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 Orthopedic 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: P22451 |
| 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: Evaluation based on satisfactory past performance in supplying equipment/ Instruments (documentary evidence required, Experience of authorized distributor and exclusive sole distributor will be considered.) (Quantitative)(Doc Required) 05 supply/installation or above: (15) 03-04 supply/installation : (10) • 01-02 supply/installation : (5) | 15 | |
| Financial Capability: Assessed based on annual business turnover (supported by financial statements): (Quantitative)(Doc Required) • 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) Other than USA/ Europe / Japan (8) In case of Instruments, full 08 marks will be given. (8) | 15 | |
| Product Demonstration: Evaluation based on demonstration of the quoted equipment: (Quantitative)(Doc Required) • Physical Demonstration: (10) • Video Demonstration: (5) | 10 | |
| Bidder Experience in supplying medical equipment (Quantitative)(Doc Required) • 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 |
|---|---|---|---|---|---|---|---|
| Orthopedic Operating Table with Traction Accessories. | Operating room patient fracture tables or orthopedic tables |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 400000 | -- | Any | 2 Years |
| Cautery Unit | Electrosurgical or electrocautery accessories or attachments, bipolar sealers |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 20000 | -- | Any | 2 Years |
| 2D OPERATIVE ARTHROSCOPY TOWER FOR ADULTS INCLUDING SHAVER SYSTEM | General Laparoscopy |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 120000 | -- | Any | 2 Years |
| ORTHOPAEDIC PNEUMATIC CANULLATED SAW | Surgical hand drill bits |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 60000 | -- | Any | 2 Years |
| ORTHOPAEDIC PNEUMATIC DRILL AND REAMER | Surgical hand drill bits |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 80000 | -- | Any | 2 Years |
| POP PLASTER CUTTER | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 8000 | -- | Any | 1 Years |
| ORTHOPEDIC ELECTRONIC PNEUMATIC | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 8000 | -- | Any | 1 Years |
| orthropaedic large fragment instrument for standard and locked plating | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 3
|
3 | 30000 | -- | Any | 1 Years |
| ORTHOPEDIC SMALL FRAGMENT INSTRUMENT SET | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 3
|
3 | 12000 | -- | Any | 1 Years |
| ORTHOPEDIC MINI FRAGMENT INSTRUMENT SET | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 5
|
5 | 30000 | -- | Any | 1 Years |
| General orthopedic instrument set | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 5
|
5 | 30000 | -- | Any | 1 Years |
| Orhtopaedic proximal femoral intramedullary nail instrument set | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 16000 | -- | Any | 1 Years |
| ORTHOPEDIC knee arthroscopy ACL and PCL | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 16000 | -- | Any | 1 Years |
| Orthopaedic interlocking intramedullary instruments set | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 10000 | -- | Any | 1 Years |
| ORTHOPEDIC FLEXIBEL REAMER SURGERY INSTRUMENT | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 8000 | -- | Any | 1 Years |
| Orthopaedic removal of intramedullary instruments set | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 8000 | -- | Any | 1 Years |
| Orthopaedic TBW instruments | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 5
|
5 | 30000 | -- | Any | 1 Years |
| Orthopaedic kenn meniscus repair set | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 20000 | -- | Any | 1 Years |
| Orthopaedic shoulder arthroscopy instrument set | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 20000 | -- | Any | 1 Years |
| Orthopaedicpaediatric Elastic nial instrument set | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 20000 | -- | Any | 1 Years |
| Orthopaedic ilizarov instruments set | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 40000 | -- | Any | 1 Years |
| PORTABLE ETO STERILIZER | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 80000 | -- | Any | 2 Years |
| Orthopaedic DHSDCS instruments set | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 1
|
1 | 6000 | -- | Any | 1 Years |
| Orthopaedic General trauma implant set | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 5
|
5 | 80000 | -- | Any | 1 Years |
| O.T FUMIGATION FOGGING MACHINE | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 8000 | -- | Any | 2 Years |
| ORTHOPEDIC arthroscopy general instrument SET | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 4000 | -- | Any | 1 Years |
| General orthopedic instrument set | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 3
|
3 | 12000 | -- | Any | 1 Years |
| Orthopaedic interlocking intramedullary humerus instruments set | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 32000 | -- | Any | 1 Years |
| ORTHOPEDIC FLEXIBEL REAMER SURGERY INSTRUMENT | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 28000 | -- | Any | 1 Years |
| Orthopaedic pelvic reconstruction instruments set | General Orthopedics |
Address: FEDERAL GOVERNMENT POLYCLINIC (PGMI) G-6/2, ISLAMABAD, Islamabad Capital Territory
Schedule: 120 Days
Quantity: 2
|
2 | 24000 | -- | Any | 1 Years |
Yes
| Item | UNSPSC | Related Services |
|---|---|---|
| Orthopedic Operating Table with Traction Accessories. | Operating room patient fracture tables or orthopedic tables | All requirements/work related to onsite installation, demo and training of end user. |
| Cautery Unit | Electrosurgical or electrocautery accessories or attachments, bipolar sealers | All requirements/work related to onsite installation, demo and training of end user. |
| 2D OPERATIVE ARTHROSCOPY TOWER FOR ADULTS INCLUDING SHAVER SYSTEM | General Laparoscopy | All requirements/work related to onsite installation, demo and training of end user. |
| ORTHOPAEDIC PNEUMATIC CANULLATED SAW | Surgical hand drill bits | All requirements/work related to onsite installation, demo and training of end user. |
| ORTHOPAEDIC PNEUMATIC DRILL AND REAMER | Surgical hand drill bits | All requirements/work related to onsite installation, demo and training of end user. |
| POP PLASTER CUTTER | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| ORTHOPEDIC ELECTRONIC PNEUMATIC | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| orthropaedic large fragment instrument for standard and locked plating | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| ORTHOPEDIC SMALL FRAGMENT INSTRUMENT SET | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| ORTHOPEDIC MINI FRAGMENT INSTRUMENT SET | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| General orthopedic instrument set | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| Orhtopaedic proximal femoral intramedullary nail instrument set | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| ORTHOPEDIC knee arthroscopy ACL and PCL | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| Orthopaedic interlocking intramedullary instruments set | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| ORTHOPEDIC FLEXIBEL REAMER SURGERY INSTRUMENT | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| Orthopaedic removal of intramedullary instruments set | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| Orthopaedic TBW instruments | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| Orthopaedic kenn meniscus repair set | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| Orthopaedic shoulder arthroscopy instrument set | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| Orthopaedicpaediatric Elastic nial instrument set | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| Orthopaedic ilizarov instruments set | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| PORTABLE ETO STERILIZER | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| Orthopaedic DHSDCS instruments set | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| Orthopaedic General trauma implant set | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| O.T FUMIGATION FOGGING MACHINE | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| ORTHOPEDIC arthroscopy general instrument SET | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| General orthopedic instrument set | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| Orthopaedic interlocking intramedullary humerus instruments set | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| ORTHOPEDIC FLEXIBEL REAMER SURGERY INSTRUMENT | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
| Orthopaedic pelvic reconstruction instruments set | General Orthopedics | All requirements/work related to onsite installation, demo and training of end user. |
Items Without Lots :
Item: Orthopedic Operating Table with Traction Accessories.
