B I D D I N G D OCUMENT (PROCUREMENT OF SERVICES)

(MAINTENANCE & MANAGEMENT OF ELECTRO-MEDICAL EQUIPMENT)

Primary & Secondary Healthcare Department Government of the Punjab 37D, Main Gulberg, Off Zafar Ali Road, Lahore,

Table of Contents

Part I – Bidding Procedures...... 4 Section I. Instructions to Bidders ...... 5 Section II. Bidding Data Sheet ...... 23 Section III. Bidding Forms ...... 28 Section IV. Scope of Services ...... 33

Part II – Conditions of Contract and Forms ...... 37 Preface ...... 42 Letter of Acceptance ...... 43 Form of Contract ...... 44 Section A: General Conditions of Contract (GCC) ...... 46 Section B. Special Conditions of Contract ...... 57 Annexure-A ...... 60 Annexure-B ...... 94 Annexure-C ...... 97 Annexure-D ...... 115 Annexure-E ...... 116 Annexure-F ...... 119 4 Section 1: Instruction to Bidders

Part I – Bidding Procedures Part 1: Bidding Procedures 5

Section I. Instructions to Bidders

Table of Clauses

A. General ...... 7 Definition ...... 7 Scope of Bid ...... 8 Eligible bidder ...... 8 Conflict of Interest ...... 8 One Bid per Bidder ...... 9 Cost of Bidding ...... 10 Site Visit...... 10

B. Bidding Documents ...... 10 Content of Bidding Documents ...... 10 Clarification of Bidding Documents ...... 10 Amendment of Bidding Documents ...... 11

C. Preparation of Bids ...... 11 Language of Bid ...... 11 Documents Comprising the Bid ...... 11 Bid Prices ...... 11 Currencies of Bid and Payment ...... 12 Bid Validity ...... 12 Bid Security ...... 12 Alternative Proposals by Bidders ...... 13 Technical and Financial Proposal Format and Content ...... 13

D. Submission of Bids ...... 14 Sealing and Marking of Bids ...... 14 Deadline for Submission of Bids ...... 15 Late Bids ...... 15 Modification and Withdrawal of Bids ...... 15

E. Bid Opening and Evaluation ...... 15 Bid Opening ...... 15 Technical Proposals Evaluation ...... 16 Opening of Financial Proposals ...... 16 Financial Proposal Evaluation ...... 17 Process to Be Transparent ...... 17 Clarification of Bids ...... 17 Examination of Bids and Determination of Responsiveness ...... 18 Correction of Errors ...... 18 Non-Preferential Treatment ...... 19

F. Award of Contract ...... 19 Award Criteria ...... 19 6 Section 1: Instruction to Bidders

Procuring Agency’s Right to Accept or Reject all Bids ...... 19 Notification of Award and Signing of Agreement ...... 19 Performance Security ...... 20 Arbitration ...... 20 Corrupt or Fraudulent Practices ...... 20

Part 1: Bidding Procedures 7

Instructions to Bidders (ITB) A. General

Definition 1.1 “Affiliate(s)” means an individual or an entity that directly or indirectly controls, is controlled by, or is under common control with the Bidder. 1.2 “Applicable Rules” means the Punjab Procurement Rules 2014 (amended January 2016)) governing the selection and Contract award process as set forth in this RFP. 1.3 “Applicable Law” means the laws of Islamic Republic of Pakistan, as they may be issued and in force from time to time. 1.4 “Client” means the procuring agency that signs the Contract for the Services with the selected Bidder. 1.5 “Bidder” means a legally-established professional firm or an entity that may provide or provides the Services to the Client under the Contract. 1.6 “Contract” means a legally binding written agreement signed between the Client and the Bidder and includes all the attached documents listed in its General Conditions of Contract (GCC), Special Conditions of Contract (SCC), and the Appendices. 1.7 “Data Sheet” (BDS) means an integral part of the Instructions to Bidder (ITB) that is used to reflect specific conditions to supplement assignment, but not to over-write, the provisions of the ITB. 1.8 “Day” means a calendar day. 1.9 “Government” means the Government of the Punjab. 1.10 “Joint Venture (JV)” means an association with or without a legal personality distinct from that of its members, of more than one Bidder where one member has the authority to conduct all business for and on behalf of any and all the members of the JV, and where the members of the JV are jointly and severally liable to the Client for the performance of the Contract. 1.11 “ITB” means the Instructions to Bidder that provides the shortlisted Bidders with all information needed to prepare their Proposals. 1.12 “LOI” means the Letter of Invitation being sent by the Client to the Bidders. 1.13 “Proposal” means the Technical Proposal and the Financial Proposal of the Bidder. 8 Section 1: Instruction to Bidders

1.14 “RFP” means the Request for Proposals to be prepared by the Client for the selection of Bidders. 1.15 “Services” means the work to be performed by the Firm pursuant to the Contract. 1.16 “Sub-Bidder” means an entity to whom the Bidder intends to subcontract any part of the Services while remaining responsible to the Client during the performance of the Contract. 1.17 “TORs” means the Terms of Reference that explain the objectives, scope of work, activities, and tasks to be performed, respective responsibilities of the Client and the Bidder, and expected results and deliverables of the assignment. Scope of Bid 2.1 The Procuring Agency, as defined in the Bidding Data Sheet (BDS), invites bids for the Services, as described in the Appendix IV – scope of services to the Contract. The name and identification number of the Contract is provided in the BDS. 2.2 The successful Bidder will be expected to commence the performance of the Services by the Intended commencement Date provided in the BDS. Eligible 3.1 All bidders shall provide in Section III, Bidding Forms, a bidder statement that the Bidder (including all members of a joint venture and subcontractors) is not associated, nor has been associated in the past, directly or indirectly, with the consultant or any other entity that has prepared the design, specifications, and other sections of this bidding document. A firm that has been engaged by the Procuring Agency to provide Consultant Services for the preparation or supervision of the Services, and any of its affiliates, shall not be eligible to bid. 3.2 Government-owned enterprises may only participate if they are legally and financially autonomous, operate under commercial law, and are not a dependent agency of the Government. 3.3 Bidders shall not be under a declaration of blacklisting by any Government department or Punjab Procurement Regulatory Authority (PPRA) 3.4 The Procuring Agency permits Bidders, including Consortiums, Joint Ventures and their individual members to offer services. Conflict of 4.1 The Bidder is required to provide professional, objective, and Interest impartial advice, at all times holding the Client’s interests paramount, strictly avoiding conflicts with other assignments Part 1: Bidding Procedures 9

or its own corporate interests, and acting without any consideration for future work. 4.2 The Bidder has an obligation to disclose to the Client any situation of actual or potential conflict that impacts its capacity to serve the best interest of its Client. Failure to disclose such situations may lead to the disqualification of the Bidder or the termination of its Contract and/or sanctions by the Procuring Agency. 4.3 Without limitation on the generality of the foregoing, and unless stated otherwise in the Data Sheet, the Bidder shall not be hired under the circumstances set forth below: Conflicting 4.3.1 A firm that has been engaged by the Client to provide activities goods, works or services other than Services for a project, and any of its affiliates, shall be disqualified from providing Services related to those goods, works or

services. Conversely, a firm hired to provide Services for the preparation or implementation of a project, and any of its affiliates, shall be disqualified from subsequently providing goods or works or services other than Services

resulting from or directly related to the firm’s Services for such preparation or implementation. For the purpose of this paragraph, services other than Services are defined as those leading to a measurable physical output, for example

surveys, exploratory drilling, aerial photography, and satellite imagery. Conflicting 4.3.2 Service Provider (including its Personnel and Sub- Service assignments Provider) or any of its affiliates shall not be hired for any assignment that, by its nature, may be in conflict with another assignment of the Service Provider to be

executed for the same or for another Client Conflicting relationship 4.3.3 A Service Provider (including its Personnel and Sub- Service Provider) that has a business or family relationship with a member of the Client’s staff who is directly or indirectly involved in any part of (I) the preparation of the Terms of Reference of the assignment, (ii) the selection process for such assignment, or (iii) supervision of the Agreement, may not be awarded an Agreement, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the Client throughout the selection process and the execution of the Agreement One Bid per 5.1 Each Bidder shall submit only one Bid, either individually or as Bidder a partner in a joint venture. A Bidder who submits or participates in more than one Bid (other than as a subcontractor or in cases of alternatives that have been permitted or 10 Section 1: Instruction to Bidders

requested) will cause all the proposals with the Bidder’s participation to be disqualified. Cost of 6.1 The Bidder shall bear all costs associated with the preparation Bidding and submission of his Bid, and the Procuring Agency will in no case be responsible or liable for those costs. Site Visit 7.1 The Bidder, at the Bidder’s own responsibility and risk, is encouraged to visit and examine the Site of required Services and its surroundings and obtain all information that may be necessary for preparing the Bid and entering into a contract for the Services. The costs of visiting the Site shall be at the Bidder’s own expense. B. Bidding Documents

Content of 8.1 The set of bidding documents comprises the documents listed in Bidding the table below and addenda issued in accordance with ITB Clause Documents 10: Section I Instructions to Bidders (ITB) Section II Bidding Data Sheet Section III Bidding Forms Section IV Scope of Services Part II Conditions of Contract and Forms Section A General Conditions of Contract Section B Special Conditions of Contract Part III Appendices 8.2 The Bidder is expected to examine all instructions, forms, terms, and specifications in the bidding documents. Failure to furnish all information required by the bidding documents or to submit a bid not substantially responsive to the bidding documents in every respect will be at the Bidder’s risk and may result in the rejection of its bid. All sections should be completed and returned with the Bid in the number of copies specified in the BDS. Clarification 9.1 A prospective Bidder requiring any clarification of the bidding of Bidding documents may notify the Procuring Agency in writing or by Documents email at the Procuring Agency’s address indicated in the invitation to bid. The Procuring Agency will respond to any request for clarification received earlier than 10 days prior to the deadline for submission of bids. Copies of the Procuring Agency’s response will be forwarded to all purchasers of the bidding documents, including a description of the inquiry, but without identifying its source. Part 1: Bidding Procedures 11

Amendment 10.1 Before the deadline for submission of bids, the Procuring Agency of Bidding may modify the bidding documents by issuing addenda. Documents 10.2 Any addendum thus issued shall be part of the bidding documents and shall be communicated in writing or by email to all purchasers of the bidding documents. Prospective bidders shall acknowledge receipt of each addendum by email to the Procuring Agency. 10.3 To give prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Procuring Agency shall extend, as necessary, the deadline for submission of bids, in accordance with ITB Sub-Clause 20.2 below. C. Preparation of Bids

Language of 11.1 The bid prepared by the Bidder, as well as all correspondence and Bid documents relating to the bid exchanged by the Bidder and the Procuring Agency shall be written in the language specified in the BDS. Supporting documents and printed literature furnished by the Bidder shall be in same language. Documents 12.1 The Bid submitted by the Bidder shall comprise the following: Comprising 12.1.1 Technical and Financial form of Bid (in the format indicated the Bid in Section III); 12.1.2 Bid Security; 12.1.3 and any other materials required to be completed and submitted by bidders, as specified in the BDS. Bid Prices 13.1 The Contract shall be for the Services, as described Section IV Scope of services of contract and in the Specifications, Section V, based on the priced Activity Schedule, Section V. 13.2 The Bidder shall fill in rates and prices, if applicable, for all items of the Services described in the Specifications (or Terms of Reference), and Appendices. 13.3 All duties, taxes, and other levies payable by the Service Provider under the Contract, or for any other cause, as of the date 28 days prior to the deadline for submission of bids, shall be included in the total Bid price. 13.4 If provided for in the BDS, the rates and prices quoted by the Bidder shall be subject to adjustment during the performance of the Contract in accordance with and the provisions of Clause 6.6 of the General Conditions of Contract and/or Special Conditions of Contract. The Bidder shall submit with the Bid all the information required under the Special Conditions of Contract and of the General Conditions of Contract. 12 Section 1: Instruction to Bidders

13.5 For the purpose of determining the remuneration due for additional Services, a breakdown of the cost shall be provided by the Bidder in the form of Appendices C to the Contract Currencies of 14.1 The price shall be quoted by the Bidder in the following Bid and currencies: Payment 14.1.1 for those inputs to the Services which the Bidder expects to provide from within Pakistan, the prices shall be quoted in Pak Rupees (PKR), unless otherwise specified in the BDS; Bid Validity 15.1 Bids shall remain valid for the period specified in the BDS. 15.2 In exceptional circumstances, the Procuring Agency may request that the bidders extend the period of validity for a specified additional period. The request and the bidders’ responses shall be made in writing or by email. A Bidder may refuse the request without forfeiting the Bid Security. A Bidder agreeing to the request will not be required or permitted to otherwise modify the Bid, but will be required to extend the validity of Bid Security for the period of the extension, and in compliance with ITB Clause 16 in all respects. Bid Security 16.1 The Bidder shall furnish bid security, as part of the Bid as specified in the BDS. 16.2 The Bid Security shall be in the amount specified in the BDS and denominated in Pak Rupees (PKR) and shall: 16.2.1 at the bidder’s option, be in the form of either a letter of credit, or a bank guarantee from a banking institution, or a bond issued by a surety; 16.2.2 be issued by a reputable institution selected by the bidder. If the institution issuing the bond is located outside Pakistan, it shall have a correspondent financial institution located in Pakistan to make it enforceable. 16.2.3 be substantially in accordance with one of the forms of Bid Security included in Section III, Bidding Forms (TECH 2), or other form approved by the Procuring Agency prior to bid submission; 16.2.4 be payable promptly upon written demand by the Procuring Agency in case the conditions listed in ITB Sub-Clause 16.5 are invoked; 16.2.5 be submitted in its original form; copies will not be accepted; Part 1: Bidding Procedures 13

16.2.6 remain valid for a period of 28 days beyond the validity period of the bids, as extended, if applicable, in accordance with ITB Sub-Clause 15.2; 16.3 If a Bid Security or a Bid- Securing Declaration is required in accordance with ITB Sub-Clause 16.1, any bid not accompanied by a substantially responsive Bid Security or Bid Securing Declaration in accordance with ITB Sub-Clause 16.1, shall be rejected by the Procuring Agency as non-responsive. 16.4 The Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon the successful Bidder’s furnishing of the Performance Security pursuant to ITB Clause 35. 16.5 The Bid Security may be forfeited: 16.5.1 if a Bidder withdraws its bid during the period of bid validity specified by the Bidder on the Bid Submission Form, except as provided in ITB Sub-Clause 15.2; or 16.5.2 if the successful Bidder fails to: 16.5.2.1 sign the Contract in accordance with ITB Clause 34; 16.5.2.2 Furnish a Performance Security in accordance with ITB Clause 35. 16.6 The Bid Security of a JV must be in the name of the JV that submits the bid. If the JV has not been legally constituted at the time of bidding, the Bid Security shall be in the names of all future partners as named in the letter of intent to constitute the JV. Alternative 17.1 Unless otherwise indicated in the BDS, alternative bids shall not Proposals by be considered. Bidders Technical and 18.1 The Technical Proposal shall not include any financial Financial information. A Technical Proposal containing material financial Proposal information shall be declared non-responsive. Format and 18.2 The Financial Proposal shall be prepared using the attached Content Section III – Bidding Forms (FIN 1-3). It shall list all costs associated with the assignment. If appropriate, these costs should be broken down by activity and, if appropriate, into foreign and local expenditures. All activities and items described in the Technical Proposal must be priced separately; activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items 18.3 The Service Provider may be subject to local taxes (such as: value added or sales tax or income tax/sales tax, duties, fees, levies) on amounts payable by the Client under the Agreement. Service 14 Section 1: Instruction to Bidders

Provider will include and clearly state all such taxes , which it is subject to pay, in the proposal 18.4 Service Provider should express the price of their services in Pakistani rupees (PKR) D. Submission of Bids

Sealing and 19.1 The Bidder shall submit a signed and complete Proposal Marking of comprising the documents and forms in accordance with Clause Bids 12 (Documents Comprising Proposal). The submission can be done by mail or by hand. If specified in the Data Sheet, the Bidder has the option of submitting its Proposals electronically. 19.2 An authorized representative of the Bidder shall sign the original submission letters in the required format for both the Technical Proposal and, if applicable, the Financial Proposals and shall initial all pages of both. The authorization shall be in the form of a written power of attorney attached to the Technical Proposal. 19.3 A Proposal submitted by a Joint Venture shall be signed by all members so as to be legally binding on all members, or by an authorized representative who has a written power of attorney signed by each member’s authorized representative. 19.4 Any modifications, revisions, interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the Proposal. 19.5 The signed Proposal shall be marked “Original”, and its copies marked “Copy” as appropriate. The number of copies is indicated in the Data Sheet. All copies shall be made from the signed original. If there are discrepancies between the original and the copies, the original shall prevail. 19.6 The original and all the copies of the Technical Proposal shall be placed inside of a sealed envelope clearly marked “Technical Proposal”, “[Name of the Assignment]“, reference number, name and address of the Bidder, and with a warning “Do Not Open until [insert the date and the time of the Technical Proposal submission deadline].” 19.7 Similarly, the original Financial Proposal (if required for the applicable selection method) shall be placed inside of a sealed envelope clearly marked “Financial Proposal” followed by the name of the assignment, reference number, name and address of the Bidder, and with a warning “Do Not Open With The Technical Proposal.” 19.8 The sealed envelopes containing the Technical and Financial Proposals shall be placed into one outer envelope and sealed. This Part 1: Bidding Procedures 15

outer envelope shall bear the submission address, Tender reference number, the name of the assignment, Bidder’s name and the address, and shall be clearly marked “Do Not Open Before [insert the time and date of the submission deadline indicated in the Data Sheet]”. 19.9 If the envelopes and packages with the Proposal are not sealed and marked as required, the Client will assume no responsibility for the misplacement, loss, or premature opening of the Proposal. Deadline for 20.1 Bids shall be delivered to the Procuring Agency at the submission Submission of address specified in the BDS no later than the time and date Bids specified in the BDS. 20.2 The Procuring Agency may extend the deadline for submission of bids by issuing an amendment in accordance with ITB Clause 10, in which case all rights and obligations of the Procuring Agency and the bidders previously subject to the original deadline will then be subject to the new deadline. Late Bids 21.1 The Procuring Agency will not receive any bid submitted after the deadline prescribed in ITB Clause 20. Modification 22.1 Bidders may modify or withdraw their bids by giving notice in and writing before the deadline prescribed in ITB Clause 20. Withdrawal 22.2 Each Bidder’s modification or withdrawal notice shall be of Bids prepared, sealed, marked, and delivered in accordance with ITB Clauses 18 and 19, with the outer and inner envelopes additionally marked “Modification” or “Withdrawal,” as appropriate. 22.3 No Bid may be modified after the deadline for submission of Bids. 22.4 Withdrawal of a Bid between the deadline for submission of bids and the expiration of the period of Bid validity specified in the BDS or as extended pursuant to ITB Sub-Clause 15.2 may result in the forfeiture of the Bid Security pursuant to ITB Clause 16.

