as all correspondence and documents relating to the Contract exchanged between the Bidder and the Procuring Agency, shall be written in the English language unless otherwise stated in the SCC. Supporting documents and printed literature that are part of the Contract may be in another language provided these are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Contract, this translation shall govern.
5.1 Any notice, request, or consent made pursuant to this Contract shall be in writing and shall be deemed to have been made when delivered in person to an authorized representative of the Party to whom the communication is addressed, or when sent by registered mail, telex, telegram, or facsimile to such Party at the address specified in the SCC.
6. Delivery/Location
6.1 The Goods shall be delivered to such locations as the Procuring Agency may approve and as specified in SCC.
7. Authorized Representatives / Authority of Member in charge
7.1 Any action required or permitted to be taken, and any document required or permitted to be executed, under this Contract by the Procuring Agency or the Bidder may be taken or executed by the officials specified in the SCC.
8.1 This Contract shall come into effect on the date the Contract is signed by both parties and such other later date as may be stated in the SCC.
9.1 The Bidder shall confirm availability of Key Experts and begin carrying out the Services not later than the number of days after the Effective Date specified in the SCC.
10.1 Before commencement of the Services, the Bidder shall submit to the Procuring Agency for approval a Program showing the general methods, arrangements, order and timing for all activities. The Services shall be carried out in accordance with the approved Program as updated.
11.1 The Bidder shall start carrying out the Services Five (05) days after the date the Contract becomes effective, or at such other date as may be specified in the SCC.
11.2 Unless terminated earlier pursuant to Clause GCC 15 hereof, this Contract shall expire at the end of such time period after the Effective Date as specified in the SCC.
12.1 This Contract contains all covenants, stipulations and provisions agreed by the Parties. No agent or representative of either Party has authority to make, and the Parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein.
13.1 Any modification or variation of the terms and conditions of this Contract, including any modification or variation of the scope of the Services, may only be made by written agreement between the Parties. However, each Party shall give due consideration to any Bids for modification or variation made by the other Party.
13.2 In cases of any modifications or variations, the prior written consent of the Procuring Agency is required.
14.1 Definition
For the purposes of this Contract, “Force Majeure” means an event which is beyond the reasonable control of a Party and which makes a Party’s performance of its obligations under the Contract impossible or so impractical as to be considered impossible under the circumstances.
14.2 No Breach of Contract
The failure of a Party to fulfill any of its obligations under the contract shall not be considered to be a breach of, or default under, this Contract in so far as such inability arises from an event of Force Majeure, provided that the Party affected by such an event (a) has taken all reasonable precautions, due care and reasonable alternative measures in order to carry out the terms and conditions of this Contract, and (b) has informed the other Party as soon as possible about the occurrence of such an event.
14.3 Extension of Time
Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall be extended for a period equal to the time during which such Party was unable to perform such action as a result of Force Majeure.
14.4 Payments
During the period of their inability to perform the Services as a result of an event of Force Majeure, the Bidder shall be entitled to continue to be paid under the terms of this Contract, as well as to be reimbursed for additional costs reasonably and necessarily incurred by them during such period for the purposes of the Services and in reactivating the Service after the end of such period.
15.1 By the Procuring Agency
The Procuring Agency may terminate this Contract in case of the occurrence of any of the events specified in paragraphs (a) through (e) of this Clause. In such an occurrence the Procuring Agency shall give at least thirty (30) calendar days’ written notice of termination to the Bidder in case of the events referred to in (a) through (d); at least sixty (60) calendar days’ written notice in case of the event referred to in (e);
15.2 By the Bidder
The Bidder may terminate this Contract, by not less than thirty (30) calendar days’ written notice to the Procuring Agency, in case of the occurrence of any of the events specified in paragraphs (a) through (d) of this Clause.
16.1 Standard of Performance
16.2 Law Applicable to Goods
The Bidder shall deliver the goods in accordance with the Contract and in accordance with the Law of Pakistan and shall take all practicable steps to ensure that any of its Experts and Sub-Bidders, comply with the Applicable Law.
17.1 Bidder Not to Benefit from Commissions and Discounts.
The remuneration of the Bidder shall constitute the Bidder’s sole remuneration in connection with this Contract or the Services, and the Bidder shall not accept for their own benefit any trade commission, discount, or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of their obligations under the Contract, and the Bidder shall use their best efforts to ensure that the Personnel, any Subcontractors, and agents of either of them similarly shall not receive any such additional remuneration.