UNSPSC: Operating room patient fracture tables or orthopedic tables
Specifications / Requirements:
| Orthopedic Operating Table with Traction Accessories. | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : Orthopedic Department | |||
| Name: Orthopedic Operating Table with Traction Accessories. | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe with any one certification (MHLW, FDA, CE,). | ||
| 4 | Warranty: Two 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 | ||
| 11 | Electro-hydraulic table drive with high precision of movements. | ||
| i | Adjustment of table height with an accuracy of no worse than 0.5 mm or better | ||
| ii | Adjustment of tilts with an accuracy of no worse than 0.1° or better | ||
| iii | The table is equipped with an anti-collision system that prevents (in the case of the side and longitudinal tilt function with all segments of the table top set in one plane) from hitting the table top on the floor and causing a threat to the patient's life and damage to the table. | ||
| 12 | Table top configuration: | ||
| plate headrest for the entire width of the tabletop, (Better or More) | |||
| backrest with the possibility of chest elevation (two-segment), (Better or More) | |||
| seat plate, (Better or More) | |||
| footrests: left and right. (Better or More) | |||
| Tabletop equipped with detachable and interchangeable head and foot section plates. (Better or More) | |||
| The tabletop segments are equipped on both sides with stainless steel side rails, acid-resistant for attaching equipment. (Better or More) | |||
| Side rails in the backrest and seat segments are equipped at both ends with stops to secure the equipment against accidental falling out. | |||
| 13 | Table top length: 2060 mm (±20 mm ) (Better or More) | ||
| 14 | Total tabletop width: 550 mm ( ± 20 mm ) (Better or More) | ||
| 15 | Height adjustment without mattresses: 680 to 1080 mm ( ± 20 mm ) (Better or More) | ||
| 16 | Backrest adjustment: - 40 to 80° ( ± 2) (Better or More) | ||
| 17 | Headrest adjustment: - 50 to 55° ( ± 2 ) (Better or More) | ||
| 18 | Lateral tilt min. ±30 mm (min. 30 left and right) (Better or More) | ||
| 19 | Trendelenburg tilt min: 40° or better | ||
| 20 | Reverse Trendelenburg tilt min. : 40° or better | ||
| 21 | Adjustment of the angle of inclination of the footrests in the vertical plane: - 90 to 30 °( ± 2 ) or better | ||
| 22 | Longitudinal shift of the table top : min. 400 mm realized by electromechanical drive for full cooperation with the C-arm (Better or More) | ||
| 23 | The remote controller is equipped with a color touch screen display, operable while wearing medical gloves. The display provides real-time visualization of the following: | ||
| the current position of all table sections, (Better or More) | |||
| movement changes as adjustments are made, (Better or More) | |||
| the current battery charge status. (Better or More) | |||
| Additional features include: | |||
| LED backlighting for active functional control buttons, | |||
| three-speed selection modes (high, medium, low), | |||
| memory function to store up to 8 user-defined positions and 2 pre-set positions, (Better or more) | |||
| adjustable sleep mode timer (configurable from 1 to 60 minutes). (Better or more) | |||
| For enhanced safety and operational feedback: | |||
| when a movement limit is reached (e.g., longitudinal tilt), the corresponding symbol turns red, | |||
| if movement is not possible, a warning symbol and error code are additionally displayed. | |||
| 24 | Adjust the following positions with the remote control: | ||
| - height adjustment | |||
| - backrest segment adjustment | |||
| - flex/reflex function | |||
| - kidney elevator | |||
| - longitudinal and lateral tilt | |||
| - "0" position from one button | |||
| - Trendelenburg/reversTrendelenburg, | |||
| - Tabletop orientation | |||
| 25 | 24 V battery power supply – charger built into the base of the table (Better or more) | ||
| 26 | Table column and base covers made of stainless steel, matte electropolished | ||
| 27 | Low-profile table base to ensure collision-free operation of the table with a C-arm machine during procedures requiring continuous patient imaging. | ||
| 28 | The backrest plate is divided in a 1:2 ratio with the possibility of electrohydraulic chest elevation controlled by a remote control – both lifting and re-leveling the top ("zeroing" the elevation) controlled by a remote control. | ||
| 29 | X-ray permeable table top with the possibility of taking X-ray images and the possibility of monitoring the patient with the use of the C-arm (shift of min. 400 mm) – guides for the X-ray cassette at least in the segment of the headrest, backrest and seat. (Better or more) | ||
| 30 | Antistatic and latex-free anti-decubitus mattresses. Mattress covers made of waterproof and breathable material. | ||
| Mattress thickness minimum 70 mm(Better or more) | |||
| 31 | Permissible dynamic load of the table (in every position): min. 275 kg (Better or more) | ||
| 32 | Permissible static load of the table (tabletop level, centrally arranged in relation to the column, up/down movement): min. 460 kg (Better or more) | ||
| GENERALN ACCESSORIES | |||
| 33 | Arm support (2 pc) | ||
| 34 | Hand Strap (2 pc) | ||
| 35 | Abdominal strap (1 pc) | ||
| 36 | Infusion holder (1 Pc) | ||
| 37 | Anesthetic frame (1 pc) / Anesthesia Screen (1Pc) | ||
| 38 | Side-shoulder support (2 pc) | ||
| 39 | Lithotomy poles with attachments (2Pc) | ||
| 40 | Orthopedic Surgery Attachments | ||
| i) Orthopedic attachment with Extension device (1Pc). | |||
| ii) Counter Traction post for parinial with a mattress for thigh support (1Pc) | |||
| iii) Arthroscopy Leg Holder with clamp | |||
| iv) Maniscus positioning device with clamp | |||
| v) Adopter for head position | |||
| vi) Foot support (1Pc) | |||
| vii) Tibia and Fabula extension assembly(to provide tibia and fabula traction) | |||
| viii) Triangular support pelvis width extender (1Pc) | |||
| ix) Hip support side position (1Pc) | |||
| x) Upper Arm extension device with clamp (2Pc) | |||
| xi) Knee support for side positions (1Pc) | |||
| xii) Trolley for orthopedic attachment (1Pc) | |||
| xiii) Mobile stand for additional equipment of orthopedic attachment (1Pc) | |||
| xiv) Lateral femure extension assembly (to provide femur traction) | |||
| xv) Laminectomy frame (1Pc) | |||
| xvi) Mayfield headrest (1Pc) | |||
| xvii) Back Plate for shoulder operation with helmet and body strap (Shoulder Arthroscopy)(1pc) | |||
| OPTIONAL: | |||
| Radiolucent accessories for Orthopaedic surgery | |||
Item: Cautery Unit
UNSPSC: Electrosurgical or electrocautery accessories or attachments, bipolar sealers
Specifications / Requirements:
| Cautery Unit | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : Orthopaedic | |||
| Name: Cautery Unit | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, Japan & Europe with any one certification (MHLW, FDA, CE). | ||
| 4 | Warranty: Two 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 | Universal electrosurgical platform with microprocessors of the latest generation providing energies adapted in real time to the evolution of the tissues (Better or More) | ||
| 370 W complete electrosurgical unit, with a wide range of monopolar and bipolar effects (Better or More) | |||
| Specific waveforms dedicated to endoscopic polypectomy (Better or More) | |||
| A unique all-in-one system, which can seal, dissect and cut, (Better or More) | |||
| Memorization of the surgeon’s personal adjustments minimum 99 programs (Better or More) | |||
| 3 High Frequency outlets: 1 monopolar, 1 bipolar and 1 vessel sealing (Better or More) | |||