E. Bid Opening and Evaluation

Bid Opening 23.1 The Client’s evaluation committee shall conduct the opening of the Technical Proposals in the presence of the shortlisted Bidders’ authorized representatives who choose to attend (in person, or online if this option is offered in the Data Sheet). The opening date, time and the address are stated in the Data Sheet. The envelopes with the Financial Proposal shall remain sealed and shall be securely stored with a reputable 16 Section 1: Instruction to Bidders

public auditor or independent authority until they are opened in accordance with Clause 19 and 24 of the ITB. 23.2 At the opening of the Technical Proposals the following shall be read out: 23.2.1 the name and the country of the Bidder or, in case of a Joint Venture, the name of the Joint Venture, the name of the lead member and the names and the countries of all members; 23.2.2 the presence or absence of a duly sealed envelope with the Financial Proposal; 23.2.3 any modifications to the Proposal submitted prior to proposal submission deadline; and 23.2.4 any other information deemed appropriate or as indicated in the Data Sheet. Technical 24.1 Subject to provision of Clause 19 of the ITB, the evaluators Proposals of the Technical Proposals shall have no access to the Evaluation Financial Proposals until the technical evaluation is concluded. 24.2 The Bidder is not permitted to alter or modify its Proposal in any way after the proposal submission deadline except as permitted under Clause 22 of this ITB. While evaluating the Proposals, the Client will conduct the evaluation solely on the basis of the submitted Technical and Financial Proposals. 24.3 The Client’s evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference and the RFP, applying the evaluation criteria, sub-criteria, and point system specified in the Data Sheet. Each responsive Proposal will be given a technical score. A Proposal shall be rejected at this stage if it does not respond to important aspects of the RFP or if it fails to achieve the minimum technical score indicated in the Data Sheet. Opening of 25.1 After the technical evaluation is completed, the Client shall Financial notify those Bidders whose Proposals were considered non- Proposals responsive to the RFP and TOR or did not meet the minimum qualifying technical score (and shall provide information relating to the Bidder’s overall technical score, as well as scores obtained for each criterion and sub- criterion) that their Financial Proposals will be returned unopened after completing the selection process and Contract signing. The Client shall simultaneously notify in writing those Bidders that have achieved the minimum overall technical score and inform them of the date, time and Part 1: Bidding Procedures 17

location for the opening of the Financial Proposals. The opening date should allow the Bidders sufficient time to make arrangements for attending the opening. The Bidder’s attendance at the opening of the Financial Proposals (in person, or online if such option is indicated in the Data Sheet) is optional and is at the Bidder’s choice. 25.2 The Financial Proposals shall be opened by the Client’s evaluation committee in the presence of the representatives of those Bidders whose proposals have passed the minimum technical score. At the opening, the names of the Bidders, and the overall technical scores, including the break-down by criterion, shall be read aloud. The Financial Proposals will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall be then opened, and the total prices read aloud and recorded. Copies of the record shall be sent to all Bidders who submitted Proposals. Taxes 25.3 The Bidder’s Financial Proposal shall include all applicable taxes in accordance with the instructions in the Data Sheet. Financial Proposal 26.1 In the case of QCBS, the total score is calculated by Evaluation weighting the technical and financial scores and adding them as per the formula and instructions in the Data Sheet. The Bidder achieving the highest combined technical and financial score will be invited for negotiations. 26.2 In the case of Least-Cost Selection (LCS), the Client will select the Bidder with the lowest evaluated total price among those Bidders that achieved the minimum technical score, and invite such Bidder to negotiate the Contract 26.3 In the case of case of Quality Based Selection (QBS), the Client will select the Bidder that submitted the highest- ranked Technical Proposal, and invite such Bidder to negotiate the Contract Process to Be 27.1 Information relating to the evaluation and comparison of Transparent bids and recommendations for the award of a contract shall be disclosed to bidders 10 days before the award to the successful Bidder is notified. Clarification of 28.1 To assist in the examination, evaluation, and comparison of Bids bids, the Procuring Agency may, at its discretion, ask any Bidder for clarification of the Bidder’s Bid, including breakdowns of the prices in the Activity Schedule, and other information that the Procuring Agency may require. The request for clarification and the response shall be in writing or email, but no change in the price or substance of the Bid 18 Section 1: Instruction to Bidders

shall be sought, offered, or permitted except as required to confirm the correction of arithmetic errors discovered by the Procuring Agency in the evaluation of the bids in accordance with ITB Clause 30. 28.2 No Bidder shall contact the Procuring Agency on any matter relating to its bid from the time of the bid opening to publication of evaluation report. If the Bidder wishes to bring additional information to the notice of the Procuring Agency, he should do so in writing. 28.3 Any effort by the Bidder to influence the Procuring Agency in the Procuring Agency’s bid evaluation or contract award decisions may result in the rejection of the Bidder’s bid. Examination of 29.1 Prior to the detailed evaluation of bids, the Procuring Agency Bids and will determine whether each Bid: Determination of 29.1.1 Has been properly signed; Responsiveness 29.1.2 Is accompanied by the required securities; 29.1.3 And is substantially responsive to the requirements of the bidding documents. 29.2 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: 29.2.1 Which affects in any substantial way the scope, quality, or performance of the Services; or 29.2.2 Which limits in any substantial way, inconsistent with the bidding documents, the Procuring Agency’s rights or the Bidder’s obligations under the Contract; or 29.2.3 Whose rectification would affect unfairly the competitive position of other bidders presenting substantially responsive bids. 29.3 If a Bid is not substantially responsive, it will be rejected by the Procuring Agency, and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation. Correction of 30.1 Bids determined to be substantially responsive will be Errors checked by the Procuring Agency for any arithmetic errors. Arithmetical errors will be rectified by the Procuring Agency on the following basis: 30.1.1 If there is a discrepancy between unit prices and the total price that is obtained by multiplying the unit Part 1: Bidding Procedures 19

price and quantity, the unit price shall prevail, and the total price shall be corrected; 30.1.2 If there is an error in a total corresponding to the addition or subtraction of subtotals, the subtotals shall prevail and the total shall be corrected; 30.1.3 If there is a discrepancy between the amounts in figures and in words, the amount in words will prevail. 30.2 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, the Bid will be rejected, and the Bid Security may be forfeited in accordance with ITB Sub-Clause 16.5. Non-Preferential 31.1 No bidder (domestic or foreign) shall be eligible for any Treatment margin of preference in Bid evaluation. F. Award of Contract

Award 32.1 The Procuring Agency will award the Contract to the Bidder Criteria whose Bid has been determined to be substantially responsive to the bidding documents and who has offered the lowest evaluated Bid price, provided that such Bidder has been determined to be: 32.1.1 Eligible in accordance with the provisions of ITB Clause 3, and 32.1.2 Qualified in accordance with the provisions of ITB Clause 24. Procuring 33.1 Notwithstanding ITB Clause 32, the Procuring Agency reserves Agency’s the right to accept all Bids, or to cancel the bidding process and Right to reject all bids, at any time prior to the award of Contract, without Accept or thereby incurring any liability to the affected Bidder or bidders or Reject all Bids any obligation to inform the affected Bidder or bidders of the grounds for the Procuring Agency’s action. Notification of 34.1 The Bidder whose Bid has been accepted will be notified of the Award and award by the Procuring Agency prior to expiration of the Bid Signing of validity period by email, confirmed by registered letter from the Agreement Procuring Agency. This letter (hereinafter and in the Conditions of Contract called the “Letter of Acceptance”) will state services and other particulars that the Procuring Agency will deliver to the Service provider in consideration of the execution, completion, and maintenance of the Services by the Service provider as prescribed by the Contract 20 Section 1: Instruction to Bidders

34.2 The notification of award will constitute the formation of the Contract. Expected data and address for award of contract is specified in BDS. 34.3 The Contract, in the form provided in the bidding documents, will incorporate all agreements between the Procuring Agency and the successful Bidder. It will be signed by the Procuring Agency and sent to the successful Bidder along with the Letter of Acceptance. Unless otherwise stated in BDS or Part II, within 14 days of receipt of the Contract, the successful bidder shall sign the Contract and return it to the Procuring Agency, together with the required performance security pursuant to Clause 35. Furthermore, the selected bidder shall commence the services by the date specified in BDS. 34.4 Upon fulfilment of ITB Sub-Clause 34.3, the Procuring Agency will promptly return the bid security of unsuccessful Bidders as soon as possible. Performance 35.1 Unless otherwise stated in BDS or Part II, within 21 days after Security receipt of the Letter of Acceptance, the successful Bidder shall deliver to the Procuring Agency a Performance Security in the amount and in the form (Bank Guarantee) stipulated in the BDS, denominated in the type and proportions of currencies in the Letter of Acceptance and in accordance with the General Conditions of Contract. 35.2 If the Performance Security is provided by the successful Bidder in the form of a Bank Guarantee, it shall be issued either 35.2.1 At the Bidder’s option, by a bank located in the country of the Procuring Agency or a foreign bank through a correspondent bank located in the country of the Procuring Agency, or 35.2.2 With the agreement of the Procuring Agency directly by a foreign bank acceptable to the Procuring Agency. 35.3 Failure of the successful Bidder to comply with the requirements of ITB Sub-Clause 35.1 shall constitute sufficient grounds for cancellation of the award and forfeiture of the Bid Security. Arbitration 36.1 Chief Secretary, Government of the Punjab will be the Arbitrator. The decision of the Arbitrator will be final and binding on the agency and the bidders. Corrupt or 37.1 For the purpose of this provision, the terms set forth below define Fraudulent corrupt or fraudulent practices: Practices 37.1.1 “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official, bidder or contractor in the procurement Part 1: Bidding Procedures 21

process or in contract execution to the detriment of the procuring agency; or misrepresentation of facts in order to influence a procurement process or the execution of a contract; 37.1.2 “fraudulent practice” is any act or omission, including misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation; 37.1.3 “collusive practices” is an arrangement among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels for any wrongful gain, and to deprive the procuring agency of the benefits of free and open competition, and any request for, or solicitation of anything of value by any public official in the course of the exercise of his duty; 37.1.4 “coercive practices” is impairing or harming, or threatening to impair or harm, directly or indirectly, any person or the property of the person (participant in the selection process or contract execution) to influence improperly the actions of that person; 37.1.5 “obstructive practice” is deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements before investigators in order to materially impede an investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or acts intended to materially impede the exercise of the Client’s inspection and audit rights. 37.2 The Procuring Agency will reject a proposal for award if it determines that the Bidder recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for the contract in question; 37.3 The Procuring Agency will declare mis-procurement if it determines at any time that its representatives were engaged in corrupt, fraudulent, collusive, coercive or obstructive practices during the procurement or the execution of that contract,; 37.4 The Procuring Agency will sanction a firm, in accordance with prevailing Blacklisting procedures under Punjab Procurement Rules 2014, if it at any time determines that they its representatives, directly or through an agent, were engaged in 22 Section 1: Instruction to Bidders

corrupt, fraudulent, collusive, coercive or obstructive practices in competing for, or in executing, a contract; and 37.5 The Procuring Agency will have the right, requiring bidders, suppliers, contractors and consultants to permit the Procuring Agency to inspect their accounts and records and other documents relating to the Bid submission and contract performance and to have them audited by auditors appointed by the Procuring Agency. Part 1: Bidding Procedures 23

Section II. Bidding Data Sheet

A. General ITB clause reference 2.1 The Procuring Agency is: Primary and Secondary Healthcare Department, Government of Punjab 2.2 The Intended Date for commencement of services is 1st April 2018

2.1 The name and identification number of the Tender is: PROCUREMENT OF SERVICES -MAINTENANCE & MANAGEMENT OF ELECTRO-MEDICAL EQUIPMENT Bid / Contract Number No: PSHD-BERC/1-18 3.3 A list of debarred/blacklisted Consultants is available at PPRA’s website: www.ppra.punjab.gov.pk

B. Bidding Documents

8.2 and The number of copies of the Bid to be completed and returned shall be: 19.5 One (1) original, One (1) copy

C. Preparation of Bids

11.1 This document has been issued in the English language. Proposals shall be submitted in English language. All correspondence exchange shall be in English language.

12.1 The bidding document to be submitted shall comprise of the following: 1. Technical proposal: a. TECH-1 2. Financial proposal: a. FIN-1 b. FIN-2 3. Any other materials required to be completed and submitted by bidders 24 Section II: Bidding Data Sheet

Technical and Financial Proposals shall be sealed separately, both enclosed in one common envelope. 14.1 The currency used for the purpose of this document is: PKR (Pakistani Rupee) for National Firms and foreign currency for International Firms. However, the comparison shall be made by converting foreign currency into PKR on the date of opening of Financial Bids. 15.1 The period of Bid validity shall be 90 days after the deadline for Bid submission specified in the BDS. 16.1 The Bidder shall provide Bid Security in the shape of: There is no Bid Security for this particular tender. 17.1 Alternative bids are not permitted.

D. Submission of Bids 19.1 The bidder shall NOT have the option of submitting their Proposals electronically 20.1 The Procuring Agency’s address for the purpose of Bid submission is Secretary Primary and Secondary Health Department, Government of Punjab 37-D, off Zafar Ali Road, Main Gulberg, Lahore Pakistan Telephone: +92 (42) 99056200 Electronic mail address: [email protected] For identification of the bid the envelopes should indicate: PROCUREMENT OF SERVICES - MAINTENANCE & MANAGEMENT OF ELECTRO-MEDICAL EQUIPMENT Bid Number No: PSHD-BERC/1-18 20.1 The deadline for submission of bids shall be 3:00 PM (Pakistan Standard Time) on 13th February 2018 at Procurement Cell, 37-D, off Zafar Ali Road, Main Gulberg, Lahore, Pakistan. E. Bid Opening and Evaluation

23.1 Bids will be opened at 3:30 PM (Pakistan Standard Time) on 13th February 2018 at Procurement Cell, 37-D, off Zafar Ali Road, Main Gulberg, Lahore, Pakistan. Part 1: Bidding Procedures 25

24 Criteria and point system for the evaluation of the Technical Proposals:

Bidders need to get at least 65 marks to qualify for the Financial Proposal opening. Copies of all the required documents shall be submitted:

Sr. Category Marks i. Repair & Maintenance expertise 40 ii. Setup and Resources 20 iii. Project Management Experience 10 iv. Quality of Methodology, Work Plan 20 v. Financial Strength 10 Total 100 Minimum marks required 65

(i) Repair & Maintenance Expertise: [40 Points]

The bidder is required to provide details of expertise in the field of Bio-Medical equipment repair & maintenance, calibration, testing, preventive and corrective maintenance. Minimum 5 years’ experience in relevant field is required for an individual firm or of any firm of Joint Venture. Provide most relevant and best projects of similar nature undertaken in the last 5 years, if any. The procuring agency shall evaluate the aforementioned projects on the basis of their similarity, methodology, quality and output. The procuring agency may require additional information , if deemed necessary.

• 2 Points per year beyond 5 years’ experience. Maximum 20 points • 5 Points per similar relevant project. Maximum 20 points

(ii) Setup and Resources [20 Points] Bidder should have present available own setup for repair & maintenance of Bio-Medical equipment along with necessary tools and resources. The list of all tools and testing & calibration equipment need to be provided. It is mandatory to have at least 5 types of calibration & testing tools be available with the firm such as X-ray analyser, Flow analyser, Safety analyser, Defibrillator analyser, Patient Monitoring analyser, infusion pump analyser, ESU analyser, anaesthetic agent etc. Also, have own all necessary complete set of tools required for repair and maintenance activities. Also, the list of all the trained engineering staff along with their qualification, certification and experience need to be provided. Minimum 10 Graduate Engineers in relevant field is required for an individual firm or collective in a Joint Venture. The firm should have its own transport for commuting of repair & maintenance activities. 26 Section II: Bidding Data Sheet

The procuring agency shall evaluate the setup and resources on the basis of provided documentation. The procuring agency may visit the setup to verify the provided information, if deemed necessary.

• 1 Points per extra or of same type calibration and testing equipment. Maximum 5 points • 2 Points per extra Graduate Engineers or 1 point for extra Associate Engineer. Maximum 10 points • 5 Points for adequate transport availability as per structure of firm

(iii) Project Management Experience [10 Points] Bidder should have prior experience of providing managed services for Bio- Medial repair & Maintenance or similar kind of projects. The procuring agency shall evaluate aforementioned experience based on length of experience and similarity of projects handled to current Scope of Services. Firm should have trained man power and resource to execute such projects.

(iv) Quality of Methodology, Work Plan: [20 Points]

The bidder shall submit working methodology, work plan and time schedule for provision of the required services. The procuring agency shall evaluate the methodology on the following parameters:

• Working methodology is clear and responds to Scope of Services 8 Points • Work Plan provides a detailed activity list 6 Points • Sufficiency of staff and other resources to carry out execution on intended scale 4 Points • Time Schedule is aligned with the timelines for the performance of different activities 2 Points

(v) Financial Strength: [10 Points]

• The firm shall submit its audited financial Balance Sheet which shall not be less than PKR 300Million for an individual firm or collective in a Joint Venture. • 2 points for each 100Million above PKR 300Millions.

NOTE: THE FIRMS SHALL PROVIDE THE RELEVANT DOCUMENTS AS EVIDENCE TO THEIR CLAIM.

25.3 Financial Proposal shall include all applicable taxes Part 1: Bidding Procedures 27

26 Bidders shall bid for Two Years Services which may be extendable to an equal period of time subject to performance. F. Award of Contract

34.2 Expected date and address for Award of Contracts: First Week of March 2018. Address: Primary and Secondary Health Department, Government of Punjab, Lahore, Pakistan 34.3 Expected date for the commencement of services: 1st April 2018 35 The Performance Security (for provision of services to a minimum time of 2- years) acceptable to the Procuring Agency shall be in the Standard Form amounting 02% of the Annual Contracted value in the shape of Bank Guarantee, CDR, Demand Draft, or Pay Order. 28 Section III: Bidding Forms

Section III. Bidding Forms

Standard Bidding Forms shall be used for the preparation of the Technical and Financial Proposal according to the instructions provided in Section 2

{Notes to Bidders shown in brackets {,[,],} throughout Section 3 provide guidance to the Bidders to prepare the Technical Proposal; they should not appear on the Proposals to be submitted

Part 1: Bidding Procedures 29

Table of Forms

Technical Proposal – Standard Form

TECH 1: Technical Proposal Submission Form ...... 30

FIN 1: Financial Proposal Submission Form ...... 31

FIN 2: Detail Breakdown of Costs ...... 32

30 Section III: Bidding Forms

TECH 1: Technical Proposal Submission Form

[date] To: The Secretary Government of the Punjab Primary & Secondary Healthcare Department Lahore, Pakistan.

We, the undersigned, offer to provide the requested services as in accordance with your Tender dated [insert date here]. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. We are submitting our Proposal in association with: [Insert a list with full name and address of each associated Service Provider (if any, otherwise delete this line)] We hereby declare that: (a) All the information and statements made in this Proposal are true and we accept that any misinterpretation or misrepresentation contained in this Proposal may lead to our disqualification by the Client and/or may be sanctioned by the Procuring Agency. (b) Our Proposal shall be valid and remain binding upon us for the period of time specified in the Data Sheet, Clause 15.1. (c) We have no conflict of interest in accordance with ITC 4. d) We meet the eligibility requirements as stated in ITC 3, and we confirm our understanding of our obligation to abide by the policy in regard to corrupt and fraudulent practices as per ITC 37. (g) Our Proposal is binding upon us and subject to any modifications resulting from the Contract negotiations.