17.2 Bidder and Affiliates Not to be Otherwise Interested in Project
The Bidder agree that, during the term of this Contract and after its termination, the Bidder and its affiliates, as well as any Subcontractor and any of its affiliates, shall be disqualified from providing Goods for any project resulting from or closely related to the Services.
17.3 Prohibition of Conflicting Activities
Neither the Bidder nor its Subcontractors nor the Personnel shall engage, either directly or indirectly, in any of the following activities:
18.1 Except with the prior written consent of the Procuring Agency, the Bidder and the Experts shall not at any time communicate to any person or entity any confidential information acquired in the course of the contract.
19.1 The Bidder(a) shall take out and maintain, and shall cause any Subcontractors to take out and maintain, at its (or the Subcontractors’, as the case may be) own cost but on terms and conditions approved by the Procuring Agency, insurance against the risks, loss or damage, and for the coverage, as shall be specified in the SCC; and (b) at the Procuring Agency’s request, shall provide evidence to the Procuring Agency showing that such insurance has been taken out and maintained and that the current premiums have been paid.
20.1 The Bidder shall obtain the Procuring Agency’s prior approval in writing before taking any of the following actions:
(a) appointing such members of the Personnel not provided by the Bidder;
(b) changing the Program of activities; and
(c) any other action that may be specified in the SCC.
21.1 The Bidder shall submit to the Procuring Agency the reports and documents in the numbers, and within the periods as prescribed by the Procuring Agency.
22.1 If the Supplier fails to deliver any or all of the Goods or to perform the Services within the period(s) specified in the Contract, the Procuring Agency shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the performance security (or guarantee) specified in SCC. Once the said maximum is reached, the Procuring Agency may consider termination of the Contract pursuant to GCC Clause 15.
22.2 Correction for Over-payment
If the Intended Completion Date is extended after liquidated damages have been paid, the Procuring Agency shall correct any overpayment of liquidated damages by the Bidder by adjusting the next payment certificate. The Bidder shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in SCC.
22.3 Lack of performance penalty
If the Bidder has not corrected a Defect within the time specified in the Procuring Agency’s notice, a penalty for Lack of performance will be paid by the Bidder. The amount to be paid will be calculated as a percentage of the cost of having the Defect corrected, assessed as specified in the SCC.
23.1 Within Seven (07) days from the issuance of acceptance letter from the Procuring Agency, the successful Bidder shall furnish the Performance Guarantee in shape of ------- at the discretion of the PA in the amount specified in SCC. In case the amount of Bids security is equal or greater than
23.2 The proceeds of the Performance Guarantee shall be payable to the Procuring agency as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.
23.3 The Performance Guarantee shall be denominated in the currency of the Contract, or in a freely convertible currency acceptable to the Procuring agency and shall be in the acceptable form as specified in SCC.
23.4 The Performance Guarantee will be discharged by the Procuring agency and returned to the Supplier not later than thirty (30) days following the date of completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless otherwise specified in SCC.
24.1 The Procuring Agency requires the Supplier to disclose any commissions or fees that may have been paid or are to be paid to agents or any other party with respect to the Bidding process or execution of the Contract. The information disclosed must include at least the name and address of the agent or other party, the amount and currency, and the purpose of the commission, gratuity or fee.
25.1 The Bidder shall conform to the sustainable procurement contractual provisions, if and as specified in the SCC.
26.1 The titles, agreed job descriptions, minimum qualifications, and estimated periods of engagement in the carrying out of the Services of the Bidder’s Key Personnel. The Key Personnel listed by title as well as by name are hereby approved by the Procuring Agency.
27.1 Except as the Procuring Agency may otherwise agree, no changes shall be made in the Key Personnel. If, for any reason beyond the reasonable control of the Bidder, it becomes necessary to replace any of the Key Personnel, the Bidder shall provide as a replacement a person of equivalent or better qualifications.
27.2 If the Procuring Agency finds that any of the Personnel have (i) committed serious misconduct or have been charged with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Bidder shall, at the Procuring Agency’s written request specifying the grounds thereof, provide as a replacement a person with qualifications and experience acceptable to the Procuring Agency.
27.3 The Bidder shall have no claim for additional costs arising out of or incidental to any removal and/or replacement of Personnel.
28.1 The Procuring Agency shall use its best efforts to ensure that the Government shall provide the Bidder such assistance and exemptions as specified in the SCC.
29.1 If, after the date of this Contract, there is any change in the Applicable Law with respect to taxes and duties which increases or decreases the cost of the related Services rendered by the Bidder, then the remuneration and reimbursable expenses otherwise payable to the Bidder under this Contract shall be increased or decreased accordingly by agreement between the Parties, and corresponding adjustments shall be made to the amounts referred in the SCC.