| Saline cut under saline irrigation wit Plasma Edge technology (Better or More) | |||
| Recognition of the vessel sealing instruments | |||
| Optional Reusable cutting and sealing forceps | |||
| Monopolar Cuts: 200 - 370W or better in Endo, Blend and Forced Pure cut mode (Better or More) | |||
| Monopolar Cuts under liquid: 340W or better for transurethral resection of prostate (TURP) or the bladder (TURB) etc. (Better or More) | |||
| Monopolar Coagulations: 100-170W or better in Fulgration, Dessication and Soft Coagulation mode(Better or More) | |||
| Bipolar Coagulations: 100-170W or better in Soft coagulation, forced coagulation and saline plasma coagulation mode (Better or More) | |||
| Vessel Sealing System: 150W or better with sealing of vascular walls upto 7mm of diameter with reusable vessel sealing forceps (Better or More) | |||
| User interface keyboard with HF Power digital display (Better or More) | |||
| Adjustments: 1W / step for power < 50W and 5W / step for power > 50W (Better or More) | |||
| Storage of the setting parameters i.e. cut and coagulation modes, power adjustments (Better or More) | |||
| Twin footswitches for monopolar and bipolar cuts and coagulations | |||
| Single footswitch for bipolar coagulations and vessel sealing | |||
| Optional: | |||
| Coagulation with Argon Module: 100 W or better | |||
Item: 2D OPERATIVE ARTHROSCOPY TOWER FOR ADULTS INCLUDING SHAVER SYSTEM
UNSPSC: General Laparoscopy
Specifications / Requirements:
| 2D OPERATIVE ARTHROSCOPY TOWER FOR ADULTS INCLUDING SHAVER SYSTEM | ||||
|---|---|---|---|---|
| Sr.# | Description | Compliance Status Yes/No | Quantity | Page# |
| Department: ORTHOPAEDIC DEPARTMENT (Item # 3) | ||||
| Name: 2D OPERATIVE ARTHROSCOPY TOWER FOR ADULTS INCLUDING SHAVER SYSTEM | ||||
| Quantity: 02 | ||||
| Description | ||||
| 1 | Brand | |||
| 2 | Make & Model | |||
| 3 | Country of Manufacturer: USA,EUROPE &JAPAN with any one certification (MHLW,FDA AND CE) | |||
| 4 | Warranty: Two 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 | 32" Full HD 2D/3D MONITOR (SAME MANUFACTURER) | 1 | ||
| Medically Approved Monitor | ||||
| 2D/3D Switiching Button | ||||
| Panel Type: LCD (IPS) | ||||
| LED Backlight | ||||
| Anti-Reflective Panel | ||||
| Max Brightness(cd/m2): 650 | ||||
| Resolution: 1920 x 1080 | ||||
| Viewing Angle: 178 deg | ||||
| Contrast Ratio : 1400:1 | ||||
| Aspect Ratio: 16:9 | ||||
| PiP and PoP Function | ||||
| Video Input: 2x 3G-SDI; 1x S-Video; 1x Video; 2x DVI; 1x RGB | ||||
| Video Output: 2x 3G-SDI; 1x DVI; 1x SVideo; 1x Video; 1x RGB | ||||
| Max Power Consumption: 97W | ||||
| Weight: 10.2 Kg | ||||
| 2 | 2D CAMERA CONTROL UNIT | 1 | ||
| CMOS Chip Technology Produces True to Life Image | ||||
| Display of Color Bars if no Camera Head is Connected to CCU | ||||
| 4 Pre-installed profiles (General, Uro, Gyn, Cardio/Thoracic) | ||||
| Within each Profile Following Settings can be Modified | ||||
| (Brightness, Digital Zoom, Contast, Edge Enhancement) | ||||
| Image Enhancement Modes: Red Enhancement, | ||||
| Smoke Reduction, PoP, Status Indicators On Screen | ||||
| Combination Mode of Red Enhancement and Smoke reduction | ||||
| 3 Freely programmable profiles in addition to 4 Pre-Installed | ||||
| 4 Control Buttons on Camera Head & CCU Front to control | ||||
| (Light Siource, Menu, Automatic White Balance, and | ||||
| conrolling Image/Video Recording) | ||||
| White Blance Control From CCU and Camera Head | ||||
| Automatic Light Intensity Control in Comination of LED | ||||
| Connectors on Back Side: | ||||
| 2x DVI-D, 2x 3G-SDI, 1x HD-SDI, MIS-BUS, Mains Power, LAN, | ||||
| USB (Service). 2x 3.5mm jacks | ||||
| Classification: I | ||||
| CF Defibrillation Safe | ||||
| 3 | CMOS ZOOM CAMERA HEAD | 1 | ||
| Image Sensor: CMOS | ||||
| Sensor Resolution: Native Full HD(1920x1080p) | ||||
| Scan Mode: Progressive Scan | ||||
| Focal Length: 14mm to 28mm | ||||
| Shutter Speed: 1/60 to 1/60,000s | ||||
| Optical Zoom: 2.0 x | ||||
| Digital Zoom: 1.8x | ||||
| 4 Control Buttons on Camera Head & CCU Front to control | ||||
| (Light Siource, Menu, Automatic White Balance, and | ||||
| conrolling Image/Video Recording) | ||||
| Remote Control Functions: 8 (7 are freely selectable) | ||||
| Camera Head can be Connected to 2D or 3D CCU | ||||
| (No Loss of 2D Technology even after upgrade) | ||||
| 4 | LED LIGHT SOURCE | 1 | ||
| Lamp lifetime 30,000 Hrs and with Integrated Light Cable Test | ||||
| Light Intensity Control via Rotation Knob Steps of 5 (5-100%) | ||||
| LCD Front Panel | ||||
| Activation/ Deactivation by Camera Head Button | ||||
| Automatic Light Intensity Control Feature | ||||
| Built-in Anti Glare Protection | ||||
| Universal Light Cable Adaptor (Olympus, Storz and Others) | ||||
| Color temperature: 5,665 K(± 6.3%) | ||||
| Light Flux: 2,510 Lumen | ||||
| Weight: 8.5KG | ||||
| Max Power Consumption: 240W | ||||
| Light Source Accessories: | ||||
| 4.1 | Light Cable Adaptor | 1 | ||
| 4.2 | Communication Cable | 1 | ||
| 4.3 | Full HD Light Cable D:4.8mm 2.5m Long | 1 | ||
| 5 | 50L INSUFFLATOR | 1 | ||
| With Integrated Smoke Evacuation and Gas Heating | ||||
| Indication Modes: Standard, Bariartic, Pediatric, Cardio | ||||
| Display of Gas Consumption in Liter | ||||
| Gas Supply Monitoring by Symbols and Acoustic Signals | ||||
| Display: 5.7" Colour Touch Screen | ||||
| Maximum CO2 Gas Flow: 50L/Min | ||||
| Pressure Range: 1-30mmHg | ||||
| Maximum Suction Rate: 12L/Min | ||||
| Inlet Pressure Range: 2.7-80 Bar | ||||
| Insufflator Accessories: | ||||
| 5.1 | Reusable Heating Tube Set F/Insufflation | 1 | ||
| 5.2 | CO2 Filter (1 Box = 25 Units) | 1 | ||
| 5.3 | High Pressure Hose Pipe 5m Length | 1 | ||
| 5.4 | Smoke Evacuation Filter Cassette (1 Pack= 30 PCS) | 1 | ||
| 5.5 | Smoke Evacuation Tube With Filter (1 Pack= 10 PCS) | 1 | ||
| 5.6 | Universal foot Control | 1 | ||
| 6 | ENDOSCOPY EQUIPMENT CART (LOCAL MADE) | 1 | ||
| 7 | ARTHROSCOPY SHAVER SYSTEM:(Must not be same brand, 3rd party acceptable, origin should be USA, EUR, JAPAN) | |||
| 1 | ||||
| ARTHROSCOPY SHAVER SYSTEM: | ||||
| • Motorized system usable for all types of joints | ||||
| • Hand piece with foot pedal | ||||
| • Hand piece with manual control | ||||
| • Forward and backward12000 RPM | ||||
| • Oscillating 8000 | ||||
| • Accessories micro saw and micro drill system | ||||
| • Dual wave arthroscopy water pump | ||||
| • Inflow and outflow irrigation system | ||||
| • optional (any) | ||||
| • Accessories infrared light source | ||||
Item: ORTHOPAEDIC PNEUMATIC CANULLATED SAW
UNSPSC: Surgical hand drill bits
Specifications / Requirements:
| ORTHOPAEDIC OSCILLATING AND RECIPROCATING SAW | ||||
|---|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Quantity | Page # |
| Department: ORTHOPAEDIC DEPARTMENT | ||||
| Name: ORTHOPAEDIC PNEUMATIC CANULLATED SAW | ||||
| Quantity: 02 | ||||
| Description | ||||
| 1 | Brand | |||
| 2 | Make & Model | |||
| 3 | Country of origin: USA, Japan & Europe with one certification (MHLW,FDA, CE). | |||
| 4 | Warranty: Two 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 PARAMETERS | ||||
| S/No | Technical Specification | |||
| 1 | OSCILLATING SAW | 1 | ||
| >Sterile Funnel | ||||
| >0-13000 rpm or better | ||||
| >211*155*77 mm or better | ||||
| 2 | OSCILLATING SAW STRAIGHT | 1 | ||
| >Sterile funnel | ||||
| >0-13000 rpm or better | ||||
| >290*55*84 mm or better | ||||
| 3 | RECIPROCATING SAW | 1 | ||
| >Sterile funnel | ||||
| >0-15000 rpm or better | ||||
| >207*180*55 mm or better | ||||
| With cleaning plate, adaptor and protection guide attachment | ||||
| 4 | NIMH BATTERY with integrated electronic motor | 3 | ||