We undertake, if our Proposal is accepted and the Contract is signed, to initiate the Services related to the assignment no later than the date indicated in Clause 34.2 and 34.3 of the Data Sheet.

We understand that the Client is not bound to accept any Proposal that the Client receives.

Yours sincerely,

Authorized Signature {In full and initials}: Name and Title of Signatory: Name of Service Provider (company’s name or JV’s name): Address: Contact information (phone and e-mail): {For a joint venture, either all members shall sign or only the lead member, in which case the power of attorney to sign on behalf of all members shall be attached} Part 1: Bidding Procedures 31

FIN 1: Financial Proposal Submission Form

{Location, Date} To: [Name and address of Client]

Dear Sirs:

We, the undersigned, offer to provide the services for [Insert title of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Technical Proposal.

Our attached Financial Proposal is for the amount of {Indicate the corresponding amount(s) currency(ies)} {Insert amount(s) in words and figures}, inclusive of all taxes in accordance with Clause 25.3 in the Data Sheet. The estimated amount of taxes is {Insert currency} {Insert amount in words and figures} which shall be confirmed or adjusted, if needed, during negotiations. {Please note that all amounts shall be the same as in Form FIN- 2}.

Our Financial Proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date indicated in Clause 15.1 of the Data Sheet.

No commissions or gratuities have been or are to be paid by us to agents or any third party relating to this Proposal and Contract execution.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature {In full and initials}: Name and Title of Signatory: In the capacity of: Address: E-mail: ______

{For a joint venture, either all members shall sign or only the lead member/Consultant, in which case the power of attorney to sign on behalf of all members shall be attached}

32 Section III: Bidding Forms

FIN 2: Detail Breakdown of Costs

A. Management Cost*

Cost for Services provided Sr. Fixed Cost (inclusive of HR Other Cost Rates required for Salaries and other benefits by firm # (PKR) inducted by the firm) (PKR) (PKR)

(1) (2) (3) (4) (5) Management Cost for Operationalization of 3 1 workshop along with BERC Contact Center and

training center

Total Management Cost = PKR ------

* Payment to Service Provider will be the sum of Fixed Cost (3), Cost of Services provided by the firm (4) and any Other Costs (5). Note: The firm shall add the price of staff deployed by the firm from their end but those who are already working in the department for BERC/ workshops shall be at the disposal of the firm but the government shall either pay their salaries directly or transfer them to the firm for disbursement.

Part 1: Bidding Procedures 33

Section IV. Scope of Services 34 Section IV: Scope of Services

Scope of Services

• Pakistan is undertaking wide-ranging reforms to improve healthcare service delivery especially in its province of Punjab with a population more than 100Millions. As part of the reform services of the Government of the Punjab; one of the initiatives is the commitment for Electro Biomedical Equipment to be available 24/7 in their functional condition at all healthcare facilities working under its control. These health facilities include, (list available at Annex-A) as DHQs (District Headquarter Hospital), THQs (Tehsil Headquarter Hospital), DTLs (Drug Testing Labs), RHCs (Rural Health Centers) and BHUs (Basic Health Units) • The Government of the Punjab, Primary & Secondary Healthcare Department, Pakistan invites sealed bids through International Competitive Bidding (ICB) process from International & National credible firms for Maintenance & Management of Biomedical Electronic Equipment available in healthcare facilities. The firms participating from outside of Pakistan may apply directly or through their local partners in Pakistan.

The selected firm shall be responsible for; a. maintaining mid-level technological complexity Biomedical Equipment pertaining to primary & secondary level healthcare facilities which includes the District Headquarter Hospitals (ranges between 150-300 beds), Tehsil Head Quarter Hospitals (ranges between 70-150 beds), Rural Health Centers (ranges between 40-70 beds) and BHUs (24/7) are two beds hospital with 24 hrs Delivery Services. The broader level of equipment list is available at Annex-B. b. executing repair & maintenance services 24/7 to the electromedical equipment. c. conduct PPM and Calibration services according to standard protocols in regular and will share the schedule. d. managing existing three Biomedical Equipment Repair Workshops located in Lahore, and Sargodha with available tools. The workshops have sufficient space including staff colony. These workshops are under revamping; drawings of these workshops are available at Annex-F. The detail of available tools, test and calibration is available at Annex-C. These Workshops have also Mobile Workshops (12 Nos) which are under fabrication; the detail of which available at Annex-D. e. utilizing the services of existing staff engaged by the department for repair and maintenance and may deploy additional staff Part 1: Bidding Procedures 35

including managers, engineers, support staff, logistics etc. where it feels necessary, the list of existing staff is available at Annex- E. The firm shall give the list of resources which will be inducted by the firm in this Contract. The list shall include the detail of Staff with their qualification and experience, Test equipment, tools, transportation etc. f. maintaining the Central Biomedical Equipment Resource Centre (BERC) equipped with ECRI-AIMS Computerized Maintenance Management Software and Call Response Centre available for manipulating the repair and maintenance services throughout the province. The complete Biomedical Engineering setup is working under the control of BERC; which is also responsible for tagging each of the equipment available in healthcare facility under asset management. A single short code 1454 is available to contact its Call Response Center which issues the directions for its repair using the ECRI-AIMS software. It issues instructions to engineers or short-listed firms to perform the repair and maintenance of the equipment. After repair, the registered complaint closes. The Mobile Workshops will be fitted with trackers which can be tracked by the BERC Contact center along with the staff tracking through Android Application. g. Conduct regular training of the engineers as well as operational staff/ users. The firms shall include the prices of the repair and maintenance services with parts. These parts shall be brand new preferably of machine’s brand which shall be certified by the department. The firm shall maintain spare parts inventory of those equipment required immediate replacement. This inventory shall be inspected at random by the department. Old/ replaced parts shall be the property of the firm. The firm shall maintain the down time of the each and every equipment whether in warranty or out of warranty which shall be calculated by the ECRI- AIMS. The uptime of the equipment shall be 95%. A penalty shall be calculated as per following formula;

Sr. No. Up Time (%) Penalty Under Warranty Maintained by Third Party a. 100% - 95% No Penalty Nil b. 95% - 90% The warranty period will be extended 1% of the equipment value by 2.0 times the number of days as extra down time. c. 90% - 80% The warranty period will be extended 2% of the equipment value by 3.0 times the number of days as extra down time 36 Section IV: Scope of Services

d. Below 80% The warranty period will be extended 3% of the equipment value by 4.0 times the number of days as extra down time

The Firm(s) must have minimum 5-year experience in the field of maintenance and management of Biomedical Equipment. Must have a minimum of 10 engineers having working experience of Bio- Medical Equipment. Firm’s Annual Turnover should not be less than PKR.300Million. Note: In a Joint Venture mode, the total resources should be equivalent to the tender requirement.

Section A- General Conditions of Contract (GCC) 37

Part II – Conditions of Contract and Forms

Part II: Conditions of Contract and Forms 38

DRAFT CONTRACT

Procurement of Services

Section A- General Conditions of Contract (GCC) 39

Contents

Part I – Bidding Procedures ...... 4

Section I. Instructions to Bidders ...... 5

Section II. Bidding Data Sheet ...... 23

Section III. Bidding Forms ...... 28 TECH 1: Technical Proposal Submission Form...... 30 FIN 1: Financial Proposal Submission Form ...... 31 FIN 2: Detail Breakdown of Costs ...... 32

Section IV. Scope of Services ...... 33

Part II – Conditions of Contract and Forms ...... 37

Preface ...... 42

Letter of Acceptance ...... 43

Form of Contract...... 44

Section A: General Conditions of Contract (GCC) ...... 46 1. General Provisions ...... 46 1.1 Definitions ...... 46 1.2 Applicable Law ...... 47 1.3 Language ...... 47 1.4 Notices...... 47 1.5 Location...... 47 1.6 Authorized Representatives ...... 47 1.7 Inspection and Audit by the Procuring Agency ...... 48 1.8 Taxes and Duties ...... 48 2. Commencement, Completion, Modification, and Termination of Contract ...... 48 2.1 Effectiveness of Contract ...... 48 2.3 Intended Completion Date ...... 48 2.4 Modification ...... 48 2.5 Force Majeure ...... 48 2.6 Termination ...... 49 3. Obligations of the Service Provider ...... 51 3.1 General ...... 51 3.2 Conflict of Interests ...... 51 3.3 Confidentiality ...... 52 3.4 Insurance to be Taken Out by the Service Provider ...... 52 3.5 Service Provider’s Actions Requiring Employer’s Prior Approval ...... 52 3.6 Reporting Obligations ...... 52

Part II: Conditions of Contract and Forms 40

3.7 Documents Prepared by the Service Provider to Be the Property of the Employer ...... 52 3.8 Liquidated Damages...... 53 3.9 Performance Security ...... 53 4. Service Provider’s Personnel ...... 53 4.1 Description of Personnel ...... 53 4.2 Removal and/or Replacement of Personnel ...... 53 5. Obligations of the Employer ...... 54 5.1 Assistance and Exemptions ...... 54 5.2 Change in the Applicable Law ...... 54 6. Payments to the Service Provider ...... 54 6.2 Contract Price ...... 54 6.3 Payment for Additional Services ...... 54 7. Quality Control ...... 54 7.1 Identifying Defects ...... 54 7.2 Correction of Deficiencies, and Non-Performance Penalty ...... 54 8. Settlement of Disputes ...... 55 8.1 Amicable Settlement ...... 55 8.2 Dispute Settlement ...... 55

Section B. Special Conditions of Contract ...... 57

Part III – APPENDICES ...... 59 Annexure-A ...... 60 Health Facilities (DHQ Hospitals) ...... 60 Health Facilities (THQ Hospitals) ...... 60 Health Facility (Rural Health Centers-RHCs) ...... 67

Annexure-B ...... 94 List of Essential Equipment ...... 94

Annexure-C ...... 97 Electrical Tools ...... 97 Mechanical Tools ...... 100 Set of Workshop Tools: 3 Sets ...... 102 Set of Biomedical Test & Quality Assurance Equipment for Diagnostic & General items...... 106

Annexure-D ...... 115 Mobile Workshop Vehicles ...... 115

Annexure-E ...... 116 Details of HR Positions Qualifications and Experience ...... 116

Annexure-F ...... 119 Site Layout of Sargodha Bio-Medical Repair Workshop ...... 119 Section A- General Conditions of Contract (GCC) 41

Layout of Sargodha Bio-Medical Repair Workshop ...... 120 Site Layout of Multan Bio-Medical Repair Workshop ...... 121

Part II: Conditions of Contract and Forms 42

Preface

1. The standard Contract form consists of four parts: the Form of Contract to be signed by the Client and the Consultant, the General Conditions of Contract (GCC); the Special Conditions of Contract (SCC); and the Appendices.

2. The General Conditions of Contract shall not be modified. The Special Conditions of Contract that contain clauses specific to each Contract intend to supplement, but not over- write or otherwise contradict, the General Conditions.

3. Full requirements, terms and conditions of the agreement will be agreed during clarification with the technical responsive bidders. The form and content of the negotiated contract are expected to conform closely to the draft Contract Agreement as included in these Bidding Documents. Bidders will be expected to address all of the aspects of the General Conditions of Concession Contract in their submissions

Section A- General Conditions of Contract (GCC) 43

Letter of Acceptance [letterhead paper of the Procuring Agency]

[date]

To: [name and address of the Service provider]

This is to notify you that your Bid dated [date] for execution of the [name of the Contract and identification number, as given in the Special Conditions of Contract] for the Contract Amount of [in numbers and words], as corrected and modified in accordance with the Instructions to Bidders is hereby accepted by our Agency.

Note: Insert one of the 3 options for the second paragraph. The first option should be used if the Bidder has not objected the name proposed for Arbitrator. The second option if the Bidder has objected the proposed Arbitrator and proposed a mane for a substitute, who was accepted by the Procuring Agency. And the third option if the Bidder has objected the proposed Arbitrator and proposed a mane for a substitute, who was not accepted by the Procuring Agency.

We confirm that [insert name proposed by Procuring Agency in the Bidding Data], or

We accept that [name proposed by bidder] be appointed as the Arbitrator or

We do not accept that [name proposed by bidder] be appointed as Arbitrator, and by sending a copy of this letter of acceptance to [insert the name of the Appointing Authority], we are hereby requesting [name], the Appointing Authority, to appoint the Arbitrator in accordance with Clause 36.1 of the Instructions to Bidders

You are hereby instructed to proceed with the execution of the said contract for the provision of Services in accordance with the Contract documents.

Please return the attached Contract dully signed

Authorized Signature: Name and Title of Signatory: Name of Agency:

Attachment: Contract

Part II: Conditions of Contract and Forms 44

Form of Contract [letterhead paper of the Procuring Agency]

This CONTRACT (hereinafter called the “Contract”) is made the [day] day of the month of [month], [year], between, on the one hand, [name of Procuring Agency] (hereinafter called the “Employer”) and, on the other hand, [name of Service Provider] (hereinafter called the “Service Provider”). [Note: In the text below text in brackets is optional; all notes should be deleted in final text. If the Service Provider consist of more than one entity, the above should be partially amended to read as follows: “…(hereinafter called the “Employer”) and, on the other hand, a joint venture consisting of the following entities, each of which will be jointly and severally liable to the Employer for all the Service Provider’s obligations under this Contract, namely, [name of Service Provider] and [name of Service Provider] (hereinafter called the “Service Provider”).] WHEREAS (a) the Employer has requested the Service Provider to provide certain Services as defined in the General Conditions of Contract attached to this Contract (hereinafter called the “Services”); (b) the Service Provider, having represented to the Employer that they have the required professional skills, and personnel and technical resources, have agreed to provide the Services on the terms and conditions set forth in this Contract for amount of……………………; (c) the Employer has received budget from the Government of Punjab. It intends to apply a portion of the proceeds of this budget to eligible payments, if any, under the contract. NOW THEREFORE the parties hereto hereby agree as follows: 1. The following documents shall be deemed to form and be read and construed as part of this Agreement, and the priority of the documents shall be as follows: (a) the Letter of Acceptance; (b) the Special Conditions of Contract; (c) the General Conditions of Contract; (d) the Scope of Services; 2. The mutual rights and obligations of the Employer and the Service Provider shall be as set forth in the Contract, in particular: (a) the Service Provider shall carry out the Services in accordance with the provisions of the Contract; and (b) the Employer shall make payments, if any, to the Service Provider in accordance with the provisions of the Contract. Section A- General Conditions of Contract (GCC) 45

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respective names as of the day and year first above written. For and on behalf of [name of Employer]

[Authorized Representative] For and on behalf of [name of Service Provider]

[Authorized Representative] [Note: If the Service Provider consists of more than one entity, all these entities should appear as signatories, e.g., in the following manner:] For and on behalf of each of the Members of the Service Provider

[name of member]

[Authorized Representative]

[name of member]

[Authorized Representative]

Part II: Conditions of Contract and Forms 46

Section A: General Conditions of Contract (GCC)

1. General Provisions

1.1 Definitions Unless the context otherwise requires, the following terms whenever used in this Contract have the following meanings: a) The Arbitrator is the person appointed jointly by the Employer and the Contractor to resolve disputes in the first instance, as provided for in Sub-Clause 8.2 hereunder. b) “Contract” means the Contract signed by the Parties, to which these General Conditions of Contract (GCC) are attached, together with all the documents listed in Clause 1 of such signed Contract; c) “Contract Price” means the price to be paid for the performance of the Services, in accordance with Clause 6; d) “Dayworks” means varied work inputs subject to payment on a time basis for the Service Provider’s employees and equipment, in addition to payments for associated materials and administration. e) “Employer” means the party who employs the Service Provider f) “Foreign Currency” means any currency other than the currency of the country of the Employer; g) “GCC” means these General Conditions of Contract; h) “Government” means the Government of the Punjab; i) “Local Currency” means Pak Rupee (PKR); j) “Member,” in case the Service Provider consist of a joint venture of more than one entity, means any of these entities; “Members” means all these entities, and “Member in Charge” means the entity specified in the Special Conditions to act on their behalf in exercising all the Service Provider’ rights and obligations towards the Employer under this Contract; k) “Party” means the Employer or the Service Provider, as the case may be, and “Parties” means both of them; l) “Personnel” means persons hired by the Service Provider or by any Subcontractor as employees and assigned to the performance of the Services or any part thereof; Section A- General Conditions of Contract (GCC) 47

m) “Service Provider” is a person or corporate body whose Bid to provide the Services has been accepted by the Employer; n) “Service Provider’s Bid” means the completed bidding document submitted by the Service Provider to the Employer o) “SCC” means the Special Conditions of Contract by which the GCC may be amended or supplemented; p) “Specifications” means the specifications of the service included in the bidding document submitted by the Service Provider to the Employer q) “Services” means the work to be performed by the Service Provider pursuant to this Contract, as described in Scope of Services and Specifications and Schedule of Activities included in the Service Provider’s Bid. r) “Subcontractor” means any entity to which the Service Provider subcontracts any part of the Services in accordance with the provisions of Sub-Clauses 3.5 and 4. 1.2 Applicable Law The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan. 1.3 Language This Contract has been executed in the language specified in the SCC, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract. 1.4 Notices 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. 1.5 Location The Services shall be performed at such locations as are specified in Scope of Services, in the specifications and, where the location of a particular task is not so specified, at such locations, whether in the Government’s country or elsewhere, as the Employer may approve. 1.6 Authorized Any action required or permitted to be taken, and any document Representatives required or permitted to be executed, under this Contract by the Employer or the Service Provider may be taken or executed by the officials specified in the SCC.

Part II: Conditions of Contract and Forms 48

1.7 Inspection and The Service Provider shall permit the Procuring Agency to inspect its Audit by the accounts and records relating to the performance of the Services and Procuring to have them audited by auditors appointed by the Procuring Agency, Agency if so required.

1.8 Taxes and The Service Provider, Subcontractors, and their Personnel shall pay Duties such taxes, duties, fees, and other impositions as may be levied under the Applicable Law

2. Commencement, Completion, Modification, and Termination of Contract

2.1 Effectiveness of This Contract shall come into effect on the date the Contract is signed Contract by both parties or such other later date as may be stated in the SCC.