30.1 The Procuring Agency shall make available to the Bidder and the Experts, for the purposes of the Services and free of any charge, the services, facilities and property described , at the times and in the manner specified in the SCC or terms of reference.
30.2 In case that such services, facilities and property shall not be made available to the Bidder, the Parties shall agree on (i) any time extension that it may be appropriate to grant to the Bidder for the performance of the Services, (ii) the manner in which the Bidder shall procure any such services, facilities and property from other sources, and (iii) the additional payments, if any, to be made to the Bidder as a result thereof.
31.1 The price payable shall be in Pakistani Rupees unless otherwise specified in the SCC. Prices charged by the Supplier for Goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its Bid.
32.1 Payments will be made to the Bidder according to the payment schedule stated in the SCC and as per actual invoice submitted by the Bidder.
32.2 Unless otherwise stated in the SCC, the advance payment shall be made against the provision by the Bidder of a bank guarantee for the same amount, and shall be valid for the period stated in the SCC. Any other payment shall be made after the conditions listed in the SCC for such payment have been met, and the Bidder have submitted an invoice to the Procuring Agency specifying the amount due.
33.1 Any payment under this Contract shall be made in the currency(ies) specified in the SCC.
34.1 The principle and modalities of Inspection of the Goods by the Procuring Agency shall be as indicated in the SCC. The Procuring Agency shall check the Bidder’s performance and notify him of any Defects that are found. Such checking shall not affect the Bidder’s responsibilities. The Procuring Agency may instruct the Bidder to search for a Defect and to uncover and test any service that the Procuring Agency considers may have a Defect. Defect Liability Period is as defined in the SCC.
Lack of Performance Penalty
35.1 The Procuring Agency shall give notice to the Bidder of any Defects before the end of the Contract. The Defects liability period shall be extended for as long as Defects remain to be corrected.
35.2 Every time notice a Defect is given, the Bidder shall correct the notified Defect within the length of time specified by the Procuring Agency’s notice.
35.3 If the Bidder has not corrected a Defect within the time specified in the Procuring Agency’s notice, the Procuring Agency will assess the cost of having the Defect corrected, the Bidder will pay this amount, and a Penalty for Lack of Performance.
36.1 A Supplier shall be entirely responsible for all taxes, duties, fees, etc., incurred until delivery of the contracted Goods to the Procuring Agency.
37.1 The disputes between the parties to the contract may be settled in accordance with Public Procurement Rules, 2004.
37.2 The procuring agency shall refer the matter to the Chief Justice Islamabad High Court or Managing Director PPRA or the Secretary Ministry of Law & Justice for appointment of Arbitrator.
37.3 The fee for the Arbitrator shall be specified in Pak Rupees as determined by the appointing authority which shall be borne and shared equally by the contracting parties.
The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses.
|
Number of GC Clause |
Amendments of, and Supplements to, Clauses in the General Conditions of Contract |
|
GCC 1 |
Definitions The Procuring Agency is: FEDERAL GOVERNMENT POLYCLINIC ISLAMABAD (FGPC-PGMI) (Federal Government Polyclinic (FGPC-PGMI)), Joint Executive Director FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory The Supplier is: The title of the subject procurement is: Purchase of Electro-Medical Equipment for Ophthalmology Department under PSDP project for financial year 2025-26 & 2026-27 |
|
GCC 3 |
Applicable/Governing Law: The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan |
|
GCC 4 |
Language: The language of the Contract, all correspondence and communications to be given, and all other documentation to be prepared and supplied under the Contract shall be in English. |
|
GCC 5 |
Notices: The addresses for the notices are: Procuring Agency: FEDERAL GOVERNMENT POLYCLINIC ISLAMABAD (FGPC-PGMI) (Federal Government Polyclinic (FGPC-PGMI)), Joint Executive Director Contractor/ Bidder: [Name, address and telephone number]. The Contractor/ Bidder’s Representative(s) [Name, address, telephone number and e-mail address]
|
|
GCC 7.1 |
The Authorized Representatives are:
For the Procuring Agency: FEDERAL GOVERNMENT POLYCLINIC ISLAMABAD (FGPC-PGMI) (Federal Government Polyclinic (FGPC-PGMI)), Joint Executive Director For the Bidder: Name: ……………………… Designation: …………….. Address: ……………………………..