| 5 | LID | 3 | ||
| 6 | Charger | 1 | ||
| Special Features | ||||
| > Intuitive, clear indicator elements. | ||||
| > Automatic battery check Charge status display electronically controlled charging to avoid memory effect and easy to exchange charging bay for compatibility with | ||||
| > Charging Unit for 04 Batteries charging | ||||
| 7 | Saw Blades | |||
| Reusable Oscillating Saw blade (25,35,75,90,100 mm) with different lengths | 1 | |||
| Reusable Oscillating Saw straight blade (35, 50 mm) with different lengths | 1 | |||
| Reusable Reciprocating Saw blade (34,43, 60, 75 mm) with different lengths | 1 | |||
| SPECIALIZED CONTAINER SYSTEM WITH FIXATION BASKET 5000 TIME AUTOCLAVABLE | ||||
| FIXATION BASKET FOR SAWS | 1 | |||
| BOTTOM FOR 1/1 CONTAINER HEIGHT:187MM | 1 | |||
| PRIMELINE PRO LID 1/1 SIZE | 1 | |||
| MAINS CORD 5M LONG | 1 | |||
Item: ORTHOPAEDIC PNEUMATIC DRILL AND REAMER
UNSPSC: Surgical hand drill bits
Specifications / Requirements:
| Sr.# | Description | Compli ance status Yes/No | Page # | ||||
|---|---|---|---|---|---|---|---|
| Department:ORTHOPAEDIC DEPARTMENT | |||||||
| Name: ORTHOPAEDIC PNEUMATIC DRILL AND REAMER | |||||||
| Quantity: 02 | |||||||
| Description | |||||||
| 1. | Brand | ||||||
| 2. | Make & Model | ||||||
| 3. | Country of Manufacturer: USA, Japan & Europe with any one certification (MHLW, FDA, CE). | ||||||
| 4. | Warranty: Two 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 PARAMETERS | |||||||
| 1 | DRILL AND REAMER | 1 | |||||
| >Easy handling - Titanium housing allows mechanical alkaline | |||||||
| reprocessing | |||||||
| >Reliable - battery and control electronic are not sterilised | |||||||
| >Dual Trigger hand Piece for Forward and Reverse option | |||||||
| >Oscillating and Tapping mode | |||||||
| >Marked for Operating Elements | |||||||
| 2 | DRILL ATTACHMENT (JACOB CHUCK) | 2 | |||||
| Features | |||||||
| Jocobs Chuck | |||||||
| rpm | 0-1,250 or better | ||||||
| 3 | DRILL ATTACHMENT (JACOB CHUCK) | 2 | |||||
| Features | |||||||
| Jocobs Chuck | |||||||
| rpm | |||||||
| 4 | SAGITTAL SAW ATTACHMENT | 2 | |||||
| Features | |||||||
| oscilating frequency 0-17,000 or better | |||||||
| 5 | K-Wire Attachment | 2 | |||||
| Features | |||||||
| for K-wire from 0.6-4.0 mm or better | |||||||
| rpm 0-1,250 or better | |||||||
| 6 | Reamer Attachment | 1 | |||||
| Features | |||||||
| Jocobs Chuck 0.5-7.4 mm or better | |||||||
| rpm 0-250 or better | |||||||
| 7 | NIMH BATTERY with integrated electronic motor | 2 | |||||
| 8 | LID | 2 | |||||
| 9 | Charger | 1 | |||||
| Special Features | |||||||
| > Intuitive, clear indicator elements. | |||||||
| > Automatic battery check Charge status | |||||||
| display electronically controlled charging | |||||||
| to avoid memory effect and easy to exchange | |||||||
| charging bay for compatibility with | |||||||
| > Charging Unit for 04 Batteries charging | |||||||
| Saw Blades | |||||||
| 10 | Reusable Saw blade cutting length 0.5mm/0.5mm total length 25mm/5mm | 1 | |||||
| 11 | Reusable Saw blade cutting length 0.5mm/0.8mm total length 35mm/10mm | 1 | |||||
| 12 | Reusable Saw blade cutting length 0.5mm/0.8mm total length 35mm/20mm | 1 | |||||
| 13 | Reusable Saw blade cutting length 0.7mm/0.9mm total length 50mm/25mm | 1 | |||||
| SPECIALIZED CONTAINER SYSTEM WITH FIXATION BASKET 5000 TIME AUTOCLAVABLE | |||||||
| 14 | FIXATION BASKET FOR DRILL | ||||||
| 1 | |||||||
| 15 | BOTTOM FOR 1/1 CONTAINER HEIGHT:187MM or better | 1 | |||||
| 16 | PRIMELINE PRO LID 1/1 SIZE or better | 1 | |||||
| 17 | MAINS CORD 5M LONG or better | 1 | |||||
Item: POP PLASTER CUTTER
UNSPSC: General Orthopedics
Specifications / Requirements:
| POP PLASTER CUTTER | |||
|---|---|---|---|
| Sr.# | Description | Complaince Status Yes/No | Page # |
| Department: ORTHOPEDIC DEPARTMENT | |||
| Name: POP PLASTER CUTTER | |||
| Quantity: 02 PCS | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| 1 | Plaster cutter (electric)dean soutters type | ||
| 2 | Swing the highest number :more than 12000 times per min | ||
| 3 | Maximum swing rang more than 5 degree | ||
| 4 | Input current :220 VAC, 50 Hz | ||
| 5 | Weight of electric plaster saw 1.14kg | ||
| Optional (any) | |||
| 1 | Light weight and portable | ||
Item: ORTHOPEDIC ELECTRONIC PNEUMATIC
UNSPSC: General Orthopedics
Specifications / Requirements:
| ORTHOPEDIC ELECTRONIC PNEUMATIC | |||
|---|---|---|---|
| Sr.# | Description | Complaince status Yes /No | Page # |
| Department : ORTHOPEDIC DEPARTMENT | |||
| Name: ORTHOPEDIC ELECTRONIC PNEUMATIC | |||
| Quantity: 01 SET | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| FEATURES: | |||
| 1 | Should have option for bier’s block bilateral procedure | ||
| 2 | Cuff pressure range 10 to 450mmhg | ||
| 3 | Timmer range from 9 hours to 59 mintues | ||
| 4 | Alarm audible on timer equaling set value | ||
| 5 | Power 230 vc(Ac)/50 Hz | ||
| 6 | Stabilizer in built | ||
| 7 | Digital display : digital display of set pressure ,actual pressure ,time elapsed and set time | ||
| 8 | Silicon autoclavable cuff ,different sizes of 5 cuff washable and easy fitting (paediatric,small, ,medium, Big and large) | ||
| 9 | Diemension 222.25mm(1)X 139(W)x101.6MM(H) | ||
| 10 | Weight 3.9kg | ||
| Optional (any) | |||
| Rechargeable battery operated system | |||
Item: orthropaedic large fragment instrument for standard and locked plating
UNSPSC: General Orthopedics
Specifications / Requirements:
| orthropaedic large fragment instrument | |||
|---|---|---|---|
| Sr.# | Description | Complaince Status Yes/No | Page# |
| Department : ORTHOPEDIC DEPARTMENT | |||
| Name: orthropaedic large fragment instrument for standard and locked plating | |||
| Quantity: 03 SET | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Large fragment standard system | |||
| The large fragment standard contains the 4.5 and 5.5 implant and related instrument required for DCP plating | |||
| Features : | |||
| · Enables fracture treatment using compression plating with conventional cortex screw | |||
| · The standard system consist of: | |||
| · Large fragment standard instrument set | |||
| · Large fragment standard screw set 5.5mm | |||
| · Large fragment standard screw set 4.5mm/6.5mm | |||
| · Graphics cases | |||
| Large fragment locking system: | |||
| · The large fragment locking system contain the 4.5mm and 5.5mm implant consist fragment locking system instrument set LCP large plate fragment and large fragment locking screw | |||
| · Graphics cases | |||
| Orthropaedic large fragment instrument set accessories | |||
| · Television Devic ,articulated span 20mm | |||
| · Graphics case for large fragment instrument set | |||
| · Drill bit 3.2mm length 195/170mm 2 flute for quick coupling | |||
| · Drill bit 4mm length 197/170mm 2 flute for quick coupling | |||
| · Drill bit 4.5mm length 185/170mm 2 flute for quick coupling | |||
| · Countersink ,large ,length 180mm | |||
| · T-handle | |||
| · Tap 4.5mm ,length 180/110 | |||
| · Tap for cortical screw 5.5mm | |||
| · Tap for cancellous bone screw 6.5mm length 195 | |||
| · Double Drill guid 4.5/3.2mm | |||
| · Double Drill guid 4.5/3.2mm | |||
| Holding sleeve | |||
| · Screw driver shaft ,Hexagonal ,large 3.5mm with groove length 245mm | |||
| · Screw driver shaft, hexagonal large 3.5mm | |||
| · Depth guage for screw 4.5mm to 6.5mm measuring range upto 110mm | |||
| · Television device articulated span 20mm | |||
| · Ratchet wernch for nut ,hexagonal 11.0mm | |||
| · Bone spike length 250mm | |||
| · Bone holding length 300mm | |||
| · Large fragment locking system ascessories | |||
| · Graphics cases | |||
| · Bending template 12 hole,7 hole,9hole | |||