2.2 Commencement Th Services shall expected to commence on the date as stated in BDS. of Services 2.2.1 Work Before commencement of the Services, the Service Provider shall Program submit to the Employer for approval a Work Program showing the general methods, arrangements, order and timing for all activities. The Services shall be carried out in accordance with the approved Work Program as updated. 2.2.2 Starting The Service Provider shall start carrying out the Services at the date Date as may be specified in the SCC. 2.3 Intended Unless terminated earlier pursuant to Sub-Clause 2.6, the Service Completion Date Provider shall complete the activities by the Intended Completion Date, as is specified in the SCC. If the Service Provider does not complete the activities by the Intended Completion Date, it shall be liable to pay liquidated damage. In this case, the Completion Date will be the date of completion of all activities. 2.4 Modification Modification of the terms and conditions of this Contract, including any modification of the scope of the Services or of the Contract Price, may only be made by written agreement between the Parties. 2.5 Force Majeure

2.5.1 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. 2.5.2 No Breach The failure of a Party to fulfill any of its obligations under the of Contract contract shall not be considered to be a breach of, or default under, Section A- General Conditions of Contract (GCC) 49

this Contract insofar 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. 2.5.3 Extension Any period within which a Party shall, pursuant to this Contract, of Time 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. 2.6 Termination

2.6.1 By the The Employer may terminate this Contract, by not less than thirty Employer (30) days’ written notice of termination to the Service Provider, to be given after the occurrence of any of the events specified in paragraphs (a) through (d) of this Sub-Clause 2.6.1: (a) if the Service Provider does not remedy a failure in the performance of its obligations under the Contract, within twenty-one (21) days after being notified or within any further period as the Employer may have subsequently approved in writing; (b) if the Service Provider become insolvent or bankrupt; (c) if, as the result of Force Majeure, the Service Provider is unable to perform a material portion of the Services for a period of not less forty-five (45) days; or (d) if the Service Provider, in the judgment of the Employer has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. For the purpose of this sub-clause, the terms set forth constitute corrupt or fraudulent activity: i. “corrupt practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official, bidder or contractor in the procurement process or in contract execution to the detriment of the procuring agency; or misrepresentation of facts in order to influence a procurement process or the execution of a contract; ii. “fraudulent practice” is any act or omission, including misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation;

Part II: Conditions of Contract and Forms 50

iii. “collusive practices” is an arrangement among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels for any wrongful gain, and to deprive the procuring agency of the benefits of free and open competition, and any request for, or solicitation of anything of value by any public official in the course of the exercise of his duty; iv. “coercive practices” is impairing or harming, or threatening to impair or harm, directly or indirectly, any person or the property of the person (participant in the selection process or contract execution) to influence improperly the actions of that person; v. “obstructive practice” is deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements before investigators in order to materially impede an investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or acts intended to materially impede the exercise of the Client’s inspection and audit rights. 2.6.2 By the The Service Provider may terminate this Contract, by not less than Service thirty (30) days’ written notice to the Employer, such notice to be Provider given after the occurrence of any of the events specified in paragraphs (a) and (b) of this Sub-Clause 2.6.2: (a) if the Employer fails to pay any monies due to the Service Provider pursuant to this Contract and not subject to dispute pursuant to Clause 7 within forty-five (45) days after receiving written notice from the Service Provider that such payment is overdue; or (b) if, as the result of Force Majeure, the Service Provider is unable to perform a material portion of the Services for a period of not less than forty-five (45) days. 2.6.3 Suspension If the Service Provider has not received sums due to by the due date of Payment stated in the SCC in accordance with Sub-Clause 6.5 the Service Provider may immediately issue a 14-day termination notice.

Section A- General Conditions of Contract (GCC) 51

3. Obligations of the Service Provider

3.1 General The Service Provider shall perform the Services in accordance with the Specifications and Scope, and carry out its obligations with all due diligence, efficiency, and economy, in accordance with generally accepted professional techniques and practices, and shall observe sound management practices, and employ appropriate advanced technology and safe methods. The Service Provider shall always act, in respect of any matter relating to this Contract or to the Services, as faithful adviser to the Employer, and shall at all times support and safeguard the Employer’s legitimate interests in any dealings with Subcontractors or third parties. 3.2 Conflict of Interests 3.2.1 Service The remuneration of the Service Provider pursuant to Clause 6 shall Provider constitute the Service Provider’s sole remuneration in connection Not to with this Contract or the Services, and the Service Provider shall not Benefit accept for their own benefit any trade commission, discount, or from similar payment in connection with activities pursuant to this Commissio Contract or to the Services or in the discharge of their obligations ns and under the Contract, and the Service Provider shall use their best Discounts. efforts to ensure that the Personnel, any Subcontractors, and agents of either of them similarly shall not receive any such additional remuneration. 3.2.2 Service The Service Provider agree that, during the term of this Contract and Provider after its termination, the Service Provider and its affiliates, as well as and any Subcontractor and any of its affiliates, shall be disqualified from Affiliates providing goods, works, or Services (other than the Services and any Not to be continuation thereof) for any project resulting from or closely related Otherwise to the Services. Interested in Project

3.2.3 Prohibition Neither the Service Provider nor its Subcontractors nor the Personnel of shall engage, either directly or indirectly, in any of the following Conflicting activities: Activities (a) during the term of this Contract, any business or professional activities which would conflict with the activities assigned to them under this Contract; (b) during the term of this Contract, neither the Service Provider nor their Subcontractors shall hire such public employees, in active duty or on any type of leave, which would conflict with

Part II: Conditions of Contract and Forms 52

the activities assigned to service provider to perform any activity under this Contract; (c) after the termination of this Contract, such other activities as may be specified in the SCC. 3.3 Confidentiality The Service Provider, its Subcontractors, and the Personnel of either of them shall not, either during the term or within two (2) years after the expiration of this Contract, disclose any proprietary or confidential information relating to the Project, the Services, this Contract, or the Employer’s business or operations without the prior written consent of the Employer. 3.4 Insurance to be The Service Provider (a) shall take out and maintain, and shall cause Taken Out by any Subcontractors to take out and maintain, at its (or the the Service Subcontractors’, as the case may be) own cost but on terms and Provider conditions approved by the Employer, insurance against the risks, and for the coverage, as shall be specified in the SCC; and (b) at the Employer’s request, shall provide evidence to the Employer showing that such insurance has been taken out and maintained and that the current premiums have been paid. 3.5 Service The Service Provider shall obtain the Employer’s prior approval in Provider’s writing before taking any of the following actions: Actions Requiring (a) entering into a subcontract for the performance of any part of Employer’s the Services, Prior Approval (b) appointing/ replacing new members of Personnel, (c) changing the Program of activities; and (d) any other action that may be specified in the SCC. 3.6 Reporting The Service Provider shall submit to the Employer the reports and Obligations documents specified in Scope in the form, in the numbers, and within the periods set forth in the said Scope. 3.7 Documents All plans, drawings, specifications, designs, reports, and other Prepared by the documents and software submitted by the Service Provider in Service accordance with Sub-Clause 3.6 shall become and remain the Provider to Be property of the Employer, and the Service Provider shall, not later the Property of than upon termination or expiration of this Contract, deliver all such the Employer documents and software to the Employer, together with a detailed inventory thereof. The Service Provider may retain a copy of such documents and software. Restrictions about the future use of these documents, if any, shall be specified in the SCC.

Section A- General Conditions of Contract (GCC) 53

3.8 Liquidated Damages

3.8.1 Payments of The Service Provider shall pay liquidated damages to the Employer Liquidated at the rate per day stated in the Scope of Services for each day that Damages the Completion Date is later than the Intended Completion Date. The Employer may deduct liquidated damages from payments due to the Service Provider. Payment of liquidated damages shall not affect the Service Provider’s liabilities. 3.8.2 Correction If the Intended Completion Date is extended after liquidated for Over- damages have been paid, the Employer shall correct any payment overpayment of liquidated damages by the Service Provider by adjusting the next payment certificate.

3.8.3 Lack of If the Service Provider has not corrected a Defect within the time performance specified in the Employer’s notice, a penalty for Lack of penalty performance will be paid by the Service Provider. The amount to be paid will be calculated as a percentage of the cost of having the Defect corrected, assessed as described in Scope of Services. 3.9 Performance The Service Provider shall provide the Performance Security to the Security Employer no later than the date specified in the Letter of acceptance. The Performance Security shall be issued in an amount and form and by a bank or surety acceptable to the Employer, and denominated in the types and proportions of the currencies in which the Contract Price is payable. The performance Security shall be valid until a date 28 days from the Completion Date of the Contract in case of a bank guarantee.

4. Service Provider’s Personnel

4.1 Description of The titles, agreed job descriptions, minimum qualifications, and Personnel estimated periods of engagement in the carrying out of the Services of the Service Provider’s Key Personnel are described in Scope of Services. 4.2 Removal and/or (a) If the Employer finds that any of the Personnel have (i) Replacement of committed serious misconduct or have been charged with Personnel having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Service Provider shall, at the Employer’s written request specifying the grounds thereof, provide as a replacement a person with qualifications and experience acceptable to the Employer.

Part II: Conditions of Contract and Forms 54

(b) The Service Provider shall have no claim for additional costs arising out of or incidental to any removal and/or replacement of Personnel. 5. Obligations of the Employer

5.1 Assistance and The Employer shall use its best efforts to ensure that the Government Exemptions shall provide the Service Provider such assistance and exemptions as specified in the SCC. 5.2 Change in the If, after the date of this Contract, there is any change in the Applicable Applicable Law with respect to taxes and duties which increases or decreases the Law cost of the Services rendered by the Service Provider, then the remuneration and reimbursable expenses otherwise payable to the Service Provider under this Contract shall be increased or decreased accordingly by agreement between the Parties, and corresponding adjustments shall be made to the amounts referred to in Sub-Clauses 6.2 (a) or (b), as the case may be.

6. Payments to the Service Provider

6.2 Contract Price (a) The price payable in Pak Rupees (PKR). (b) The price shall be paid on monthly basis, however a two months payment shall be paid in advance against the Bank Guarantee which shall be maintained till completion of the Contract and is adjusted in last two months of the Contract. 6.3 Payment for 6.3.1 For the purpose of determining the price for additional Services Additional as may be agreed under Sub-Clause 2.4, a breakdown of the Services price is to be provided in Price Schedule. 7. Quality Control

7.1 Identifying The Employer shall check the Service Provider’s performance and Defects notify him of any Defects that are found. Such checking shall not affect the Service Provider’s responsibilities. The Employer may instruct the Service Provider to search for a Defect and to uncover and test any service that the Employer considers may have a Defect. The defects liability period is 4 months. 7.2 Correction of (a) The Employer shall give notice to the Service Provider of any Deficiencies, and Defects before the end of the Contract. The Defects liability Non- period shall be extended for as long as Deficiencies remain to Performance be corrected. Penalty Section A- General Conditions of Contract (GCC) 55

(b) Every time notice of Deficiency is given, the Service Provider shall correct the notified Deficiency within the length of time specified by the Employer’s notice. (c) If the Service Provider has not corrected a Deficiency within the time specified in the Employer’s notice, the Employer will assess the cost of having the Deficiency corrected, the Service Provider will pay this amount, and a Penalty for Non- Performance calculated as described in Sub-Clause 3.8.

8. Settlement of Disputes

8.1 Amicable In the event of any controversy or claim or dispute arising out of Settlement or relating to the Contract or the Statement of Works or a breach thereof, the Parties shall consult and negotiate with each other and, recognizing their mutual interests, attempt to reach a solution satisfactory to the Parties. 8.2 Dispute If the Parties fail to settle the controversy or claim at the expiration Settlement of thirty days from form the date of its occurrence, the matter/dispute shall be exclusively and finally settled by arbitration under the provisions of the Arbitration Act, 1940. The place of arbitration will be Lahore, unless the Parties otherwise agree. The arbitral panel shall be composed of three arbitrators, one to be selected by the FIRST PARTY, one to be selected by the SECOND PARTY and the third (who shall act as the chairman of the panel) to be selected by the two previously selected arbitrators. Once the arbitral panel has been composed, the arbitrators shall act s neutrals and not as party arbitrators, and no party shall engage in any ex parte communication with any member of the arbitral panel. The arbitral panel shall determine the rights and obligations of the Parties in accordance with the substantive laws of Pakistan and without regard to conflict of laws principles thereof. Except as agreed by the Parties, the arbitral panel shall have no power to alter or modify any terms or provisions of this Contract, or to render any award that, by its term or effects, would alter or modify any term or provision of this Contract. The Parties shall be entitled to reasonable production of relevant, non- privileged documents, carried out expeditiously. If the Parties are unable to agree upon the same, the arbitral panel shall have the power, upon application of any Party, to make all appropriate orders for production of documents by any Party. At the request of any Party, the arbitral panel shall have the discretion to order the examination by deposition of any witness to the extent the arbitral tribunal deems such examination appropriate or necessary. Each Party shall bear its own attorney fee, expenses, and costs. Any award of monetary damages shall be in writing

Part II: Conditions of Contract and Forms 56

and state the reasons upon which it is based. The award shall be final and binding on the Parties. The Parties agree that: (a) all arbitration proceedings will take place in the jurisdiction of the province of Punjab, Pakistan; (b) except as may be required by law, neither a Party nor its representatives may disclose the existence, content or results of any arbitration hereunder without the prior written consent of all Parties. (c) the language of the arbitration shall be English; (d) it is the intent of the Parties that, barring extraordinary circumstances, arbitration proceedings will be concluded within 120 days from the date, the Arbitral panel is appointed. The Arbitral Tribunal may extend this time limit in the interests of justice. (e) the decision of such arbitration to award or awards made by such Arbitrator(s) and Umpire shall be final and binding upon the parties hereto without appeal to any court or other party(s) (f) pending the decision or award, the Parties shall continue to perform their obligations pursuant to the Contract or Statement of Work. (g) the Arbitral panel will sit on the request of either party. the Panel will also decide the liabilities of the parties whether financial or any other. Part III: Appendices 57

Section B. Special Conditions of Contract

Number of Supplements to, Clauses in the General Conditions of Contract GC Clause 1.1(b) The contract name is:

1.1(e) The Employer is:

1.1(j) The Member in Charge is

1.1(p) The Service Provider is ______

1.2 The Applicable Law is: Laws of Islamic Republic of Pakistan 1.3 The language is: English 1.4 The addresses are: Employer: Attention: Tel: ______Email:

Service Provider: Attention: Tel: Email: 1.6 The Authorized Representatives are: For the Employer: For the Service Provider: 2.1 The date on which this Contract shall come into effect is ______.

Part II: Conditions of Contract and Forms 58

Number of Supplements to, Clauses in the General Conditions of Contract GC Clause 2.2.2 The Starting Date for the commencement of Services is 1st April 2018. 3.8.3 Lack of performance Penalty(ies) will be dealt as per Punjab Procurement Regulating Authority Rules of Punjab, Pakistan. 6, 6.2(a) The amount in PKR or Foreign Currency is:

7.1 The principle and modalities of inspection of the Services by the Employer are as follows: ______The Defects Liability Period is -04 months.

Part III: Appendices 59

Part III – APPENDICES

Appendix F: Workshop Layouts 60

Annexure-A

Health Facilities (DHQ Hospitals)

Sr. Health Facility No Name of Health Facility District Tehsil Type 1 District Headquarter Hospital Attock Attock DHQ 2 District Headquarter Hospital Bahwalnagar Bahwalnagar DHQ 3 District Headquarter Hospital Bhakkar Bhakkar DHQ 4 District Headquarter Hospital Chakwal Chakwal DHQ 5 District Headquarter Hospital Chiniot Chiniot DHQ 6 District Headquarter Hospital Hafizabad Hafizabad DHQ District Headquarter Hospital 7 Khushab at Jauharabad, Khushab Jauharabad DHQ 8 District Headquarter Hospital Jhang Jhang DHQ 9 District Headquarter Hospital Jhelum Jhelum DHQ 10 District Headquarter Hospital Kasur Kasur DHQ 11 District Headquarter Hospital Khanewal Khanewal DHQ 12 District Headquarter Hospital Layyah Layyah DHQ 13 District Headquarter Hospital Lodhran Lodhran DHQ 14 District Headquarter Hospital Mandibahauddin Mandibahauddin DHQ 15 District Headquarter Hospital Mianwali Mianwali DHQ 16 Civil Hospital Multan Multan DHQ 17 District Headquarter Hospital Muzaffargarh Muzaffargarh DHQ 18 District Headquarter Hospital Nanakana Sahib Nanakana Sahib DHQ 19 District Headquarter Hospital Narowal Narowal DHQ 20 District Headquarter Hospital Okara Okara DHQ Additional District 21 Okara Okara Headquarter Hospital DHQ 22 District Headquarter Hospital Pakpattan Pakpattan DHQ 23 District Headquarter Hospital Rajanpur Rajanpur DHQ 24 District Headquarter Hospital Sheikhupura Sheikhupura DHQ 25 District Headquarter Hospital Toba Tek Singh Toba Tek Singh DHQ 26 District Headquarter Hospital Vehari DHQ Health Facilities (THQ Hospitals)

Sr. Health Facility Health Facility Name Tehsil District No Type 1 Tehsil Head Quarter Hospital, Hazro Attock Hazro, Attock THQ Appendix F: Workshop Layouts 61

2 Tehsil Head Quarter Hospital, Pindi Gheb Attock Pindi Gheb, Attock THQ 3 Tehsil Head Quarter Hospital, Fateh Jang Attock Fateh Jang, Attock THQ 4 Tehsil Head Quarter Hospital, Hassanabdal Attock Hassanabdal, Attock THQ 5 Tehsil Head Quarter Hospital, Jand Attock Jand, Attock THQ 6 Tehsil Head Quarter Hospital, Fortabbas Bahawalnagar Fort Abbas, Bahawalnagar THQ 7 Tehsil Head Quarter Hospital, Chishtian Bahawalnagar Chishtian, Bahawalnagar THQ 8 Tehsil Head Quarter Hospital, Haroonabad Bahawalnagar Haroonabad, Bahawalnagar THQ 9 Tehsil Head Quarter Hospital, Minchanabad Bahawalnagar Minchanabad, Bahawalnagar THQ 10 Tehsil Head Quarter Hospital, Ahmedpur East Bahawalpur Ahmedpur East, Bahawalpur THQ 11 Tehsil Head Quarter Hospital, Hasilpur Bahawalpur Hasilpur, Bahawalpur THQ 12 Tehsil Head Quarter Hospital, Khairpur Tamewali Bahawalpur Khairpur Tamewali, Bahawalpur THQ 13 Tehsil Head Quarter Hospital, Yazman Bahawalpur Yazman, Bahawalpur THQ 14 Tehsil Head Quarter Hospital, Darya Khan Bhakkar Darya Khan, Bhakkar THQ 15 Tehsil Head Quarter Hospital, Kallurkot Bhakkar Kallurkot, Bhakkar THQ 16 Tehsil Head Quarter Hospital, Mankera Bhakkar Mankera, Bhakkar THQ 17 Trauma Centre-Tehsil Head Kallar Kahar Chakwal Quarter Hospital, Kallar Kahar, Chakwal THQ 18 Tehsil Head Quarter Hospital, Choa Saidan Shah Chakwal Choa Saidan Shah, Chakwal THQ 19 Tehsil Head Quarter Hospital, Talagang Chakwal Talagang, Chakwal THQ 20 Tehsil Head Quarter Hospital Talagang Chakwal City, Talagang, Chakwal THQ 21 Tehsil Head Quarter Hospital, Lalian Chiniot Lalian, Chiniot THQ 22 Tehsil Head Quarter Hospital, Bhowana Chiniot Bhowana, Chiniot THQ 23 Tehsil Head Quarter Hospital, Taunsa Sharif Dera Ghazi Khan Taunsa Sharif, Dera Ghazi Khan THQ 24 Civil Dispensary Mubaraki Tribal Area Dera Ghazi Khan THQ