|
|
GCC 8 |
Effectiveness of the contract |
|
GCC 9 |
Commencement of Contract: |
|
GCC 11.2 |
Expiration of Contract: |
|
GCC 15 |
Termination In the event of termination of the contract due to any reason as already defined in the General Conditions of Contract, the Bidder shall be responsible for providing to the Authority the Goods till the time of alternate arrangements. |
|
GCC 17 |
Conflict of Interest: The Procuring Agency reserves the right to determine on a case-by-case basis whether the Bidder should be disqualified from providing goods or services due to a conflict of a nature described in Clause GCC 17. |
|
GCC 22 |
Liquidated Damages If the Bidder fails to provide services as required under the contract or in case of any data loss/data breach or any incident compromising the data security or other such failures related to any services, the Bidder shall pay to the Procuring Agency as Liquidated Damages at a rate of 0.01% to 5.00% of the Contract value, in accordance with the extent of performance failure & the cost of investigating such incidents as judged by the Authority. |
|
GCC 23 |
Performance Guarantee: The amount of performance guarantee shall be 3.00% of the contract price in acceptable form of Pay Order, Call at Deposit, Bank Guarantee |
|
GCC 32 |
Payment terms: Payment will be made to the Bidder against the procured Goods and services according to the actual invoice or running bills submitted by the Bidder against the services provided within the time given in the conditions of the contract. |
|
GCC 33 |
Currency of Payment: All the payment to be released to the contractor/Bidder shall be in Pakistani Rupees. |
|
GCC 34 |
Identifying Defects: The Authority reserves the right at any time to inspect the premises of the provider to inspect the goods and monitor the goods being provided. Inspections & Tests RequirementsFor being Brand New, bearing relevant reference numbers of the equipment (Certificate from supplier) For Physical Fitness having No Damages (Certificate from supplier) For the Country of Origin as quoted by the Supplier (Certificate from manufacturer) For conformance to specifications and performance parameters, through Prior to delivery inspection (Inspection Report by Procurement Committee / Inspection Team) For successful operation at site after complete installation, testing and commissioning of the equipment (Installation, Testing and Commissioning Report by Procurement Committee / Inspection Team) Delivery & DocumentsCopies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount; Original and two copies of the usual transport document (for example, a negotiable bill of lading, a non-negotiable sea waybill, an inland waterway document, an air waybill, a railway consignment note, a road consignment note, or a multimodal transport document) which the buyer may require to take the goods; Copies of the packing list identifying contents of each package; Manufacturer’s or Supplier’s Valid Warranty Certificate; Inspection/ installation Certificate issued by the End user and the Supplier’s Factory Inspection Report; Certificate of Origin. The above documents would be required even if the equipment has already been imported and is available with the supplier ex-stock |
|
GCC 37
|
Following is the guidance for Dispute Resolution
Notwithstanding any reference to the arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree that the Authority shall pay the Bidder any monies due to the Bidder. Rules of procedure for arbitration proceedings: Any dispute between the Authority and a Bidder who is a national of the Islamic Republic of Pakistan arising in connection with the present Contract shall be referred to adjudication or arbitration in accordance with the laws of the Islamic Republic of Pakistan including Arbitration Act 1940, however above provision shall prevail in referring the case to the Arbitrator. Place of Arbitration and Award: The arbitration shall be conducted in English language and place of arbitration shall be at Islamabad. The award of the arbitrator shall be final and shall be binding on the parties. |
Date: [insert date (as day, month and year)]
Bid No.:P22436
To: FEDERAL GOVERNMENT POLYCLINIC ISLAMABAD (FGPC-PGMI) (Federal Government Polyclinic (FGPC-PGMI)), Joint Executive Director FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid Securing Declaration.
We accept that we will be blacklisted and henceforth cross debarred for participating in respective category of public procurement proceedings for a period of (not more than) six months, if fail to abide with a bid securing declaration, however without indulging in corrupt and fraudulent practices, if we are in breach of our obligation(s) under the Bid conditions, because we:
We understand this Bid Securing Declaration shall expire if we are not the successful
Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight (28) days after the expiration of our Bid.
THIS AGREEMENT made the _____ day of __________ 20_____ between FEDERAL GOVERNMENT POLYCLINIC ISLAMABAD (FGPC-PGMI) (Federal Government Polyclinic (FGPC-PGMI)), Joint Executive Director FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
(hereinafter called “the Procuring Agency”) of the one part and [name of Bidder] of [city and country of Bidder] (hereinafter called “the Bidder”) of the other part:
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., Purchase of Electro-Medical Equipment for Ophthalmology Department under PSDP project for financial year 2025-26 & 2026-27 (P22436) and has accepted a Bids by the Bidder for the provision of Goods in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”).