| · Locking drill sleeve | |||
| · Star head screw torque driver 5mm | |||
Item: ORTHOPEDIC SMALL FRAGMENT INSTRUMENT SET
UNSPSC: General Orthopedics
Specifications / Requirements:
| ORTHOPEDIC SMALL FRAGMENT INSTRUMENT SET | ||||
|---|---|---|---|---|
| Sr.# | Description | Complaince Status Yes/No | Quantity | Page# |
| Department : ORTHOPEDIC DEPARTMENT | ||||
| Name: ORTHOPEDIC SMALL FRAGMENT INSTRUMENT SET | ||||
| Quantity: 03 SET | ||||
| Description | ||||
| 1 | Brand | |||
| 2 | Make & Model | |||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | |||
| 4 | Warranty: 1year | |||
| 5 | Original Technical data sheet | |||
| TECHNICAL SPECIFICATIONS | ||||
| WIRING INSTRUMENTS | ||||
| 11 | Aluminum case ,Long ,Yellow( for basic small/ mini fragment/ tube Ex fix and large screw set instrument) | 1 | ||
| 12 | S.S tray for separated instrument | 1 | ||
| 13 | S.S tray for small fragment implant instrument | 1 | ||
| 14 | Drill Bit quick coupling 2.5mm, length 110mm | 2 | ||
| 15 | Drill Bit quick coupling 3.5mm,length 110mm | 2 | ||
| 16 | Small counter sink 2.0mm | 1 | ||
| 17 | Tap quick coupling 3.5mm/2.5mm pitch ,length 110mm | 1 | ||
| 18 | Tap for small cancellous bone screw | 1 | ||
| 19 | T-Handle quick coupling ,length80mm | 1 | ||
| 20 | Double drill sleeve 3.5mm/2.5mm | 1 | ||
| 21 | Insert drill sleeve 3.5mm/2.5mm | 1 | ||
| 22 | Hexagonal screw driver quick coupling 2.5mm a/f | 1 | ||
| 23 | Hexagonal screw driver with fiber handle , 2.5mm a/f for use with holding sleeve for small bone screw | 1 | ||
| 24 | Holding sleeve length 80mm for hexagonal screw driver | 1 | ||
| 25 | Depth Guage for small screw | 1 | ||
| 26 | Sharp hook length 155mm | 1 | ||
| 27 | Clips for plates | 1 | ||
| 28 | Screw forceps | 1 | ||
| Load and neutral drill gudie,3.5mm | 1 | |||
| 29 | Bending Iron for small plates ,slots 2.5mm/4.5mm | 2 | ||
| 30 | Bending plier for finger plates | 1 | ||
| 31 | Template for countering plates small DCP/LCDCP | 3 | ||
| 32 | Wire bending plier ,length 155mm | 1 | ||
| 33 | Bending Iron for Kirshner wire 1.25mm to 2.5mm dia length 120mm | 1 | ||
| 34 | Reduction forceps with points ,wide,length 142mm,ratchet lock | 1 | ||
| Length 140mm,ratchet lock | ||||
| 35 | Bone Holding forceps self -centering ,length 190mm ,speed lock | 1 | ||
| 36 | Retractor ,small, 8mm wide ,short,narrow tip,length 160mm | 1 | ||
| 37 | Periosteal elevator ,round edge ,6mm wide,length 200 mm | 1 | ||
| 38 | Retractor ,15mm wide,length 160mm | 1 | ||
| Optional(any) | ||||
| Orthopaedic small fragment locking instrument set | ||||
| 1 | Locking sleeve 2.5mm | 2 | ||
| 2 | Star head screw drive 2.5mm | 2 | ||
| 3 | Drill bit 2.8mm | |||
| 4 | Small LCP plate titanium 3.5mm implant 6 hole to 10 hole | 500 | ||
| 5 | Small LDCP plate titanium 3.5mm implant 6 hole to 10 hole | 500 | ||
| 6 | 1/3 tubular plate 3.5mm titanium size 14mm to 60mm | 1000 | ||
| 7 | Locking screw 3.5mm titanium 14mm t 60 mm | 1000 | ||
| 8 | Aluminum screw box cortical 3.5mm, and locking 3.5mm ,2mm | 2 | ||
Item: ORTHOPEDIC MINI FRAGMENT INSTRUMENT SET
UNSPSC: General Orthopedics
Specifications / Requirements:
| ORTHOPEDIC MINI FRAGMENT INSTRUMENT SET | ||||
|---|---|---|---|---|
| Sr.# | Description | Complaince Status Yes/No | Quantity | page# |
| Department: ORTHOPEDIC DEPARTMENT | ||||
| Name: ORTHOPEDIC MINI FRAGMENT INSTRUMENT SET | ||||
| Quantity: 02 SET | ||||
| Description | ||||
| 1 | Brand | |||
| 2 | Make & Model | |||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | |||
| 4 | Warranty: 1year | |||
| 5 | Original Technical data sheet | |||
| TECHNICAL SPECIFICATIONS | ||||
| WIRING INSTRUMENTS | ||||
| 11 | Aluminum case ,Long ,Yellow( for basic small/ mini fragment/ tube Ex fix and large screw set instrument) | 1 | ||
| 12 | S.S tray for mini fragment implant | 1 | ||
| 13 | S.S tray separated for instrument | 1 | ||
| 14 | Drill Bit quick coupling 1.1mm | 2 | ||
| 15 | Drill Bit quick coupling 1.5mm | 2 | ||
| 16 | Drill Bit quick coupling 2.0mm | 2 | ||
| 17 | Drill Bit quick coupling 2 7 mm | 2 | ||
| 18 | Countersink shaft length 2.7,length 62mm | 1 | ||
| 19 | Countersink shaft length 1.5mm/2.0 ,length 52mm | 1 | ||
| 20 | Tap quick coupling 1.5mm | 1 | ||
| 21 | Tap quick coupling 2.0mm | 1 | ||
| 22 | Tap quick coupling 2.7mm | 1 | ||
| 23 | Handle with quick coupling | 1 | ||
| 24 | Double drill sleeve 1.5mm /1.1mm | 1 | ||
| 25 | Double sleeve 2.0/1.5 mm | 1 | ||
| 26 | Double drill sleeve 2.7/2.0mm | 1 | ||
| 27 | Hexagonal screw driver quick coupling 2.5mm | 1 | ||
| 28 | Hexagonal screw driver with fiber 2.5mm | 1 | ||
| 29 | Holding sleeve,length 80mm for hexagonal screw driver | 1 | ||
| 30 | Screw driver shaft hexagonal ,with holding sleeve (for 1.1/1.5mm) | 1 | ||
| 31 | Depth Guage for mini small screw | 1 | ||
| 32 | Sharp hook length 155mm | 1 | ||
| 33 | Clips for plates | 1 | ||
| 34 | Screw forcep | 1 | ||
| 35 | Bending Iron for mini /small plates | 1 | ||
| 36 | Bending plier for finger plates | 2 | ||
| 37 | Wire bending plier ,length 175mm | 1 | ||
| 38 | Wire cutter ,short,length 175mm | 1 | ||
| 39 | Bending Iron for Kirshner wire 1.25mm to 2.5mm dia length 120mm | 1 | ||
| 40 | Reduction forcep with points ,wide,length 132mm,ratchet lock | 1 | ||
| 41 | Holding forcep for small plate,length 135mm | 1 | ||
| 42 | Retractor ,small,small 6mm wide ,short,narrow tip,length 160mm | 1 | ||
| 43 | Retractor ,small, 8mm wide ,short,narrow tip,length 160mm | 1 | ||
| 44 | Periosteal elevator ,straight edge ,3mm wide,length 200 mm | 1 | ||
| 45 | Retractor ,15mm wide,length 160mm | 1 | ||
| Optional(any) | ||||
| Orthopaedic mini fragment locking instrument set | ||||
| 1 | Locking sleeve 2mm | 2 | ||
| 2 | Star head screw drive torque 2.mm and 2.7mm | 2 | ||
| 3 | Drill bit 1.1 mm length 110mm | |||
| 4 | Mini fragment LCP plate 2.7mm titmum 4 hole 8 hole | 100 | ||
| 5 | Mini fragment LCP plate 2.5mm titmum 4 hole 10 hole | 100 | ||
| 6 | Mini fragment LCP plate 2.mm titmum 4 hole 10 hole | 100 | ||
| 7 | Aluminum screw box 2.7mm,2.5mm ,2mm | 1 | ||
Item: General orthopedic instrument set
UNSPSC: General Orthopedics
Specifications / Requirements:
| General orthopedic instrument set | ||||
|---|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Quantity | Page# |
| Department: ORTHOPEDIC DEPARTMENT | ||||
| Name: General orthopedic instrument set | ||||
| Quantity: 03 SET | ||||
| Description | ||||
| 1 | Brand | |||
| 2 | Make & Model | |||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | |||
| 4 | Warranty: 1year | |||
| 5 | Original Technical data sheet | |||
| TECHNICAL SPECIFICATIONS | ||||
| Orthopaedic general instrument accessories set: | ||||
| 1 | Aluminum case ,long ,silver (general instrument /wire instrument set) | 1 | ||
| 2 | S-S TRAY separated for instrument | 1 | ||
| 3 | Retractor 8mm wide ,short narrow tip ,length 220mm | 3 | ||
| 4 | Retractor 18mm wide ,long and wide tip ,length 270mm | 3 | ||
| 5 | Periosteal elevator ,curved shaft,14mm wide length 200mm | 3 | ||
| 6 | Periosteal elevator ,round edge,6mm wide length 200mm | 3 | ||
| 7 | Periosteal elevator ,straight shaft,14mm wide length 200mm | 3 | ||
| 8 | Hammer 500g,length 230mm | 3 | ||
| 9 | Chisel handle length 185mm | 3 | ||
| 10 | Chisel blade 10mm wide , length 81mm thickness 0.9mm | 2 | ||
| 11 | Chisel blade 16mm wide ,length 81mm thickness 0.9mm | 2 | ||
| 12 | Chisel blade 25mm wide ,length 81mm thickness 0.9mm | 2 | ||
| 13 | Gouge curved ,for cancellous bone graft,10mm wide, length 250mm | 3 | ||
| 14 | Bone nebular 5mmand 250 length | 3 | ||
| 15 | Wire cutter 15 inches | 3 | ||
| 16 | Wire cutter 22 inches | |||
| Optional (any) | ||||