Appendix F: Workshop Layouts 62

25 Civil Hospital Sakhi Sarwar, Dera Ghazi Khan Dera Ghazi Khan Dera Ghazi Khan, Dera Ghazi Khan THQ 26 Civil Hospital Fort Manroo, Tribal Area Dera Ghazi Khan Tribal Area, Dera Ghazi Khan THQ 27 Tehsil Head Quarter Hospital, Samundri Faisalabad Samundri, Faisalabad THQ 28 Tehsil Head Quarter Hospital, Tandlianwala Faisalabad Tandlianwala, Faisalabad THQ 29 Tehsil Head Quarter Hospital, Jaranwala Faisalabad Jaranwala, Faisalabad THQ 30 Govt. General Hospital Faisalabad City Faisalabad Sammanabad, Faisalabad City, THQ Faisalabad 31 Tehsil Head Quarter Hospital, Chak Jhumra Faisalabad Chak Jhumra, Faisalabad THQ 32 Tehsil Head Quarter Hospital, Kamoke Gujranwala Kamoke, Gujranwala THQ 33 Tehsil Head Quarter Hospital, Wazirabad Gujranwala Wazirabad, Gujranwala THQ 34 Tehsil Head Quarter Hospital, Nowshera Virkan Gujranwala Nowshera Virkan, Gujranwala THQ 35 Tehsil Head Quarter Hospital, Kharian Gujrat Kharian, Gujrat THQ 36 Tehsil Head Quarter Hospital, Sarai Alamgir Gujrat Sarai Alamgir, Gujrat THQ 37 Civil Hospital Dinga, Kharian, Kharian Gujrat Gujrat THQ 38 Tehsil Level Major Shabbir Gujrat Gujrat Sharif Shaheed Hospital,Kunjah,Gujrat THQ 39 Tehsil level Civil Hospital, Kharian Gujrat Lalamusa, Kharian, Gujrat THQ 40 Tehsil Head Quarter Hospital, Pindi Bhattian Hafizabad Pindi Bhattian, Hafizabad THQ 41 Tehsil Head Quarter Ahmadpur Sial Jhang Hospital, Ahmadpur Sial, Jhang THQ 42 Tehsil Head Quarter Hospital, 18-Hazari Jhang 18-Hazari, Jhang THQ 43 Tehsil Head Quarter Hospital, Shorkot Jhang Shorkot, Jhang THQ 44 Tehsil Head Quarter Hospital, Pind Dadan Khan Jhelum Pind Dadan Khan, Jhelum THQ 45 Tehsil Head Quarter Hospital, Sohawa Jhelum Sohawa, Jhelum THQ Appendix F: Workshop Layouts 63

46 Tehsil Head Quarter Hospital, Pattoki Kasur Pattoki, Kasur THQ 47 Tehsil Head Quarter Hospital, Chunian Kasur Chunian, Kasur THQ 48 Aziz Bibi, Tehsil Head Quarter Kasur Kasur Hospital Roshan Bheela, Kasur, Kasur THQ 49 Tehsil Head Quarter Hospital, Jahanian Khanewal Jahanian, Khanewal THQ 50 Tehsil Head Quarter Hospital, Mian Channu Khanewal Mian Channu, Khanewal THQ 51 Tehsil Head Quarter Hospital, Kabirwala Khanewal Kabirwala, Khanewal THQ 52 Tehsil Head Quarter Hospital, Noorpur Thal Khushab Noorpur Thal, Khushab THQ 53 Tehsil Head Quarter Hospital, Khushab Khushab Khushab THQ 54 Blood Transfusion Officer at Noorpur Thal Khushab Tehsil Headquarter Noor Pur Thal THQ 55 Tehsil Head Quarter Hospital, Naushera Khushab Naushera, Khushab THQ 56 Tehsil Head Quarter Hospital, Quaidabad Khushab Quaidabad, Khushab THQ 57 Tehsil Head Quarter Hospital, Raiwind Lahore Raiwind, Lahore THQ 58 Shahdara Hospital, Lahore City, Lahore City Lahore Lahore THQ 59 Govt. Materinty Hospital Lahore City Lahore Chohan Road, Lahore City, Lahore THQ 60 Govt. Mintarinty Hospital Pathi Lahore City Lahore Road, Lahore City, Lahore THQ 61 Govt. Model Town Hospital, Model Town Lahore Model Town, Lahore THQ 62 130 Bedded Hospital, Mian Lahore Cantt Lahore Meer, Lahore Cantt, Lahore THQ 63 60 Bedded THQ Hospital, Lahore Cantt Lahore Lidher Bedian Road, Lahore Cantt, Lahore THQ 64 Tehsil Head Quarter Hospital Layyah Layyah Thal (Mian Nawaz Sharif Hospital), Layyah, Layyah THQ

Appendix F: Workshop Layouts 64

65 Tehsil Head Quarter Hospital Karor Lal-E-Son Layyah Fateh Pur, Karor Lal-E-Son, Layyah THQ 66 Trauma Center Fateh Pur, Karor Karor Lal-E-Son Layyah Lal-E-Son, Layyah THQ 67 Tehsil Head Quarter Hospital, Karor Lal-E-Son Layyah Karor Lal-E-Son, Layyah THQ 68 Tehsil Head Quarter Hospital Layyah Layyah Kot Sultan, Layyah, Layyah THQ 69 Tehsil Head Quarter Hospital, Chaubara Layyah Chaubara, Layyah THQ 70 Tehsil Head Quarter Hospital Layyah Layyah Chowk Azam, Layyah, Layyah THQ 71 Tehsil Head Quarter Hospital, Kahror Pacca Lodhran Kahror Pacca, Lodhran THQ 72 Malik Tayab Awan, Tehsil Head Duniapur Lodhran Quarter Hospital, Duniapur, Lodhran THQ 73 Tehsil Head Quarter Hospital, Phalia Mandi Bahuddin Phalia, Mandi Bahuddin THQ 74 Tehsil Head Quarter Hospital, Esa Khel Mianwali Esa Khel, Mianwali THQ 75 Tehsil Head Quarter Hospital Esa Khel Mianwali Kalabagh, Esa Khel, Mianwali THQ 76 Tehsil Head Quarter Hospital, Piplan Mianwali Piplan, Mianwali THQ 77 Tehsil Head Quarter Hospital, Shuja Abad Multan Shuja Abad, Multan THQ 78 Mushtaq Lang Tehsil Head Multan Quarter Hospital, Jalalpur Pirwala, Multan THQ 79 Mian Muhammad Shahbaz Multan City Multan Sharif General Hospital, Multan City, Multan THQ 80 Town Hospital, Rahimabad Multan City Multan THQ 81 Town Hospital, , Multan City Multan Multan City, Multan THQ 82 Govt. Fatima Jinnah Women Multan City Multan Hospital, Multan City, Multan THQ 83 Tehsil Head Quarter Hospital, Jatoi Muzaffargarh Jatoi, Muzaffargarh THQ 84 Tehsil Head Quarter Hospital, Kot Adu Muzaffargarh Chowk Sarwar Shaheed, Kot Adu, Muzaffargarh THQ Appendix F: Workshop Layouts 65

85 50 Bedded Hospital at Mauza Muzaffargarh Muzaffargarh Rakh Khanpur, Muzaffargarh, Muzaffargarh THQ 86 Tehsil Head Quarter Hospital, AliPur Muzaffargarh Alipur, Muzaffargarh THQ 87 Tehsil Head Quarter Hospital, Kot Adu Muzaffargarh Kot Adu, Muzaffargarh THQ 88 Tehsil Head Quarter Hospital, Sangla Hill Nankana Sahib Sangla Hill, Nankana Sahib THQ 89 Tehsil Head Quarter Hospital, Shah Kot Nankana Sahib Shah Kot, Nankana Sahib THQ 90 Tehsil Head Quarter Hospital, Nankana Sahib Nankana Sahib Nankana Sahib THQ 91 Civil Hospital, Sangla Hill, Sangla Hill Nankana Sahib Nankana Sahib THQ 92 Tehsil Head Quarter Hospital, Shakargarh Narowal Shakargarh, Narowal THQ 93 Tehsil Head Quarter Hospital, Depal Pur Okara Depalpur, Okara THQ 94 Tehsil Head Quarter Hospital Depal Pur Okara Haveli Lakha, Depalpur, Okara THQ 95 Tehsil Head Quarter Hospital, Arifwala Pakpattan Arifwala, Pakpattan THQ 96 Govt. Syed Altaf Hussain Eye Khanpur Rahim Yar Khan Hospital, Khanpur, Rahim Yar Khan THQ 97 Tehsil Head Quarter Hospital, Khanpur Rahim Yar Khan Khanpur, Rahim Yar Khan THQ 98 Tehsil Head Quarter Hospital, Liaqatpur Rahim Yar Khan Liaqatpur, Rahim Yar Khan THQ 99 Tehsil Head Quarter Hospital, Sadiqabad Rahim Yar Khan Sadiqabad, Rahim Yar Khan THQ 100 Tehsil Head Quarter Hospital, Jampur Rajanpur Jampur, Rajanpur THQ 101 Tehsil Head Quarter Hospital, Rojhan Rajanpur Rojhan, Rajanpur THQ 102 Tehsil Head Quarter Hospital, Rojhan Rajanpur Civil Hospital Shah Wali, Rojhan, Rajanpur THQ 103 Tehsil Head Quarter Hospital, Kallar Syedan Rawalpindi Kallar Syedan, Rawalpindi THQ 104 Tehsil Head Quarter Hospital, Kotli Sattian Rawalpindi Kotli Sattian, Rawalpindi THQ 105 Tehsil Head Quarter Hospital, Gujar Khan Rawalpindi Gujar Khan, Rawalpindi THQ

Appendix F: Workshop Layouts 66

106 Tehsil Head Quarter Hospital, Murree Rawalpindi Murree, Rawalpindi THQ 107 Tehsil Head Quarter Hospital, Kahuta Rawalpindi Kahuta, Rawalpindi THQ 108 Tehsil Head Quarter Hospital, Taxila Rawalpindi Taxila, Rawalpindi THQ 109 Tehsil Head Quarter Hospital, Chichawatni Sahiwal Chichawatni, Sahiwal THQ 110 Tehsil Head Quarter Hospital, Kot Momin Sargodha Kot Momin, Sargodha THQ 111 Tehsil Head Quarter Hospital, Sahiwal Sargodha Sahiwal, Sargodha THQ 112 Tehsil Head Quarter Hospital, Shahpur Sargodha Shahpur, Sargodha THQ 113 Tehsil Head Quarter Hospital, Sillanwali Sargodha Sillanwali, Sargodha THQ 114 Tehsil Head Quarter Hospital Sargodha Sargodha Bhagtanwala, Sargodha, Sargodha THQ 115 Tehsil Head Quarter Hospital Sargodha Sargodha 90/SB, Sargodha, Sargodha THQ 116 Tehsil Head Quarter Hospital, Bhera Sargodha Bhera, Sargodha THQ 117 Tehsil Head Quarter Hospital, Bhalwal Sargodha Bhalwal, Sargodha THQ 118 Tehsil Head Quarter Hospital, Muridkey Sheikhupura Muridkey, Sheikhupura THQ 119 Tehsil Head Quarter Hospital, Ferozewala Sheikhupura Ferozewala, Sheikhupura THQ 120 Tehsil Head Quarter Hospital, Safdar Abad Sheikhupura Safdar Abad, Sheikhupura THQ 121 Tehsil Head Quarter Hospital, Sharaqpur Sheikhupura Sharaqpur, Sheikhupura THQ 122 Tehsil Head Quarter Hospital, Sialkot Sialkot Kotli Loharan,Sialkot,Sialkot THQ 123 Tehsil Head Quarter Hospital, Daska Sialkot Daska, Sialkot THQ 124 Tehsil Head Quarter Hospital, Pasrur Sialkot Pasrur, Sialkot THQ 125 Tehsil Head Quarter Hospital, Sambrial Sialkot Sambrial, Sialkot THQ 126 Tehsil Head Quarter Hospital, Kamalia T.T Singh Kamalia, T.T Singh THQ 127 Govt. Eye Cum General Gojra T.T Singh Hospital, Gojra, T.T Singh THQ Appendix F: Workshop Layouts 67

128 Tehsil Head Quarter Hospital, Vehari Burewala, Vehari THQ 129 Tehsil Head Quarter Hospital, Vehari Mailsi, Vehari THQ

Health Facility (Rural Health Centers-RHCs)

Sr Name Tehsil District NO

Rural Health Center, Sindhilianwali, Pir Mahal,T.T 1 Pirmahal T.T Singh Singh

2 Rural Health Center, Mongibanglow, Gojra,T.T Singh Gojra T.T Singh

Rural Health Center Ladhewala Warraich,Gujranwala, 3 Gujranwala Gujranwala Gujranwala

Rural Health Center, Tulamba, Mian Channu, 4 Mian Channu Khanewal Khanewal

5 Rural Health Center, Bhabra, Kot Momin, Sargodha Kot Momin Sargodha

6 Rural Health Center, Lilliani, Kot Momin, Sargodha Kot Momin Sargodha

Rural Health Center, Moazzam Abad, Kot Momin, 7 Kot Momin Sargodha Sargodha

Rural Health Center, Manan Wala, Sheikhupura, 8 Sheikhupura Sheikhupura Sheikhupura

Rural Health Center, Midh Ranjha, Kot Momin, 9 Kot Momin Sargodha Sargodha

Appendix F: Workshop Layouts 68

Sr Name Tehsil District NO

Rural Health Center, Haiderabad Thal, Mankera, 10 Mankera Bhakkar Bhakkar

11 Rural Health Center, Behal, Bhakkar, Bhakkar Bhakkar Bhakkar

Rural Health Center, Murad Abad, Muzaffargarh, 12 Muzaffargarh Muzaffargarh Muzaffargarh

Rural Health Center, Dulley Wala, Darya Khan, 13 Darya Khan Bhakkar Bhakkar

14 Rural Health Center, Jandaan Wala, Kallurkot, Bhakkar Kallurkot Bhakkar

Rural Health Center, Sanjar Pur, Sadiqabad, Rahim Yar Rahim Yar 15 Sadiqabad Khan Khan

Rural Health Center, Kharian Wala, Sheikhupura, 16 Sheikhupura Sheikhupura Sheikhupura

Rural Health Center, Shahdan Lund, Dera Ghazi Khan, Dera Ghazi 17 Dera Ghazi Khan Dera Ghazi Khan Khan

18 Rural Health Center, Bagh, Jhang, Jhang Jhang Jhang

Rural Health Center, Haveli Sheikh Rajoo, Jhang, 19 Jhang Jhang Jhang

Rural Health Center, Shah Sadar Din, Dera Ghazi Dera Ghazi 20 Dera Ghazi Khan Khan, Dera Ghazi Khan Khan Appendix F: Workshop Layouts 69

Sr Name Tehsil District NO

21 Rural Health Center, Chakrala, Mianwali, Mianwali Mianwali Mianwali

22 Rural Health Center, Daud Khel, Mianwali, Mianwali Mianwali Mianwali

23 Rural Health Center, Hafiz Wala, Piplan, Mianwali Piplan Mianwali

Rural Health Center, Kammar Mushani, Esa Khel, 24 Esa Khel Mianwali Mianwali

Rural Health Center, Garh Maharaja, Ahmadpur Sial, 25 Ahmadpur Sial Jhang Jhang

26 Rural Health Center, Kundian Rural, Piplan, Mianwali Piplan Mianwali

27 Rural Health Center, Kot Shakir, Jhang, Jhang Jhang Jhang

28 Rural Health Center, Mochh, Mianwali, Mianwali Mianwali Mianwali

29 Rural Health Center, Mochiwala, Jhang, Jhang Jhang Jhang

30 Rural Health Center, Dolat Nagar, Gujrat, Gujrat Gujrat Gujrat

31 Rural Health Center, Kunjah, Gujrat, Gujrat Gujrat Gujrat

32 Rural Health Center, Farooqa, Sahiwal, Sargodha Sahiwal Sargodha

Rural Health Center, Choti Zarin, Dera Ghazi Khan, Dera Ghazi 33 Dera Ghazi Khan Dera Ghazi Khan Khan

Appendix F: Workshop Layouts 70

Sr Name Tehsil District NO

Rural Health Center, Qila Ahmed Abad, Narowal, 34 Narowal Narowal Narowal

35 Rural Health Center, Sankhatra, Narowal, Narowal Zafarwal Narowal

36 Rural Health Center, Zafarwal, Narowal, Narowal Zafarwal Narowal

37 Rural Health Center, Kot Nanian, Shakargarh, Narowal Shakargarh Narowal

Rural Health Center, Lasser Kalan, Shakargarh, 38 Zafarwal Narowal Narowal

Rural Health Center, Basera, Muzaffargarh, 39 Muzaffargarh Muzaffargarh Muzaffargarh

Rural Health Center, Dera Din Pannah, Kot Adu, 40 Kot Adu Muzaffargarh Muzaffargarh

Rural Health Center, Khair Pur Sadat, Alipur, 41 AliPur Muzaffargarh Muzaffargarh

Rural Health Center, Khan Garh, Muzaffargarh, 42 Muzaffargarh Muzaffargarh Muzaffargarh

Rural Health Center, Qasba Gujrat, Kot Adu, 43 Kot Adu Muzaffargarh Muzaffargarh

Rural Health Center, Rang Pur, Muzaffargarh, 44 Muzaffargarh Muzaffargarh Muzaffargarh Appendix F: Workshop Layouts 71

Sr Name Tehsil District NO

Rural Health Center, Rohillan Wali, Muzaffargarh, 45 Muzaffargarh Muzaffargarh Muzaffargarh

46 Rural Health Center, Seetpur, Alipur, Muzaffargarh AliPur Muzaffargarh

Rural Health Center, Shah Jamal, Muzaffargarh, 47 Muzaffargarh Muzaffargarh Muzaffargarh

Rural Health Center, Kanjwani, Tandlianwala, 48 Tandlianwala Faisalabad Faisalabad

Rural Health Center, Haveli Koranga, Kabirwala, 49 Kabirwala Khanewal Khanewal

Rural Health Center, Mamunkanjan, Tandlianwala, 50 Tandlianwala Faisalabad Faisalabad

Rural Health Center, Chak No. 193 GB Murid Wala, 51 Samundri Faisalabad Samundri, Faisalabad

Rural Health Center, Chak No. 30 JB, Faisalabad Sadar, 52 Faisalabad Sadar Faisalabad Faisalabad

Rural Health Center, Chak Dijkot, Faisalabad Sadar, 53 Faisalabad Sadar Faisalabad Faisalabad

54 Rural Health Center, Satiana, Jaranwala, Faisalabad Jaranwala Faisalabad

Rural Health Center, Chak No. 153/RB, Chak Jhumra, 55 Chak Jhumra Faisalabad Faisalabad

Appendix F: Workshop Layouts 72

Sr Name Tehsil District NO

Rural Health Center, Lundianwala, Jaranwala, 56 Jaranwala Faisalabad Faisalabad

Rural Health Center, Khurrian Wala, Jaranwala, 57 Jaranwala Faisalabad Faisalabad