NOW THIS CONTRACT WITNESSETH AS FOLLOWS:
1. In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.
2. The following documents shall be deemed to form and be read and construed as part of this Contract, In the event of any ambiguity or conflict between the Contract Documents listed below, the order of precedence shall be the order in which the Contract Documents are listed below:-
3. In consideration of the payments to be made by the Procuring Agency to the Bidder as hereinafter mentioned, the Bidder hereby covenants with the Procuring Agency to provide the Goods related services and to remedy defects therein in conformity in all respects with the provisions of the Contract.
4. The Procuring Agency hereby covenants to pay the Bidder in consideration of the provision of Goods and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.
IN WITNESS whereof the parties hereto have caused this Contract to be executed in accordance with their respective laws the day and year first above written.
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Witness to the signatures of the Procuring Agency:
………………………………………………
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Witness to the signatures of the Bidder: …………………………………………………
Contract Number: Contract Value: Contract Title:
Dated:
[Name of Supplier] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Pakistan or any administrative subdivision or agency thereof or any other entity owned or controlled by it (GoP) through any corrupt business practice.
Without limiting the generality of the foregoing [Name of Supplier] represents and warrants that it has fully declared the brokerage, commission, fee 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 consultations fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP, except that which has been expressly declared pursuant hereto.
[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with GoP and has not taken any action or will not take any action to circumvent the above declaration, representative or warranty.
[Name of Supplier] accepts full responsibility and strict liability for making and false declaration, not making full disclosure, misrepresenting fact 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 GoP under any law, contract or other instrument, be voidable at the option of GoP.
Notwithstanding any rights and remedies exercised by GoP in this regard, [Name of Supplier] agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder's fee or kickback given by [Name of 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 GoP.
To: FEDERAL GOVERNMENT POLYCLINIC ISLAMABAD (FGPC-PGMI) (Federal Government Polyclinic (FGPC-PGMI)), Joint Executive Director FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
WHEREAS [name of Bidder] (hereinafter called “the Bidder”) has undertaken, in pursuance of Contract No. [reference number of the contract] dated [insert date] for provision of Goods(hereinafter called “the Contract”).
AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish you with a Bank Guarantee by a reputable bank for the sum specified therein as security for compliance with the Bidder’s performance obligations in accordance with the Contract.
AND WHEREAS we have agreed to give the Bidders guarantee:
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, up to a total of [amount of the guarantee in words and figures], and we undertake to pay you, upon your first written demand declaring the Bidder to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [amount of guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
This guarantee is valid until the: [insert date]
Signature and seal of the Guarantors
_____________________________________________________________________
[name of bank or financial institution]
_____________________________________________________________________
[address]
_____________________________________________________________________
[date}
|
The Bidder will provide under taking on single judicial paper at least of (Rs.100) for following mandatory clause and its all sub-clauses according to the following template/format: -
(NOTE:- The wording of undertaking should be same as per given template/ format in the sub-clauses. Incomplete / changed wording will not be accepted).
** The Original Stamp paper along with Original CDR will be submitted to FGPC at the date and time of Bid opening by the bidder. |
|
Content of Undertaking |
|
M/s………………
|
Arbitration and resolution of disputes: -
i. The purchaser and the supplier shall make every effort to resolve amicably by direct informal negotiation any disagreement or dispute arising between them under or in connection with the contract.
ii If, after thirty (30) days from the commencement of such informal negotiation the purchaser and the supplier have been unable to resolve amicably a contract dispute either party may require that the dispute be referred to the Arbitrator for resolution through arbitration.
iii. The Arbitrator shall be appointed in such manners may be agreed upon between the parties.
FORCE MAJEURE.
For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the supplier and not involving the supplier’s fault or negligence directly or indirectly purporting to miss planning, miss management and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the purchaser in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, epidemics, quarantine restrictions and freight embargoes. If a Force Majeure situation arises, the supplier shall promptly notify the purchaser in writing with sufficient and valid evidence of such condition and the cause thereof. The Force Majeure Committee will examine the pros and cons of the case and all reasonable alternative means for completion of supply order under this Contract and will submit its recommendations to the competent authority. However, unless otherwise directed by the purchaser 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.
in case there is no historical contract non-performance, ongoing disputes, and litigation history of the applicant, for eligibility verification and risk assessment purposes bidder will submit nil report .
Provide documentary evidence if any
Annual financial turnover for any of single financial year (i.e. 2022-23/2023-24/ 2024-25) must be 20 Million Rupees or above (copy of bank statement may be attached)
Average Annual Turnover should not less than 20 Million