| 1 | Radiolucent Orthopedic general instruments set | |||
Item: Orhtopaedic proximal femoral intramedullary nail instrument set
UNSPSC: General Orthopedics
Specifications / Requirements:
| Orhtopaedic nail instrument set | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : ORTHOPEDIC DEPARTMENT | |||
| Name: Orhtopaedic proximal femoral intramedullary nail instrument set | |||
| Quantity: 02 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Orthopedic proximal femoral intramedullary nail instrument set | |||
| With all necessary tools | |||
| Note: Corrosion free | |||
Item: ORTHOPEDIC knee arthroscopy ACL and PCL
UNSPSC: General Orthopedics
Specifications / Requirements:
| ORTHOPEDIC knee arthroscopy ACL and PCL | ||||
|---|---|---|---|---|
| Sr.# | Description | Compliance Status Yes/No | Quantity | Page# |
| Department: ORTHOPEDIC DEPARTMENT | ||||
| Name: ORTHOPEDIC knee arthroscopy ACL and PCL | ||||
| Quantity: 01 SET | ||||
| Description | ||||
| 1 | Brand | |||
| 2 | Make & Model | |||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | |||
| 4 | Warranty: 1year | |||
| 5 | Original Technical data sheet | |||
| TECHNICAL SPECIFICATIONS | ||||
| ACL INSTRUMENT ACESSORIES | ||||
| 1 | Tibial tunnel Guide anterior cruciate ligament | 1 | ||
| 2 | Variable angle, tunnel angle between 40 degree and 60 degrees | 1 | ||
| 3 | Tendon striper 6-7mm length 3cm | 3 | ||
| 4 | Dril wire diameter 2.4 mm length 32cm pyramidal shape | 3 | ||
| 5 | Headed bone drill diameter 4,5,6,7,8,9,10 and 11mm should have marking cannulated for use with drill wire diameter 2.4mm | 7 | ||
| 6 | Tendon thickness tester for determination of tendon thickness measurement 6mm to 11mm in 0.5mm increment | 1 | ||
| 7 | Graft preparation board for cleaning and preparing the graft | 1 | ||
| 8 | Femoral tunnel guide anterior cruciate ligament | 1 | ||
| 9 | Handle | 1 | ||
| 10 | Attachment for 4 ,5, 6 ,7 8mm offset | 1 | ||
| 11 | Curette ,over ,large ,curved 10 deg ,length 13cm | 1 | ||
| 12 | Rasp narrow curved ,fine serration length 13cm | 1 | ||
| 13 | Tendon hook | 1 | ||
| 14 | Graduate sackle for measurement of graft | 1 | ||
| 15 | Drilling wire with eye diameter 2.4mm length 38cm spiral shaped polishing | 1 | ||
| 1 | ||||
| PCL instruement accessories | ||||
| 1 | Tibial target guided for PCL | 1 | ||
| 2 | Femoral PCL aimer ,graduate length 14.5cm | 2 | ||
| 3 | Awal for PCL 1.5cm diameter length 20cm | 1 | ||
| 4 | Raspatory ,crescent shaped length 13cm | 1 | ||
| 5 | Blunt spoon for PCL with T shaped handle | 1 | ||
| 6 | Suture retriever for PCL with T shaped handle | 1 | ||
| Optional (any) | ||||
| Basicarthrscopy general instrument set | ||||
| 1 | Probe | 2 | ||
| 2 | Punch | 2 | ||
| 3 | Grasper | 2 | ||
| 4 | Curette | 2 | ||
Item: Orthopaedic interlocking intramedullary instruments set
UNSPSC: General Orthopedics
Specifications / Requirements:
| Orthopaedic interlocking intramedullary instruments set | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department: ORTHOPEDIC DEPARTMENT | |||
| Name: Orthopaedic interlocking intramedullary instruments set | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Orthopaedic interlocking intramedullary instruments set | |||
| With all necessary tools | |||
| Note: Corrosion free | |||
| EXPORT QUALITY | |||
| CE MARKED | |||
Item: ORTHOPEDIC FLEXIBEL REAMER SURGERY INSTRUMENT
UNSPSC: General Orthopedics
Specifications / Requirements:
| ORTHOPEDIC FLEXIBEL REAMER SURGERY INSTRUMENT | ||||
|---|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Quantity | Page# |
| Department : ORTHOPEDIC DEPARTMENT | ||||
| Name: ORTHOPEDIC FLEXIBEL REAMER SURGERY INSTRUMENT | ||||
| Quantity: 01 SET | ||||
| Description | ||||
| 1 | Brand | |||
| 2 | Make & Model | |||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | |||
| 4 | Warranty: 1year | |||
| 5 | Original Technical data sheet | |||
| TECHNICAL SPECIFICATIONS | ||||
| 1 | 1.5mm quick coupling screw drive Hex head | 1 | ||
| 2 | 2.0mm quick coupling screw drive Hex head | 1 | ||
| 3 | 2.5mm quick coupling screw drive Hex head | 1 | ||
| 4 | 4.0mm quick coupling screw drive head | 1 | ||
| 5 | 5.0mm quick coupling screw drive head | 1 | ||
| 6 | 5.5mm quick coupling screw drive head | 1 | ||
| 7 | 1.2mm quick coupling screw drive quadra head | 1 | ||
| 8 | 1.5mm quick coupling screw drive quadra head | 1 | ||
| 9 | 3mm quick coupling screw drive slotted | 1 | ||
| 10 | 6mm quick coupling screw drive Hex slotted | 1 | ||
| 11 | 2mm quick coupling screw drive Hex slotted | 1 | ||
| 12 | 4mm extraction bolt | 1 | ||
| 13 | 5mm extraction bolt | 1 | ||
| 14 | 6.5mm extraction bolt | 1 | ||
| 15 | Mono axial screw driver | 1 | ||
| 16 | Polyaxial screw driver | 1 | ||
| 17 | 2.mm quick coupling screw drive star head | 1 | ||
| 18 | 2.3mm quick coupling screw drive star head | 1 | ||
| 19 | 2.7mm quick coupling screw drive star head | 1 | ||
| 20 | 3mm quick coupling screw drive star head | 1 | ||
| 21 | 3.4mm quick coupling screw drive star head | 1 | ||
| 22 | 3.9mm quick coupling screw drive star head | 1 | ||
| 23 | 5.3mm quick coupling screw drive star head | 1 | ||
| 24 | 2.5mm counter sink | 1 | ||
| 25 | 2.7mm counter sink | 1 | ||
| 26 | 3.5mm counter sink | 1 | ||
| 27 | 4mm counter sink | 1 | ||
| 28 | 2.0mm quick coupling screw driver square | 1 | ||
| 29 | 2mm Hollow Mill | 1 | ||
| 30 | 2.7mm Hollow Mill | 1 | ||
| 31 | 4mm Hollow Mill | 1 | ||
| 32 | 6.5mm Hollow Mill | 1 | ||
| 33 | 8mm Hollow Mill | 1 | ||
| 34 | 10mm Hollow Mill | 1 | ||
| 35 | Quick box coupling spanner 7mm | 1 | ||
| 36 | Quick box coupling spanner 8mm | |||
| 37 | Hollow gouge | 1 | ||
| 38 | plier | 2 | ||
| 39 | 3.5mm nail remover | 1 | ||
| 40 | 4.5mm nail remover | 1 | ||
| 41 | Quick T-Handle straight | 1 | ||
| 42 | Quick T-handle bone hook | 1 | ||
| 43 | 2.7mm carbon drill bit | 1 | ||
| 44 | 2.7 drill bit S.S | 1 | ||
| 45 | 4.0mm drill bit S.S | 1 | ||
| 46 | 5mm drill S.S | 1 | ||
| 47 | Instrument graphic tray with box | 1 | ||
| 1 | ||||
| Optional (any) | ||||
| 1 | Removal of broken intramedullary nail instrument set | 1 | ||
| 2 | Universal chuck 6mm | 2 | ||
Item: Orthopaedic removal of intramedullary instruments set
UNSPSC: General Orthopedics
Specifications / Requirements:
| Orthopaedic removal of intramedullary instruments set | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : ORTHOPEDIC DEPARTMENT | |||
| Name: Orthopaedic removal of intramedullary instruments set | |||
| Quantity: 02 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Orthopaedic removal of intramedullary instruments set | |||
| With all necessary tools | |||
| Note: Corrosion free | |||
| EXPORT QUALITY | |||
| CE MARKED | |||
Item: Orthopaedic TBW instruments
UNSPSC: General Orthopedics
Specifications / Requirements:
| Orthopaedic TBW instruments | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department: ORTHOPEDIC DEPARTMENT | |||
| Name: Orthopaedic TBW instruments | |||
| Quantity: 05 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Orthopaedic TBW instruments | |||
| With all necessary tools | |||
| Note: Corrosion free | |||
| EXPORT QUALITY | |||
| CE MARKED | |||
Item: Orthopaedic kenn meniscus repair set
UNSPSC: General Orthopedics
Specifications / Requirements:
| Orthopaedickenn meniscus repair set | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department: ORTHOPEDIC DEPARTMENT | |||
| Name: Orthopaedickenn meniscus repair set | |||
| Quantity: 02 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Orthopaedickenn meniscus repair set | |||
| With all necessary tools | |||
| Note: Corrosion free | |||
| EXPORT QUALITY | |||
| CE MARKED | |||