58 Civil Hospital, Kotla Arab Ali Khan, Kharian, Gujrat Kharian Gujrat

Rural Health Center, Chak No. 65 GB, Jaranwala, 59 Jaranwala Faisalabad Faisalabad

Rural Health Center, Chak No. 229/RB, Jaranwala, 60 Jaranwala Faisalabad Faisalabad

61 Rural Health Center, Jamke Cheema, Daska, Sialkot Daska Sialkot

62 Rural Health Center, Chawinda, Pasrur, Sialkot Pasrur Sialkot

63 Rural Health Center, Kalaswala, Pasrur, Sialkot Pasrur Sialkot

64 Rural Health Center, Begowala, Sambrial, Sialkot Sambrial Sialkot

65 Rural Health Center, Sambrial, Sialkot Sambrial Sialkot

66 Rural Health Center, Kahlian, Sialkot, Sialkot Sialkot Sialkot

67 Rural Health Center, Munday, Chakwal, Chakwal Chakwal Chakwal

68 Rural Health Center, Musa Khel, Mianwali, Mianwali Mianwali Mianwali Appendix F: Workshop Layouts 73

Sr Name Tehsil District NO

69 Rural Health Center, Basir Pur, Depal Pur, Okara Depal Pur Okara

70 Rural Health Center, Gogran, Lodhran, Lodhran Lodhran Lodhran

71 Rural Health Center, Battak, Depal Pur, Okara Depal Pur Okara

Rural Health Center, Chak No. 104/NB, Sargodha, 72 Sargodha Sargodha Sargodha

73 Rural Health Center, Shehbor, Okara, Okara Okara Okara

Rural Health Center, Chak No. 53-M, Lodhran, 74 Lodhran Lodhran Lodhran

Rural Health Center, Hujra Shah Muqeem, Depal Pur, 75 Depal Pur Okara Okara

Rural Health Center, Mandi Hira Singh, Depal Pur, 76 Depal Pur Okara Okara

77 Rural Health Center, Wasaway Wala, Depal Pur, Okara Depal Pur Okara

Rural Health Center, Chak No. 46/SB, Sargodha, 78 Sargodha Sargodha Sargodha

79 Rural Health Center, Tamman, Talagang, Chakwal Talagang Chakwal

80 Rural Health Center, Kahna, Raiwind, Lahore Raiwind Lahore

Appendix F: Workshop Layouts 74

Sr Name Tehsil District NO

81 Rural Health Center, Manga Mandi, Raiwind, Lahore Raiwind Lahore

82 Rural Health Center, Roda, Khushab, Khushab Khushab Khushab

83 Rural Health Center, Kot Qazi, Talagang, Chakwal Talagang Chakwal

84 Rural Health Center, Balkassar, Chakwal, Chakwal Chakwal Chakwal

Rural Health Center, Buchal Kalan, Kallar Kahar, 85 Kallar Kahar Chakwal Chakwal

86 Rural Health Center, Dhudial, Chakwal, Chakwal Chakwal Chakwal

87 Rural Health Center, Dhuman, Chakwal, Chakwal Chakwal Chakwal

88 Rural Health Center, Jhatala, Talagang, Chakwal Talagang Chakwal

89 Rural Health Center, Lawa, Talagang, Chakwal Talagang Chakwal

90 Rural Health Center, Pir Phullahi, Chakwal, Chakwal Chakwal Chakwal

Rural Health Center, Chak No. 173/P, Sadiqabad, Rahim Yar 91 Sadiqabad Rahim Yar Khan Khan

Rural Health Center, Jamal Din Wali, Sadiqabad, Rahim Yar 92 Sadiqabad Rahim Yar Khan Khan

93 Rural Health Center, Bahter, Fateh Jang, Attock Fateh Jang Attock Appendix F: Workshop Layouts 75

Sr Name Tehsil District NO

94 Rural Health Center, Chabb, Jand, Attock Jand Attock

95 Rural Health Center, Domail, Jand, Attock Jand Attock

96 Rural Health Center, Maghian, Pindi Gheb, Attock Pindi Gheb Attock

Rural Health Center, Barthi, Tribal Area, Dera Ghazi Dera Ghazi 97 Tribal Area Khan Khan

Rural Health Center, Chak No. 185/9-L, Sahiwal City, 98 Sahiwal City Sahiwal Sahiwal

Rural Health Center, Kala, Dera Ghazi Khan, Dera Dera Ghazi 99 Dera Ghazi Khan Ghazi Khan Khan

Rural Health Center, Makhdoom Pur, Khanewal, 100 Khanewal Khanewal Khanewal

101 Rural Health Center, Mithan Kot, Rajanpur, Rajanpur Rajanpur Rajanpur

Rural Health Center, Chak No. 6/G, Chishtian, 102 Chishtian Bahawalnagar Bahawalnagar

Rural Health Center, Dahran Wala, Chishtian, 103 Chishtian Bahawalnagar Bahawalnagar

Rural Health Center, Dungra Bonga, Bahawalnagar, 104 Bahawalnagar Bahawalnagar Bahawalnagar

Appendix F: Workshop Layouts 76

Sr Name Tehsil District NO

Rural Health Center, Faqir Wali, Haroonabad, 105 Haroonabad Bahawalnagar Bahawalnagar

Nankana 106 Rural Health Center, Bucheki, Nankana Sahib Nankana Sahib Sahib

Nankana 107 Rural Health Center, More Khunda, Nankana Sahib Nankana Sahib Sahib

Rural Health Center, khichi Wala, Fortabbas, 108 Fortabbas Bahawalnagar Bahawalnagar

Nankana 109 Rural Health Center, Rehanwala, Nankana Sahib Nankana Sahib Sahib

Rural Health Center, Madni Sadiq Gunj, Minchanabad, 110 Minchanabad Bahawalnagar Bahawalnagar

Nankana 111 Rural Health Center, Syedwala, Nankana Sahib Nankana Sahib Sahib

Rural Health Center, Madrisa, Bahawalnagar, 112 Bahawalnagar Bahawalnagar Bahawalnagar

Nankana 113 Rural Health Center, Warburton, Nankana Sahib Nankana Sahib Sahib

Rural Health Center, Mecload Gunj, Minchanabad, 114 Minchanabad Bahawalnagar Bahawalnagar Appendix F: Workshop Layouts 77

Sr Name Tehsil District NO

Rural Health Center, Shaher Farid, Chishtian, 115 Chishtian Bahawalnagar Bahawalnagar

116 Rural Health Center, Ganda Singh Wala, Kasur, Kasur Kasur Kasur

Rural Health Center, Habib Abad (Wan Radha Ram), 117 Pattoki Kasur Pattoki, Kasur

118 Rural Health Center, Halla, Pattoki, Kasur Pattoki Kasur

119 Rural Health Center, Jaura, Kasur, Kasur Kasur Kasur

120 Rural Health Center, Khudian Khas, Kasur, Kasur Kasur Kasur

Kot Radha 121 Rural Health Center, Kot Radha Kishan, Kasur Kasur Kishan

122 Rural Health Center, Mustafa Abad, Kasur, Kasur Kasur Kasur

123 Rural Health Center, Phool Nagar, Pattoki, Kasur Pattoki Kasur

124 Rural Health Center, Raja Jang, Kasur, Kasur Kasur Kasur

125 Rural Health Center, Changa Manga, Chunian, Kasur Chunian Kasur

Rural Health Center, Jalal Pur Sharif, Pind Dadan Pind Dadan 126 Jhelum Khan, Jhelum Khan

127 Rural Health Center, Ellah Abad, Chunian, Kasur Chunian Kasur

Appendix F: Workshop Layouts 78

Sr Name Tehsil District NO

128 Rural Health Center, Kangan Pur, Chunian, Kasur Chunian Kasur

129 Rural Health Center, Dena, Jhelum Dena Jhelum

130 Rural Health Center, Domeli, Sohawa, Jhelum Sohawa Jhelum

131 Rural Health Center, Khalas Pur, Jhelum, Jhelum Jhelum Jhelum

Pind Dadan 132 Rural Health Center, Lilla, Pind Dadan Khan, Jhelum Jhelum Khan

Rural Health Center, Abdul Hakim, Kabirwala, 133 Kabirwala Khanewal Khanewal

134 Rural Health Center, Kud Wala, Yazman, Bahawalpur Yazman Bahawalpur

Rural Health Center, Chak No. 75 135 Sargodha Sargodha SB,Sargodha,Sargodha

136 Rural Health Center, Dajal, Jampur, Rajanpur Jampur Rajanpur

137 Rural Health Center, Sarai Sidhu, Kabirwala, Khanewal Kabirwala Khanewal

138 Rural Health Center, Harrand, Jampur, Rajanpur Jampur Rajanpur

Rural Health Center, Muhammad Pur, Jampur, 139 Jampur Rajanpur Rajanpur

140 Rural Health Center, Fazil Pur, Rajanpur, Rajanpur Rajanpur Rajanpur Appendix F: Workshop Layouts 79

Sr Name Tehsil District NO

141 Rural Health Center, Bangla Iccha, Rojhan, Rajanpur Rojhan Rajanpur

142 Rural Health Center, Badoo Malhi, Narowal, Narowal Narowal Narowal

143 Rural Health Center, Shah Garib, Shakargarh, Narowal Shakargarh Narowal

Rural Health Center, Qadirabad, Dera Ghazi Khan, Dera Ghazi 144 Dera Ghazi Khan Dera Ghazi Khan Khan

145 Rural Health Center, Gogera, Okara, Okara Okara Okara

146 Rural Health Center, Tabbisar, Esa Khel, Mianwali Esa Khel Mianwali

147 Rural Health Center, Rodu Sultan, Jhang, Jhang Jhang Jhang

148 Rural Health Center, Shah Jewana, Jhang, Jhang Jhang Jhang

Rural Health Center, Jandiala Sher Khan, Sheikhupura, 149 Sheikhupura Sheikhupura Sheikhupura

Rural Health Center, Kala Shah Kaku, Ferozewala, 150 Ferozewala Sheikhupura Sheikhupura

Rural Health Center, Narang Mandi, Muridkey, 151 Muridkey Sheikhupura Sheikhupura

152 Rural Health Center, Jhawarian, Shahpur, Sargodha Shahpur Sargodha

153 Rural Health Center, Sharaq Pur, Sheikhupura Sharaqpur Sheikhupura

Appendix F: Workshop Layouts 80

Sr Name Tehsil District NO

Rural Health Center, Vehova, Taunsa Sharif, Dera Dera Ghazi 154 Taunsa Sharif Ghazi Khan Khan

Rural Health Center, Pindi Sheikh Musa, Tandlianwala, 155 Tandlianwala Faisalabad Faisalabad

156 Rural Health Center 174/GB, Samundri, Faisalabad Samundri Faisalabad

157 Rural Health Center, Chung, Raiwind, Lahore Raiwind Lahore

Rural Health Center, Awan Dhai Wala, Lahore Cantt, 158 Lahore Cantt Lahore Lahore

159 Rural Health Center, Akhtarabad, Renala Khurd, Okara Renala Khurd Okara

160 Rural Health Center, Bama Bala, Renala Khurd, Okara Renala Khurd Okara

161 Rural Health Center, Chak No. 87/WB, Vehari, Vehari Vehari Vehari

162 Rural Health Center, Garah More, Mailsi, Vehari Mailsi Vehari

Rural Health Center, Mardan Pur , Multan Sadar, 163 Multan Sadar Multan Multan

Rural Health Center, Qadirpur Rawan, Multan Sadar, 164 Multan Sadar Multan Multan

Rural Health Center, Makhdoom Rashid, Multan Sadar, 165 Multan Sadar Multan Multan Appendix F: Workshop Layouts 81

Sr Name Tehsil District NO

Rural Health Center, Ayyazabad Maral, Multan Sadar, 166 Multan Sadar Multan Multan

167 Rural Health Center, Sher Shah, Multan Sadar, Multan Multan Sadar Multan

168 Rural Health Center, Kotli Nijabat, Shuja Abad, Multan Shuja Abad Multan

169 Rural Health Center, Matotli, Shuja Abad, Multan Shuja Abad Multan

Nankana 170 Rural Health Center, Bara Ghar, Nankana Sahib Nankana Sahib Sahib

Rural Health Center, Chak No. 231/WB, Duniapur, 171 Duniapur Lodhran Lodhran

Rural Health Center, Chak No. 93/D Noor Pur, 172 Pakpattan Pakpattan Pakpattan, Pakpattan

Pind Dadan 173 Civil Hospital, Khewra, Pind Dadan Khan, Jhelum Jhelum Khan

174 Rural Health Center, 134/GB, Samundri, Faisalabad Samundri Faisalabad

175 Rural Health Center, Rangoo, Hazro, Attock Hazro Attock

Rural Health Center, Waryam Wala Chak No. 492/B, 176 Shorkot Jhang Shorkot, Jhang

20 Bedded Hospital, Ghazi Abad, Aziz Bhatti Town, 177 Lahore Cantt Lahore Lahore Cantt, Lahore

Appendix F: Workshop Layouts 82

Sr Name Tehsil District NO

178 Rural Health Center, Miani, Bhera, Sargodha Bhera Sargodha

179 Rural Health Center, Barana, Lalian, Chiniot Lalian Chiniot

180 Rural Health Center, Kolo Tarar, Hafizabad, Hafizabad Hafizabad Hafizabad

181 Civil Hospital, Jalal Pur Jattan, Gujrat, Gujrat Gujrat Gujrat

Town Hospital S-Block New Multan (Shah Rukn-e- 182 Multan City Multan Alam Town), Multan City, Multan

183 Rural Health Center, Chak No. 14 JB, Chiniot, Chiniot Chiniot Chiniot

184 Rural Health Center, Lehtrar, Kotli Sattian, Rawalpindi Kotli Sattian Rawalpindi

Rural Health Center, Chak No. 394 JB Jaja, Toba Tek 185 Toba Tek Singh T.T Singh Singh, T.T Singh

Rural Health Center, Chak No. 740 GB, Kamalia, T.T 186 Kamalia T.T Singh Singh

Rural Health Center, Chak No. 338/JB Nia Lahore, 187 Gojra T.T Singh Gojra, T.T Singh

Rural Health Center, Rajana, Toba Tek Singh, T.T 188 Toba Tek Singh T.T Singh Singh

Rural Health Center, Chak No. 316/GB, Chatiana, Toba 189 Toba Tek Singh T.T Singh Tek Singh, T.T Singh Appendix F: Workshop Layouts 83

Sr Name Tehsil District NO

190 Rural Health Center, Chak No. 222/EB, Vehari, Vehari Vehari Vehari

191 Rural Health Center, Chak No. 56/WB, Vehari, Vehari Vehari Vehari

192 Rural Health Center, , Burewala, Vehari Burewala Vehari

193 Rural Health Center, Jallah Jeem, Mailsi, Vehari Mailsi Vehari

194 Rural Health Center, Ludden, Vehari, Vehari Vehari Vehari

195 Rural Health Center, Machiwal, Vehari, Vehari Vehari Vehari

196 Rural Health Center, Sharaf, Vehari, Vehari Vehari Vehari

197 Rural Health Center, Sahuka, Burewala, Vehari Burewala Vehari

198 Rural Health Center, Tibba Sultan Pur, Mailsi, Vehari Mailsi Vehari

199 Rural Health Center, Pir Mahal, Pirmahal, T.T Singh Pirmahal T.T Singh

Rural Health Center, Khanqa Dogran, Safdar Abad, 200 Safdar Abad Sheikhupura Sheikhupura

201 Rural Health Center, Khabeki, Naushera, Khushab Naushera Khushab

202 Rural Health Center, Arooti, Kamalia, T.T Singh Kamalia T.T Singh

203 City Hospital, Toba Tek Singh, T.T Singh Toba Tek Singh T.T Singh

Appendix F: Workshop Layouts 84

Sr Name Tehsil District NO

25 Bedded Hospital, Lal Quarters, Samanabad, Lahore 204 Lahore City Lahore City, Lahore

205 Rural Health Center 71/SB Sargodha Sargodha

206 Rural Health Center, Karam Pur, Mailsi, Vehari Mailsi Vehari

207 Rural Health Center, Lalamusa, Kharian, Gujrat Kharian Gujrat

208 Rural Health Center, Malka, Kharian, Gujrat Kharian Gujrat

209 Rural Health Center, Pindi Sultan Pur, Kharian, Gujrat Kharian Gujrat

210 Rural Health Center, Sarai Alamgir, Gujrat Sarai Alamgir Gujrat

Rural Health Center, Kacha Khuh, Khanewal, 211 Khanewal Khanewal Khanewal

212 Rural Health Center, Barki, Lahore Cantt, Lahore Lahore Cantt Lahore

Rural Health Center, Pahrianwali, Phalia, Mandi Mandi 213 Phalia Bahuddin Bahuddin

214 Rural Health Center, Ahmad Nagar, Lalian, Chiniot Lalian Chiniot

Rural Health Center, Meeran Mallan, Jalalpur Pirwala, 215 Jalalpur Pirwala Multan Multan

216 Rural Health Center, Shaher Sultan, Jatoi, Muzaffargarh Jatoi Muzaffargarh Appendix F: Workshop Layouts 85

Sr Name Tehsil District NO

217 Rural Health Center, Sinawan, Kot Adu, Muzaffargarh Kot Adu Muzaffargarh

Rural Health Center, Kaleki Mandi, Hafizabad, 218 Hafizabad Hafizabad Hafizabad

Rural Health Center, Uch Sharif, Ahmedpur East, 219 Ahmedpur East Bahawalpur Bahawalpur

220 Rural Health Center, Qaimpur, Hasilpur, Bahawalpur Hasilpur Bahawalpur

Rural Health Center, Head Rajkan, Yazman, 221 Yazman Bahawalpur Bahawalpur

Rural Health Center, Khutri Banglow, Yazman, 222 Yazman Bahawalpur Bahawalpur

Rural Health Center, Vanike Tarer, Hafizabad, 223 Hafizabad Hafizabad Hafizabad

Rural Health Center, Sukheke Mandi, Pindi Bhattian, 224 Pindi Bhattian Hafizabad Hafizabad

225 Rural Health Center, Mukhiana, Jhang, Jhang Jhang Jhang

226 Rural Health Center, Trag, Esa Khel, Mianwali Esa Khel Mianwali

Rural Health Center, Haveli Bahadur Shah, Shorkot, 227 Shorkot Jhang Jhang

Appendix F: Workshop Layouts 86

Sr Name Tehsil District NO

Rural Health Center, Wan Bachran, Mianwali, 228 Mianwali Mianwali Mianwali

Rural Health Center, Farooq Abad, Sheikhupura, 229 Sheikhupura Sheikhupura Sheikhupura

230 Rural Health Center, Phullarwan, Bhalwal, Sargodha Bhalwal Sargodha

231 Rural Health Center, Qaboola, Arifwala, Pakpattan Arifwala Pakpattan

Rural Health Center, Bunga Hayat, Pakpattan, 232 Pakpattan Pakpattan Pakpattan

233 Rural Health Center, Malka Hans, Pakpattan, Pakpattan Pakpattan Pakpattan

234 Rural Health Center, Raiwind, Lahore Raiwind Lahore

Rural Health Center, Mubarak Pur, Ahmedpur East, 235 Ahmedpur East Bahawalpur Bahawalpur