Item: Orthopaedic shoulder arthroscopy instrument set
UNSPSC: General Orthopedics
Specifications / Requirements:
| Orthopaedic shoulder arthroscopy instrument set | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : ORTHOPEDIC DEPARTMENT | |||
| Name: Orthopaedic shoulder arthroscopy instrument set | |||
| Quantity: 02 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Orthopaedic shoulder arthroscopy instrument set | |||
| With all necessary tools | |||
| Note: Corrosion free | |||
| EXPORT QUALITY | |||
| CE MARKED | |||
Item: Orthopaedicpaediatric Elastic nial instrument set
UNSPSC: General Orthopedics
Specifications / Requirements:
| Orthopaedicpaediatric Elastic nial instrument set | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department: ORTHOPEDIC DEPARTMENT | |||
| Name: Orthopaedicpaediatric Elastic nial instrument set | |||
| Quantity: 02 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Orthopedic pediatric Elastic nail instrument set | |||
| With all necessary tools | |||
| Note: Corrosion free | |||
| EXPORT QUALITY | |||
| CE MARKED | |||
Item: Orthopaedic ilizarov instruments set
UNSPSC: General Orthopedics
Specifications / Requirements:
| Orthopaedic ilizarov instruments set | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : ORTHOPEDIC DEPARTMENT | |||
| Name: Orthopaedic ilizarov instruments set | |||
| Quantity: 02 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Orthopedic Illizarov instruments set | |||
| With all necessary tools | |||
| Note: Corrosion free | |||
| EXPORT QUALITY | |||
| CE MARKED | |||
Item: PORTABLE ETO STERILIZER
UNSPSC: General Orthopedics
Specifications / Requirements:
| PORTABLE ETO STERILIZER | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : ORTHOPEDIC DEPARTMENT | |||
| Name: PORTABLE ETO STERILIZER | |||
| Quantity: 01 PCS | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA, EUROPE & JAPAN Two certifications mandatory (MHWL,FDA AND CE) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| ETHYLENE OXIDE STERILIZER | |||
| o Ethylene Oxide Sterilizer is microprocessor controlled low temperature single door ethylene oxide sterilizer with automatic, inbuilt aeration cycle and safety interlock for all parameters according to international standards. | |||
| o The electronic controller automatically stop the cycle and displays the error code if errors are detected. | |||
| o Operation without need of water or vacuum lines | |||
| o Compatible with all heat or moisture sensitive devices including endoscopes. | |||
| o Puncturing of the cartridge is under forced vacuum inside chamber / load. | |||
| o 100% EO sterility-based system with most efficacious low temp sterilization option for all types of devices. | |||
| o Operate at a vacuum (i.e., under negative pressure) in a locked chamber for operator safety. | |||
| o The sterilant is gentle on device materials thus extend device life and reduce the need for repairs. | |||
| o The sterilant is relatively be non-corrosive to plastic, metal, or rubber materials. | |||
| o The sterilization and aeration happen in the same cabinet. | |||
| o Hot air circulation inside chamber for even heat distribution. | |||
| o Integrated printer. | |||
| TECHNICAL SPECIFCATIONS | |||
| o Chamber Volume: 101 Liter or more. | |||
| o Cycle Temperature: 2 x programmable cycles i.e., 50°C and 30°C | |||
| o Control: Automatic Cycle stop and show error code in case of error. | |||
| o Display: Digital display to show all parameters and cycle status. | |||
| o Cartridge Loading: Gas Cartridge to be activated inside the Locked and negatively pressured optimized chamber / liner bag. | |||
| o Loading / Unloading: Single Door | |||
| STANDARD ACCESSORIES INCLUDE; | |||
| o 1 x EO Gas Ablator | |||
| o 1 x Self-Contained Biological indicator for EO (Box of 100) | |||
| o 1 x Incubator for SCBI (programmable) | |||
Item: Orthopaedic DHSDCS instruments set
UNSPSC: General Orthopedics
Specifications / Requirements:
| Orthopaedic DHSDCS instruments sets | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Deparment: ORTHOPEDIC DEPARTMENT | |||
| Name: Orthopaedic DHSDCS instruments set | |||
| Quantity: 01 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Orthopedic DHSDCS instruments set | |||
| With all necessary tools | |||
| Note: Corrosion free | |||
| EXPORT QUALITY | |||
| CE MARKED | |||
Item: Orthopaedic General trauma implant set
UNSPSC: General Orthopedics
Specifications / Requirements:
| Orthopaedic General trauma implant set | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : ORTHOPEDIC DEPARTMENT | |||
| Name: Orthopaedic General trauma implant set | |||
| Quantity: 05 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Orthopedic General trauma implant set | |||
| With all necessary tools | |||
| Note: Corrosion free | |||
| EXPORT QUALITY | |||
| CE MARKED | |||
Item: O.T FUMIGATION FOGGING MACHINE
UNSPSC: General Orthopedics
Specifications / Requirements:
| O.T FUMIGATION FOGGING MACHINE | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department: ORTHOPEDIC DEPARTMENT | |||
| Name: O.T FUMIGATION FOGGING MACHINE | |||
| Quantity: 02 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: USA JAPAN & EUROPE any One certification( MHWL,FDA,CE) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Air & SURFACE BIODISINFECTION SYSTEM (UPTO VOLUME 10-1000m3) | |||
| o Automatic Air and all surfaces bio-disinfection system | |||
| o Microprocessor Controlled, touch pad. | |||
| o Portable unit from one room to another | |||
| o Adjustable volume according to room to be treated from 10 m3 to 1,000 m3 | |||
| o Total time taken for disinfection and reopening of standard size OT 60-90 minute | |||
| o Automatic stop and delayed start & remote controlled. | |||
| o Hydrogen per oxide solution be in ready to use form, Closed system | |||
| o System uses total biodegradable disinfectant, Hydrogen peroxide and silver covering full spectrum of activity against all microbes (bactericidal, veridical, fungicidal, sporicidal) in compliant to EN 17 272 to be used in 6% H2O2 / 12% H2O2 depending upon type of treatment safe for healthcare facilities (OEM must have both solutions in portfolio | |||
| o Compatible chemical solutions must be registered as Biocides & listed with EPA. Recommended for use in healthcare facilities | |||
| o Has no Carcinogenic or mutagenic effects. | |||
| o Operate independent of room temperature and humidity. | |||
| o Simple system to set cycle parameters and access to bio decontamination parameters | |||
| o Excellent Material Compatibility including sensitive electronics. | |||
| o Unit is in compliance with CE. | |||
| o Environment friendly practically 100% bio-degradable. | |||
| o The body made of ABS materials or equivalent. | |||
| Technical Specifications: | |||
| o Electric turbine of 1,100 watts | |||
| o Rotation speed of 22,000 rpm | |||
| o No liquid injection pump | |||
| o Dry mist projection by Venturi effect up to 15 meters from the appliance | |||
| o Speed of mist exit : 80m/s | |||
| o Particles size = 5 microns | |||
| o Automatic stop and delayed start, Fire-extinction hood | |||
| o Uses nontoxic biodegradable products | |||
| o Minimum Volume range: 10 m3 | |||
| o Maximum Volume Range: 1000 m3 | |||
| o Traceability interface for documentation system. | |||
| Note: Mandatory To Comply | |||
| o Firm must be exclusive/sole distributor of offered brand & authorization letter must be embassy attested / apostle. | |||
| o Participating firm must have minimum 8-10 years business history with offered brand verifiable from attached Purchase orders / satisfactory reports. . | |||
| o Firms must have enough inventory of chemicals & parts as backup support to ensure the smooth supply chain as well as, seamless after sales services support. | |||
| o The offered brand equipment or chemicals must in use at renowned transplant facilities in Pakistan & Cardiac Facilities from last 5 years with verifiable documentary proofs. | |||
Item: ORTHOPEDIC arthroscopy general instrument SET
UNSPSC: General Orthopedics
Specifications / Requirements:
| Arthroscopy General Instrument SET | ||||
|---|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Quantity | Page # |
| Department : ORTHOPEDIC DEPARTMENT | ||||
| Name: ORTHOPEDIC arthroscopy general instrument SET | ||||
| Quantity: 01SET | ||||
| Description | ||||
| 1 | Brand | |||
| 2 | Make & Model | |||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | |||
| 4 | Warranty: 1year | |||
| 5 | Original Technical data sheet | |||
| TECHNICAL SPECIFICATIONS | ||||
| Arthroscopy punches | ||||
| 1 | Oval punch length 125, tip profile 1.9mm ,bit width 1.90 jaw width 3.mm | 2 | ||
| 2 | Basket punch blunt ,length 125mm tip profile 2.52mm bite width 3.20mm jaw width 3.0mm | 2 | ||
| 3 | Duck punches small Up-biter, length 125mm sheath straight tip profile 2.52 bite width 2.50mm tip width 4.15mm | 2 | ||
| 4 | Meniscus elevator length 125mm ,tip profile 1.90 bite width 1.80,tip width 3.2 | 2 | ||
| 5 | Scissor punches length 125mm,tip profile 2.20mm bite width 2.80 | 2 | ||
| 6 | Rotatory basket punches jaw 90 tip profile 1.60mm bite width 2.20mm tip width 4.10mm | 2 | ||
| 7 | Back bitter length 125mm left and right tip profile 3.93 bite width 2.30 tip width 5.58 | 2 | ||
| 8 | Hook scissors length 125mm l, straight ,left and right | 3 | ||
| ARTHROSCOP GRASPER : | ||||
| 1 | Grasper ,raptor style ,length 125mm | 1 | ||
| 2 | Grasper ,1X2 teeth ,length 125mm | 1 | ||
| 3 | Grasper ,cupped serrated ,length 125,jaw width 3.4mm classic handle | 1 | ||
| 4 | Alligator grasper 2.7mm,125mm straight sheath classic handle | 1 | ||
| 5 | Alligator grasper , Up-biter r 2.7 Up-biter 125mm straight slide lock handle | 1 | ||
| 6 | Tissue grasper 125mm with 2mm channel and classic handle | 1 | ||
| Arthroscopy hook probe : | ||||
| 1 | Hook probe pointed with triangular handle | 2 | ||
| 2 | Hook probe ,graduated ,2.5mm with silicon handle | 1 | ||
| 3 | Hook probe graduated 0.4mm with silicon handle | 1 | ||
| Arthroscopy spoon: | ||||
| 1 | spoon graduate 0.3mm with silicon handle | 1 | ||
| Arthroscopy ring curette | ||||
| 1 | Ring curettes 15 degree 5mm with silicon | 1 | ||
| Arthroscopy knives: | ||||
| 1 | Hook knife ,sickle knife ,knife serrated 3mm with silicon handle | 5 | ||
| Arthroscopy meniscotomies smile | ||||
| 1 | Menscotome smiles size 3mm,0.5mm ,0.7mm with silicon handle | 3 | ||
| Arthroscopy cartilage rasp: | ||||
| 1 | Cartilage rasp fine and rough with silicon handle | 3 | ||
| Arthroscopy chondrol pick | ||||
| 1 | Chondrol ick straight ,125 angled | 2 | ||
| Arthroscopy knot pusher | ||||
| 1 | Knot pusher closed ,length 220 | 1 | ||
| Arthroscopy suture passer | ||||
| 1 | Scorpion suture passer length 170mm with single use nitinol needle | 1 | ||
Item: General orthopedic instrument set
UNSPSC: General Orthopedics
Specifications / Requirements:
| General orthopedic instrument set | ||||
|---|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Quantity | Page# |
| Department: ORTHOPEDIC DEPARTMENT | ||||
| Name: General orthopedic instrument set | ||||
| Quantity: 03 SET | ||||
| Description | ||||
| 1 | Brand | |||
| 2 | Make & Model | |||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | |||
| 4 | Warranty: 1year | |||
| 5 | Original Technical data sheet | |||
| TECHNICAL SPECIFICATIONS | ||||
| Orthopaedic general instrument accessories set: | ||||
| 1 | Aluminum case ,long ,silver (general instrument /wire instrument set) | 1 | ||
| 2 | S-S TRAY separated for instrument | 1 | ||
| 3 | Retractor 8mm wide ,short narrow tip ,length 220mm | 3 | ||
| 4 | Retractor 18mm wide ,long and wide tip ,length 270mm | 3 | ||
| 5 | Periosteal elevator ,curved shaft,14mm wide length 200mm | 3 | ||
| 6 | Periosteal elevator ,round edge,6mm wide length 200mm | 3 | ||
| 7 | Periosteal elevator ,straight shaft,14mm wide length 200mm | 3 | ||
| 8 | Hammer 500g,length 230mm | 3 | ||
| 9 | Chisel handle length 185mm | 3 | ||
| 10 | Chisel blade 10mm wide , length 81mm thickness 0.9mm | 2 | ||
| 11 | Chisel blade 16mm wide ,length 81mm thickness 0.9mm | 2 | ||
| 12 | Chisel blade 25mm wide ,length 81mm thickness 0.9mm | 2 | ||
| 13 | Gouge curved ,for cancellous bone graft,10mm wide, length 250mm | 3 | ||
| 14 | Bone nebular 5mmand 250 length | 3 | ||
| 15 | Wire cutter 15 inches | 3 | ||
| 16 | Wire cutter 22 inches | |||
| Optional (any) | ||||
| 1 | Radiolucent Orthopedic general instruments set | |||
Item: Orthopaedic interlocking intramedullary humerus instruments set
UNSPSC: General Orthopedics
Specifications / Requirements:
| Orthopaedic interlocking intramedullary humerus instruments set | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department : ORTHOPEDIC DEPARTMENT | |||
| Name: Orthopaedic interlocking intramedullary humerus instruments set | |||
| Quantity: 02 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Orthopedic interlocking intramedullary humerus instruments set | |||
| With all necessary tools | |||
| Note: Corrosion free | |||
| EXPORT QUALITY | |||
| CE MARKED | |||
Item: ORTHOPEDIC FLEXIBEL REAMER SURGERY INSTRUMENT
UNSPSC: General Orthopedics
Specifications / Requirements:
| ORTHOPEDIC FLEXIBEL REAMER SURGERY INSTRUMENT | ||||
|---|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Quantity | Page # |
| Department: ORTHOPEDIC DEPARTMENT | ||||
| Name: ORTHOPEDIC FLEXIBEL REAMER SURGERY INSTRUMENT | ||||
| Quantity: 01 SET | ||||
| Description | ||||
| 1 | Brand | |||
| 2 | Make & Model | |||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | |||
| 4 | Warranty: 1year | |||
| 5 | Original Technical data sheet | |||
| TECHNICAL SPECIFICATIONS | ||||
| 1 | Flexible reamer 7.5mm | 1 | ||
| 2 | Flexible reamer 8.0mm | 1 | ||
| 3 | Flexible reamer 8.5mm | 1 | ||
| 4 | Flexible reamer 9.0mm | 1 | ||
| 5 | Flexible reamer 9.5mm | 1 | ||
| 6 | Flexible reamer 10.0mm | 1 | ||
| 7 | Flexible reamer 10.5mm | 1 | ||
| 8 | Flexible reamer 11.0mm | 1 | ||
| 9 | Flexible reamer 11.5mm | 1 | ||
| 10 | Flexible reamer 12mm | 1 | ||
| 11 | Flexible reamer 12.5mm | 1 | ||
| 12 | Flexible reamer 13mm | 1 | ||
| 13 | T-handle with quick coupling | 1 | ||
| 14 | Aluminum box | 1 | ||
Item: Orthopaedic pelvic reconstruction instruments set
UNSPSC: General Orthopedics
Specifications / Requirements:
| Orthopaedic pelvic reconstruction instruments set | |||
|---|---|---|---|
| Sr.# | Description | Compliance status Yes/No | Page # |
| Department: ORTHOPEDIC DEPARTMENT | |||
| Name: Orthopaedic pelvic reconstruction instruments set | |||
| Quantity: 02 | |||
| Description | |||
| 1 | Brand | ||
| 2 | Make & Model | ||
| 3 | Country of Manufacturer: LOCAL EXPORT QUALITY (CE & ISO13485) | ||
| 4 | Warranty: 1year | ||
| 5 | Original Technical data sheet | ||
| TECHNICAL SPECIFICATIONS | |||
| Orthopedic pelvic reconstruction instruments set | |||
| With all necessary tools | |||
| Note: Corrosion free | |||
| EXPORT QUALITY | |||
| CE MARKED | |||
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 Orthopedic 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.:P22451
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 Orthopedic Department under PSDP project for financial year 2025-26 & 2026-27. (P22451) 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 themunder 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