Rural Health Center, Choona Wala, Hasilpur, 236 Hasilpur Bahawalpur Bahawalpur

Rural Health Center, Dera Bakha, Bahawalpur Saddar, Bahawalpur 237 Bahawalpur Bahawalpur Saddar

Rural Health Center, Khanqah Sharif, Bahawalpur Bahawalpur 238 Bahawalpur Saddar, Bahawalpur Saddar Appendix F: Workshop Layouts 87

Sr Name Tehsil District NO

Rural Health Center, Lal Sohanra, Bahawalpur Saddar, Bahawalpur 239 Bahawalpur Bahawalpur Saddar

Rural Health Center, Thatta Sadiqabad, Jahanian, 240 Jahanian Khanewal Khanewal

241 City Hospital Jhang City, Jhang, Jhang Jhang Jhang

Rural Health Center, Jamke Chatha, Wazirabad, 242 Wazirabad Gujranwala Gujranwala

Rural Health Center, Makhdoom Aali, Duniapur, 243 Duniapur Lodhran Lodhran

244 Rural Health Center, Daultala, Gujar Khan, Rawalpindi Gujar Khan Rawalpindi

245 Rural Health Center, Mandra, Gujar Khan, Rawalpindi Gujar Khan Rawalpindi

246 Rural Health Center, Qazian, Gujar Khan, Rawalpindi Gujar Khan Rawalpindi

Rural Health Center, Bagga Sheikhan, Rawalpindi, 247 Rawalpindi Rawalpindi Rawalpindi

248 Rural Health Center, Chauntra, Rawalpindi, Rawalpindi Rawalpindi Rawalpindi

Rural Health Center, Khayaban-i-Sir Syed, Rawalpindi, 249 Rawalpindi Rawalpindi Rawalpindi

Rural Health Center, Sarwar Wali, Dera Ghazi Khan, Dera Ghazi 250 Dera Ghazi Khan Dera Ghazi Khan Khan

Appendix F: Workshop Layouts 88

Sr Name Tehsil District NO

Rural Health Center, Kot Chutta, Dera Ghazi Khan, Dera Ghazi 251 Dera Ghazi Khan Dera Ghazi Khan Khan

Rural Health Center, Kot Samaba, Rahim Yar Khan, Rahim Yar 252 Rahim Yar Khan Rahim Yar Khan Khan

Rural Health Center, Mian Wali Qureshian, Rahim Yar Rahim Yar 253 Rahim Yar Khan Khan, Rahim Yar Khan Khan

Rural Health Center, Taranda Saway Khan, Rahim Yar Rahim Yar 254 Rahim Yar Khan Khan, Rahim Yar Khan Khan

Rural Health Center, Nawaz Abad, Sadiqabad, Rahim Rahim Yar 255 Sadiqabad Yar Khan Khan

Rural Health Center, Bagho Bahar, Khanpur, Rahim Rahim Yar 256 Khanpur Yar Khan Khan

Rural Health Center, Nawan Kot, Khanpur, Rahim Yar Rahim Yar 257 Khanpur Khan Khan

Rahim Yar 258 Rural Health Center, Sahja, Khanpur, Rahim Yar Khan Khanpur Khan

Rural Health Center, Zahir Pir, Khanpur, Rahim Yar Rahim Yar 259 Khanpur Khan Khan

Rural Health Center, Allah Abad, Liaqatpur, Rahim Yar Rahim Yar 260 Liaqatpur Khan Khan Appendix F: Workshop Layouts 89

Sr Name Tehsil District NO

Rural Health Center, Feroza, Liaqatpur, Rahim Yar Rahim Yar 261 Liaqatpur Khan Khan

Rural Health Center, Khan Bela, Liaqatpur, Rahim Yar Rahim Yar 262 Liaqatpur Khan Khan

Rural Health Center, Pacca Larran, Liaqatpur, Rahim Rahim Yar 263 Liaqatpur Yar Khan Khan

Rural Health Center, Tranda M. Pannah, Liaqatpur, Rahim Yar 264 Liaqatpur Rahim Yar Khan Khan

Rural Health Center, Fort Maroot, Fortabbas, 265 Fortabbas Bahawalnagar Bahawalnagar

Rural Health Center, Rajan Pur Kalan, Rahim Yar Rahim Yar 266 Rahim Yar Khan Khan, Rahim Yar Khan Khan

Rural Health Center, Ahmed Pur Lamma, Sadiqabad, Rahim Yar 267 Sadiqabad Rahim Yar Khan Khan

268 Rural Health Center, Phagwari, Murree, Rawalpindi Murree Rawalpindi

Rural Health Center, Chak No. 148/EB, Burewala, 269 Burewala Vehari Vehari

Rural Health Center, Channi Goth, Ahmedpur East, 270 Ahmedpur East Bahawalpur Bahawalpur

271 Rural Health Center, Satrah, Daska, Sialkot Daska Sialkot

Appendix F: Workshop Layouts 90

Sr Name Tehsil District NO

272 Rural Health Center, Shadiwal, Gujrat, Gujrat Gujrat Gujrat

273 Rural Health Center, Tanda, Gujrat, Gujrat Gujrat Gujrat

274 Rural Health Center, Dinga, Kharian, Gujrat Kharian Gujrat

275 Rural Health Center, Dullanwala, Kharian, Gujrat Kharian Gujrat

Rural Health Center, Mehran (Dhori Adda), Layyah, 276 Layyah Layyah Layyah

277 Rural Health Center, Jaman Shah, Layyah, Layyah Layyah Layyah

Rural Health Center, Chak No. 112/9-L, Sahiwal City, 278 Sahiwal City Sahiwal Sahiwal

Rural Health Center, Tibbi Qasrani, Taunsa Sharif, Dera Ghazi 279 Taunsa Sharif Dera Ghazi Khan Khan

Rural Health Center, Chak No. 188/EB, Mian Pakhi, 280 Vehari Vehari Vehari, Vehari

281 Rural Health Center, Renala Khurd, Okara Renala Khurd Okara

Rural Health Center, Jalal Pur Bhattian, Pindi Bhattian, 282 Pindi Bhattian Hafizabad Hafizabad

Rural Health Center, Chak No. 163/EB Muhammad 283 Arifwala Pakpattan Nagar, Arifwala, Pakpattan Appendix F: Workshop Layouts 91

Sr Name Tehsil District NO

Mandi 284 Rural Health Center, Jokalian, Phalia, Mandi Bahuddin Phalia Bahuddin

Rural Health Center, Kuthiala Sheikhan, Mandi Mandi 285 Mandi Bahuddin Bahuddin, Mandi Bahuddin Bahuddin

Mandi 286 Rural Health Center, Malikwal, Mandi Bahuddin Malikwal Bahuddin

Rural Health Center, Bheikho More, Phalia, Mandi Mandi 287 Phalia Bahuddin Bahuddin

Rural Health Center, Chailianwala, Mandi Bahuddin, Mandi 288 Mandi Bahuddin Mandi Bahuddin Bahuddin

Rural Health Center, Mong, Mandi Bahuddin, Mandi Mandi 289 Mandi Bahuddin Bahuddin Bahuddin

Rural Health Center, Miana Gondal, Malikwal, Mandi Mandi 290 Malikwal Bahuddin Bahuddin

Rural Health Center, Chak No. 45/12-L, Chichawatni, 291 Chichawatni Sahiwal Sahiwal

Rural Health Center, Chak No. 120/9-L Kameer, 292 Sahiwal City Sahiwal Sahiwal City, Sahiwal

Rural Health Center, Eminabad, Gujranwala, 293 Gujranwala Gujranwala Gujranwala

Appendix F: Workshop Layouts 92

Sr Name Tehsil District NO

Rural Health Center, Ghazi Abad, Chichawatni, 294 Chichawatni Sahiwal Sahiwal

Rural Health Center, Qila Didar Singh, Gujranwala, 295 Gujranwala Gujranwala Gujranwala

Rural Health Center, Chak No. 4/14-L Kassowal, 296 Chichawatni Sahiwal Chichawatni, Sahiwal

Rural Health Center, Chak No. 55/5-L, Sahiwal City, 297 Sahiwal City Sahiwal Sahiwal

Rural Health Center, Chak No. 8/11-L, Chichawatni, 298 Chichawatni Sahiwal Sahiwal

Rural Health Center, Chak No. 96/12-L, Chichawatni, 299 Chichawatni Sahiwal Sahiwal

Rural Health Center, Ahmad Nagar, Wazirabad, 300 Wazirabad Gujranwala Gujranwala

301 Rural Health Center, Hadali, Khushab, Khushab Khushab Khushab

302 Rural Health Center, Harappa, Sahiwal City, Sahiwal Sahiwal City Sahiwal

303 Rural Health Center, Wahndo, Kamoke, Gujranwala Kamoke Gujranwala

304 Rural Health Center, Noor Shah, Sahiwal City, Sahiwal Sahiwal City Sahiwal

305 Rural Health Center, Mitha Tiwana, Khushab, Khushab Khushab Khushab Appendix F: Workshop Layouts 93

Sr Name Tehsil District NO

Rural Health Center, Busal Sukkha, Malikwal, Mandi Mandi 306 Malikwal Bahuddin Bahuddin

Rural Health Center, Ali Pur Chatha, Wazirabad, 307 Wazirabad Gujranwala Gujranwala

308 Rural Health Center, Dounkal, Wazirabad, Gujranwala Wazirabad Gujranwala

309 Rural Health Center, Sohdra, Wazirabad, Gujranwala Wazirabad Gujranwala

Rural Health Center, Manthar, Rahim Yar Khan, Rahim Rahim Yar 310 Rahim Yar Khan Yar Khan Khan

311 Rural Health Center, Padhrar, Khushab, Khushab Khushab Khushab

312 Rural Health Center, Ghakhar, Wazirabad, Gujranwala Wazirabad Gujranwala

Rural Health Center, Rasool Nagar, Wazirabad, 313 Wazirabad Gujranwala Gujranwala

314 Rural Health Center, Pahar Pur, Layyah, Layyah Layyah Layyah

315 Rural Health Center, Kasooke, Hafizabad, Hafizabad Hafizabad Hafizabad

Appendix F: Workshop Layouts 94

Annexure-B List of Essential Equipment

Sr. Name of Equipment Count No. 1 Anesthesia machine 262 2 Ventilators (All types) 123 3 Hemodialysis Unit 358 4 Defibrillator 225 5 Infant Incubators with Resuscitation system 196 6 Static X-Ray Machine 315 7 C-arm 6 8 Mobile X-ray 11 9 Dental X-ray 90 10 Ultrasound Machine 312 11 Colour Doppler 6 12 Chemistry Analyzers 208 13 Hematology Analyzer 180 14 Eye operating microscope 121 15 Lasers (Argon) 5 16 Slit lamp 132 17 Auto ref 73 18 Endoscope 6 19 ETT machine 8 20 ELISA Machine (Washer & Reader) 45, 13 21 Phacoemulsification 4 22 Baby Warmer 753 23 Microscope 545 24 ECG Machine 496 25 Phototherapy Unit 296 26 Pulse Oximeter 435 27 Centrifuge 418 28 CTG 139 29 Diathermy 280 30 Dental Unit 187 31 Nebulizer 745 32 Fetal Heart Detector 56 33 Suction Machine 1260 34 Vacuum Extractor 50 Appendix F: Workshop Layouts 95

35 Lab Incubator 236 36 Water Bath 201 37 Spectro photo meter 5 38 BiPap 0 39 OT light 497 40 OT table 319 41 Autoclave 760 42 Patient Monitors (All types) e.g., ICU, Cardiac Monitor etc. 677 43 CPAP 45 44 ILR (Ice-Lined Refrigerator) and Cold chain equipment 78 45 Blood Bank refrigerator 190 46 Syringe pump 38 47 Infusion pump 134 48 Blood warmer unit 3 49 Blood shaker 5 50 Disintegration Apparatus 15 51 A-Scan Bio Meter 24 52 Baby Weighing Scale 108 53 Bilirubin Meter 9 54 Bio Safe Cabinet 3 55 Blood Gas Analyzer 2 56 Blood Roller Mixer 104 57 Calorimeter 29 58 Delivery Table 174 59 Climate Chamber 5 60 Coagulation Analyzer 3 61 Colony Counter 4 62 CT Scan 6 63 Distillation Apparatus 5 64 Double Distillation Apparatus 1 65 Digital Thermo Hygrometer 17 66 Direct Ophthalmoscope 1 67 Dissolution Apparatus 6 68 Weighing Machine 170 69 Weighing Balance 23 70 Vascular Doppler 3 71 X-Ray Illuminator 162

Appendix F: Workshop Layouts 96

72 Viscosity Apparatus 2 73 Ultra Sonic Bath 8 74 Ultraviolet Lamp 5 75 Nd: Yag Laser 18 76 Mobile Light 583 77 Ophthalmoscope 95 78 PH Meter 14 79 Conductivity Meter 5 80 Electrolyte Analyzer 30 81 External Pace Maker 1 82 Glucometer 319 83 HB Meter 4 84 Heating Magnetic Stirrer 8 85 Head Light 18 86 Hot Air Oven 384 87 HPLC 32 88 Laryngoscope 360 89 Lens Meter 27 90 Keratometer 36 91 Cell Separator Machine 1 92 Cryo Unit 3 93 Hyper-Hypo-Therapy Unit 3 94 Deionizer Apparatus 1 95 Dry Heat Cabinet 1 96 Dry Heat Sterilizer 1 97 Fume Hood 4 98 Friabilator Unit 8 99 Plasma Freezer 1 100 Flame Photometer 4 101 Melting Point Analyzer 3 102 Particle Counter 2 103 PCR Machine 1 104 PDA Detector 1 105 Tablet Hardness Tester 1 106 Tensile Test Apparatus 1 107 Soxhlet Extractor 4 108 Sonicator 7 Appendix F: Workshop Layouts 97

Annexure-C Electrical Tools Biomedical Engineer / Technician Toolkits: 69 Sets Each Toolkit Comprising of: Package 1 Electrical Tools Sr No Description Quantity Package 1-A 1 Insulated Snipe Nose Pliers: 1 Size: 6" 2 Combination Pliers: 1 Size: 7" 3 Slip Joint Insulated Pliers: Size: 6" 1 Shear type wire cutter which clearly snips Copper, Aluminum or even harder steel wires. 4 Internal Circlip Plier Circlip diameter of about 3" 1 5 External Circlip Plier Circlip diameter of about 3" 1 6 Straight Point Tweezers: 150 mm, Blunt Tip 1.8 mm, 4 lbs Spring Tension, Material Grade Stainless 1 Steel Package 1-B

1 Wire Strippers: 1 Accommodates from 22 to 10 AWG wire sizes. Safety handle for firm grip. 2 Trimming Knife: 1 For wire scrapping and cutting. Standard size. 3 Slide cutters: 1 Size: 12" Package 1-C 1 Flat Blade Screwdrivers Set Size: 3", 6", 8", 10" 1 Magnetic with insulated handle 2 Cross Head Screwdriver Set (no 0) Size: 3", 6" 1 Magnetic with insulated handle 3 Cross Head Screwdriver Set (no 2) Size: 3", 6", 10" 1 Magnetic with insulated handle 4 Mains Testing Screwdriver: Internal neon and series resistor to enable use on 150 to 250 V AC mains. 1 Clear plastic molding with extension over chrome-vanadium shaft. Blade Length 60mm, Blade Tip Size 3mm, Overall Length 134mm

Appendix F: Workshop Layouts 98

5 Set Watchmakers Screwdrivers Flat Blade: 1 Set of six pieces 6 Set Watchmakers Screwdrivers Cross Head: 1 Set of Six pieces Package 1-D 1 Digital Multi-meter: Maximum DC Voltage: 1000V, Maximum AC Voltage: 1000V, Maximum Capacitance: 10,000 µF, Maximum Resistance: 50 MΩ 1 AC Current: 6A/60A/400A +/-(2.5% reading+8 word) 400-600A +/-(3% reading+10 word) Power supply: 2 x 1.5V AAA Battery, Material: Plastic, Electronic Parts 2 RJ 45 Cable Tester Battery Standard 9-volt battery, Material: Plastic Case, Two sets of LED 1 lights for Source and Test indication, Connector types: RJ45 , Display Type: LED, Maximum line length > 300 meters 3 Humidity & Temperature Meter: RH measurement range 0…100 % RH, Accuracy ± 0.2 oC, 3 probes, temperature measurement ranges between -70 and +180 °C, Multi probe, 1 operation; dew point and CO2 probes can also be connected, Displays various humidity parameters 4 Clamp Meter Current Measurements Current Range AC RMS 0-200 A Current Range DC 0-200 A 1 Voltage Measurements Voltage Range DC 0-600 V Voltage Range AC 0-600 V Have Backlit Display Package 1-E 4 Blower: Drive: Direct drive, Motor power: 500 W, Rated Frequency 50-60HZ, 1 Rated Voltage: 220-240V 5 Soldering Iron with Solder Sucker 25 watts approx. for PC board component soldering along with soldering 1 iron stand, flux-cored lead and free solder wire. (3 Rolls of 500 g/roll) and brazing material for soldering. Package 1-F 1 Antistatic Wrist Band: Conductive carbon interior coating, Adjustable band, Height: 9 inches, 1 Width: 0.75 inches 2 Torch: 1 Bulb Type: LED, Brightness: 1-500 Lumens: Battery Type: Rechargeable 3 Digital Stopwatch: 1 Type: Digital, Large digital display, least count 1/100 seconds, Appendix F: Workshop Layouts 99

Split Mode: Times single and split events, Freeze split: time display while total timing continues. 4 Pocket Magnifying Glass Magnification: 5x 1 Accessories: With padded pouch Frame Material: Hard Plastic Frame 5 Caulking Gun Manually Operated, Minimum 10.5 oz caulk tube cartridge, 2 spare 1 cartridge

Appendix F: Workshop Layouts 100

Mechanical Tools Biomedical Engineer / Technician Toolkits: 69 Sets Package 2 Mechanical Tools. Sr No Description Quantity Package 2 A 1 Set of Nut Spinners: 1 7 Piece Nut Spinner Set supplied with seven of the most common sized nut spinners. Manufactured with chrome vanadium steel blades that have been hardened and tempered for added strength. Each nut-spinner socket is fitted with a hex on the base delivering extra grip, ideal for when more torque is required and attached to an ergonomic soft grip handle for added user comfort. Sizes: 5, 6, 7, 8, 9, 10, 13 mm 2 Set of Nut Spinners: 1 Ergonomically designed nut driver for tightening nut and bolts in lower torque applications. Six Nut Spinners 1.5/2/2.5/3/4/5 mm 3 Set BA spanners open‐ended and ring: 1 Chrome vanadium steel hardened, tempered and chrome plated for corrosion protection. Covers BA sizes 0 BA to 11 BA. 4 Set metric miniature spanners open‐ended and ring: 1 Chrome vanadium steel hardened, tempered and chrome plated for corrosion protection. Covers BA sizes 2 to 22 mm 5 Adjustable spanner: 1 Size: 4", Material: Carbon Steel, High Strength and hardness. Adjustable nut and easy slide. Frosted head not easy to slide. Conjoined fixed pin, make sure opening adjustment nut fall off. 6 Adjustable spanner: 1 Size: 8", Full carbon steel, high strength and hardness. Adjustable nu and easy slide. Frosted head not easy to slide. Conjoined fixed pin, make sure opening adjustment nut fall off. 7 Set Imperial Allen keys: 1 Long Arm SAE Hex Key Set includes 13 strong steel, rust-resistant hex keys in popular SAE, SAE Sizes: .05", 1/16", 5/64", 3/32", 7/64", 1/8", 9/64", 5/32", 3/16", 7/32", 1/4", 5/16", 3/8" 8 Set of Allen Keys (Metric): 1 Long Arm Metric Hex Key Set includes 9 strong steel, rust-resistant hex keys in common metric sizes, Metric sizes: 1.5 mm, 2 mm, 2.5 mm, 3 mm, 4 mm, 5 mm, 6 mm, 8 mm, 10 mm

Package 2-B 1 Junior Hacksaw with Spare Pack of Blades (Containing at least 10 1 Blades): Length: 6”, Material: High Speed Steel, Teeth/inch: 32 Appendix F: Workshop Layouts 101

2 Junior Hacksaw with Spare Pack of Blades (Containing at least 10 1 Blades): Length :12”, Material: High Speed Steel, Teeth/inch: 32 3 4 oz. of Ball Peen Hammer: 1 Length: 10.25": Dia.:3/4-Inch. Head Material: Stainless Steel, Handle type: Wooden 4 Set of Parallel Pin Punches: 1 Tip Diameter: 3-10 mm, Material: High Alloy Steel / Hard Chrome Vanadium Steel, Hardness: 56-58 HRC Package 2-C 1 Retractable Flexible Measuring Tape: 1 (Measuring Length: 7.5 Meters/ 24.6 Ft, Tape Width: 25 mm/ 1"; Case Size: 100 x 85 x 45 mm/ 3.9" x 3.3" x 1.8" (L*W*T), Strap Length: 13 cm/ 5.1 2 Ruler: 1 L Shaped. Material: Steel, Measuring Scale: Metric, Measuring Length: 6 inches 3 Vernier Caliper (Dual Scale): 1 Type: Digital, Material: Stainless Steel Accuracy: 0.1 mm, Measuring Range: 0-150 mm, Double scale: mm/inch Package 2-D 1 Set of Swiss flies: Including 6" in flat, round & half round 1

Appendix F: Workshop Layouts 102

Set of Workshop Tools: 3 Sets Each Set comprising of: Package 3: Workshop Tools Sr No Description Quantity Package 3-A 1 General Duty Electric Hammer drills 2 Power: 750W (Approx.), Chuck Type: Keyless, Power Source: Corded 2 Bench grinder: 1 RPM 3600 approx., Power 600 W (Approx.) 3 Bench polisher: 1 RPM: 2800 (Approx.), Power 600W (Approx.) Package 3-B 1 Bench Pillar drill 1 Power:550W (Approx.), Chuck Cap: Keyless, Speed Range: 210-2,580rpm(Approx.) 2 Hand Drills. 2 Chuck Type: Keyless; Clamping Shank Diameter: 0.1-3.5 mm (Approx.) Package 3-C 1 Oxygen/Acetylene welding set: With Oxygen Regulator, Acetylene Regulator Blow Pipe, Cutting Attachments, Welding Goggles, Multi-purpose Spanner, Welding 1 Tips(sizes: 10, 12, 15 & 20), Cutting Tips (Sizes: 8, 12 & 15), Set Oxygen/Fuel Regulator End FBAs, Set Oxygen/Fuel Torch End FBAs, Mixer, Twin Oxy/Acetylene 10m Hose, Flint Gun 2 Electric welding equipment: 3-Phase, Frequency 50 Hz, Input Voltage 415 1 (Approx.), Welding Current Range 20-60 Ampere 3 Welding mask: According to Occupational Safety & Health 2 Standard OSHAS 4 Brazing goggles: According to Occupational Safety & Health 2 Standard OSHAS 5 Pair of safety glasses for each member: According to Occupational Safety & Health 2 Standard OSHAS Package 3-D 1 Set of Metric Drills. (High Speed Steel) 1mm - 10mm x .5mm Metric Drill Bits Set in 3 Metal Index - 19-piece set; 118 Degree Point, Mass: 1.8 lb (Approx.) Appendix F: Workshop Layouts 103

2 Set of Masonry Drills Product Length:3-1/4 in., 4 in., 4-3/4 in., 4/5/8 in., 3 5-3/4 in, Mass: 0.38 lb (Approx.), Size:3/16 in, 1/4 in, 5/16 in, 3/8 in; 1/2 in. 3 Riveting Set ½” length, 5 ½” length, 7 ½” Length. 4-Piece sets 1 sizes which include: 3/32”, 1/8”, 5/32”, and 3/16 4 Set of Metric Taps and Dies. (High‐speed steel) Number of Pieces: 41 Tools; Material: High speed 1 steel; Chamfer Type: Plug; Item Weight: 12 lb (Approx.); Measurement System: Inch 5 Set of Imperial Taps and Dies. (High‐speed steel) Thread Range: 1/4" - 1"; No.: 45; Material: Alloy 1 Steel; 6 Inch Drive Socket Set Material: Carbon steel; Number of Sockets: 16; 2 Weight: 76.60 lb (Approx.) Package 3-E 1 Set V Blocks and Clamp Material: Hardened and Ground Steel Bed; 1 Accuracy: +/-0.0002 2 Mechanics Vice 150 mm jaw width. Jaw Width Opening: 6" / 150 mm, Material: 1 Hardened steel 3 Mechanics Vice 75 mm jaw width. Jaw Width Opening: 75mm, Material: Hardened 2 steel 4 London Pattern Anvil: 1 Weight: 84 lb , Material: Cast Iron 5 G Cramps 3" Capacity 1 Material: Carbon Steel 6 G Cramps 10" Capacity 1 Material: Carbon Steel 7 Tool makers clamps 2" Capacity 1 Material: Carbon Steel 8 Tool makers clamps 4" Capacity 1 Material: Carbon Steel Package 3-F 1 X‐Ray Lead Aprons, .5 mm Pb equivalent 2 2 X‐Ray Lead Gloves pair, .5 mm Pb equivalent 2 3 X‐Ray Lead Glasses, .75 mm Pb equivalent 2 Package 3-G 1 Torque Wrench: 1 Standard Adapter Set 6-32mm. 2 Pipe Wrench 250 mm: 1 Tempered & Hardened Steel.

Appendix F: Workshop Layouts 104

3 Pipe Wrench 350 mm: 1 Tempered & Hardened Steel. 4 Self‐Gripping Pliers 10": Non-Locking, Max. Jaw Capacity 51mm, Min. 25 1 Adjustable Positions, Hardened Steel. 5 Set Combination Spanners (Metric): Durable Chrome Vanadium Steel (Cr-V), Size 8- 1 32mm. 6 Set Combination Spanners (Imperial): Total Pieces 11, Size 1/4″ to 7/8″, Polished Jaws & 1 Ring, Chrome Plated. Package 3-H 1 1 lb Hammer 1 Length: 9.5" (Approx.); 2 2 lb Hammer 1 Length: 9.8" (Approx.); 3 Soft Face Hammer Diameter Tip: 1" ; Hammer Face: Plastic and must 1 be replaceable Package 3-I 1 12 Inch Rule 3 Material: Rustles steel; Length: 12" 2 Surface Plate, Granite. (granite i) 1 Flatness: 0.002mm (Approx.) 2 Spirit Level 1 Length: 90cm (Approx.) 4 Surface Gauge 1 Length of Spindle: 18inch 5 0‐25 mm Micrometer Weight: 230 g (Approx.), Range: 0-25mm, 1 Graduation: 0.01mm 6 Protractor. 2 Material: Plastic, Size: 4" 7 Inside Calipers. 1 Type: Digital, Range 6" (Approx.) 8 Outside Calipers 1 Type: Digital, Range 8" (Approx.) 9 6" Engineers square L Shaped, Weight: 1 pounds (Approx.); 2

Package 3-J 01 Line Resistance Meter Resistance Range 1μΩ to 10MΩ 4 Temperature Measurements -10.0 to 99.9°C Testing Currents 1 mA to 100 nA Appendix F: Workshop Layouts 105

LCD Display Power Supply 100-240 V AC, 50/60 Hz Tachometer Optical Non-Contact 2.5-99,999 RPM 02 4 Operating Temperature 0-45 C Sampling Time 1 sec Battery Operated Lux Meter 0-100,000 Lux 03 4 Temperature Range -10 C – 40 C Battery Operated

Appendix F: Workshop Layouts 106

Set of Biomedical Test & Quality Assurance Equipment for Diagnostic & General items

Package 4 Sr Description Specifications Quantity No Package 4-A - Measure of Pressure, Temperature, Conductivity, Flow and pH for Hemodialysis Machines. - Allows conductivity measurement of RO water - The test device should display measuring values, statistical measuring data. - USB Computer Interface for data acquisition - The test device should also be able to measure: Pressure in: Ophthalmological lasers, Blood pressure Dialysis meters, Automatic tourniquets, Drainage devices, IV 01 Reference 03 pumps, Diagnostic, surgical suction, Ventilators, Meter Pressure gauges, RO-Water Systems.

Temperature in: Temperature monitors, Electronic thermometers, Humidifiers/nebulizers, Blood warmers, Hypo/hyperthermia machines, Infant incubator, and Radiant warmers. Conductivity in: RO-Systems, Water Treatment System Parameters Measured: Relative Humidity: 30-90% RH Temperature 15 oC – 50 oC: Capable of measuring 4 Temperatures (i) For Conduction (ii) For Convection (inside the incubator) (iii) For Convection (inside and outside the incubator) Incubator 02 (iv) For Radiation 03 Tester Air Flow: 0.1-0.7 m/sec Noise Level 30-80 dbA Battery Operated with a backup of 12 Hours Software for Entering Viewing and Printing (Compatible with Windows OS)

Adjustable Universal type artificial lungs with 03 Artificial Lungs adjustable capability from neonate to adult lungs. 03 Appendix F: Workshop Layouts 107

Hand Held Gas Analyzers for following gasses need to be separately or combined quoted Multi Gas Flow (i) O (with paramagnetic sensor) 04 2 03 Analyzer (ii) NO2 (iii) N2 Measurement Capability in PPM & Percentage (%) Static Pressure Range 0-400 mmHg Heart Rate 1-300 Beats Per Minute (BPM) NiBP Monitor 05 Pulse Volume High, Medium, Low, Paediatric 03 Tester Battery Operated upto 8 Hrs Battery Life

Fetal ECG Static Rates 30, 60, 90, 120, 180, 210 and 240 BPM ECG Sensitivity 50 µV to 2mV Fetal Heart 06 Maternal ECG Static Rates 03 Simulator 60, 80,100, 120, 160 BPM ECG Sensitivity 0.5 mV to 2mV Battery Operated Reusable Probe Unit mg/dL Bilirubin meter 07 Range 0.1-30 mg/dL 03 Tester Battery Operated

Power Range 0-30 Watt Resolution 0.1 Watt Ultrasound Accuracy ±3% 08 03 Power Meter Maximum Transducer Size up to 3” Diameter Should be battery operated along with AC adapter and portable compatible with computer interface (USB) Electrical -Compact microprocessor based independent unit Safety Analyzer system -Mains operating voltage 200 to 250 @50/60Hz -Current rating of equipment at least 16A -Compliance with multiple standards: IEC60601:2005, EN62353, ANSI/AAMI ESI:1993, NFPA-99, AN/NZS 3551, IEC61010 -Touch control key operation with graphic display to 09 display different parameter simultaneously. 03 -USB interface -Standard testing probe/leads along with all standard accessories -Measurement capability: 1. AC only, DC only and True RMS leakage 2. Varying Insulation testing voltage 3. Direct Leakage measurement 4. Earth/ground test current

Appendix F: Workshop Layouts 108

5. Differential leakage measurement 6. Point to Point testing Complete with all cables, connectors and other standard accessories. ECG/Patient -Compact handheld device for patient monitor test Simulator -12 lead ECG simulation - Universal ECG jacks/studs - At least 12 Selectable Arrhythmias - Performance waveform -Battery/Main operated 10 03 -Touch control key operation and display for monitoring different values simultaneously. - Standard testing probe/leads along with all standard accessories Complete with all cables, connectors and other standard accessories. ECG/Patient -Compact handheld device for patient monitor test Simulator -12 lead ECG simulation - Universal ECG jacks/studs - At least 12 Selectable Arrhythmias - Performance waveform -Battery/Main operated 11 03 -Touch control key operation and display for monitoring different values simultaneously. - Standard testing probe/leads along with all standard accessories Complete with all cables, connectors and other standard accessories. Defibrillator - Desk Top rugged device with integrated paddle Analyzer adaptors - Microprocessor Controlled -12-lead ECG patient simulator with ECG performance and NSR waveforms - Compatible with many phasic, Biphasic and pulsed waveforms - AED compatibility - Energy Measurement 03 12 Range: (Low): 0 – 199.9 Joules. Resolution: 0.1 Joules. Accuracy: ± 1% of Reading ± 0.1 Joule. Range (High): 200- 600 Joules. Accuracy: ± 1% of the Reading ± 1 Joules. - AC and Rechargeable Battery operation - USB communication port - Load Resistance: 50 Ohms ± 1% non-inductive Appendix F: Workshop Layouts 109

- LCD display. -Voltage Range: 20V to 5000V -Current Range: 0.4A to 100A Optional: Pacemaker Analyzer Complete with all cables, connectors and other standard accessories. Electro - Microprocessor Controlled with digital display for Surgical measurement of power upto 500W (RMS) Analyzer - Test modes should include: 1. Contact quality monitor (CQM) 2. High frequency/RF leakage 3. Output power 4. Foot Switch simulator (Cut and Coagulation) - Should have different color codes for each range at the input connector and on the meter, making measurements quick & easy 13 - Tests all ESU’s including those with high current 03 - Built in 0 to 1000 ohm variable resistance - Current range (RMS): 0 mA to 5000 mA - Fixed load: 200 ohm - Automatic power distribution measurement, including power, current and peak-to-peak voltage - Memory: 2000 test records - USB communication port Complete with all cables, connectors and other standard accessories. Infusion Pump -Capability to test Wide verity of infusion pump. Analyzer -Test of simulations four infusion pumps -Multi channel configuration -Flow rate measurement up to 1500 ml/hr -USB compatibility for communication - Built-in memory to save test results for printing - Volume 0.06 mL to 9999 mL 14 03 - PCA / Bolus/dual flow Measurements: -Pressure measurement range: 0 to 45 PSI - Power Source Range 230V ac 50Hz mains Complete with all cables, connectors and other standard accessories. Gas Flow - Bi-directional flow, pressure, volume, and oxygen Analyzer concentration, and pressure measurements 15 - Measure conventional and High Frequency 03 Ventilator parameters. - Graphic Display

Appendix F: Workshop Layouts 110

- Graphic Software computer based - Compatibility with gas standards and gas types - Able to measure respiratory parameter and real time graphs - Port for Computer -Test Ventilating parameters for Adult, Paeds and Neonates Ventilator - Universal Lung for Adult Paeds and neonates Complete with all cables, connectors and other standard accessories. Gas Flow - Bi-directional flow, pressure, volume, and oxygen Analyzer concentration, and pressure measurements - Measure conventional and High Frequency Ventilator parameters. - Graphic Display - Graphic Software computer based - Compatibility with gas standards and gas types 16 - Able to measure respiratory parameter and real time 03 graphs - Port for Computer -Test Ventilating parameters for Adult, Paeds and Neonates Ventilator - Universal Lung for Adult Paeds and neonates Complete with all cables, connectors and other standard accessories. Oxygen - Analyzer monitor with a 0 to 100% oxygen Analyzer measurement. -Hand held with LCD display 17 - One-touch calibration 03 Optional: Other Gases Complete with all cables, connectors and other standard accessories. Package 4-B Automatically detects AC or DC x-ray currents, the 03 unit stores and displays mA and exposure time. Verification of peak x-ray voltage, constancy checks, calibration of x-rays, and quality assurance measurement of exposure time. kV specifications: mAs/kVp 1 Range: 45 kVp – 150 kVp Meter Accuracy: 2%+/- 1kV at 25 – 50 mA Min Expo time: 40 m sec Current specifications: Range: 0 mA-200 mA Accuracy: 2%+/-1 mA Min Resolution: 0.1 mA/mAs Appendix F: Workshop Layouts 111

- 5 m Cable with alligator clips - Display: Liquid Crystal Display (LCD), 8 character Alphanumeric - Power: 4xAA Batteries • For the use of troubleshooting & repair of x-ray 03 along with quality control • Capable of measuring:

o kVp o mA and mAs o dose o x-ray detector o Exposure time o Half value layer (HVL)

• Permits short exposure times • Measures kVp and exposure time simultaneously • Noninvasive kVp • With standard accessories like Carrying case, Android tablet, connection cables, interface software etc. • Works with AC or DC x-rays Universal X 2 Ray Instrument kVp/kVe Specifications

Range: 45kVp-120kVp Accuracy: 2%±1kVp@25-100mA Recommended Minimum Exposure: 20ms

Current Specifications (mA/mAs)

Range: 2mA-1A Accuracy: 2%±1mA Resolution: 0.1 mA/mAs Minimum Exposure Time: 1ms Input Impedance: 1Ω Connector: 5m cable (with Alligator Clips) General Specifications - Display: 7 inches (177.8 mm), Tablet -Connection: 14 ft. (4m) USB Cable -Power: Tablet battery Power supply -Battery Life: At least 5 hrs Continuous use

Appendix F: Workshop Layouts 112

- Simplified Setup procedure 03 - Digital Display on PC through wire / wireless connection - Accurate reading without any correction or compensation - Rechargeable Battery operated with AC adapter 200- 220V, 50/60Hz - With standard accessories such as cables, software etc. - Dose Range: 200 µGy to 9999m Gy / 20 mR to 999 R - Dose Resolution: 0.01 µGy / 1 µR 3 Dosimeter - Dose Accuracy: ±5% - Dose rate: ≥ 20 µGy/s / 2mR - Operating Temperature: 15 ºC to 35 ºC - Storage Temperature: 0 ºC to 50 ºC - Operating Humidity: 30 % to 70 % RH (non- condensing) - Minimum system requirement for operating system: Window XP/7/8/10

Optional: Additional sensors include R/F Sensor, MAM Sensor, CT Sensor, Survey Sensor and Light Sensor are also required. Separate price is required to be quoted for each sensor Package 4-C -Digital Oscilloscope -Trigger types: Edge, Pulse Width, Video, Slope, Alternative -Screen: 7 inch WVGA (800 X 480) Active TFT Color Display -Cursors: Time, amplitude and screen Oscilloscope (20 -Automated measurements: 6 out of 32 parameters can 01 03 MHz) be displayed at one time. -Hardware bandwidth limits: DC ~ 20MHz (-3db) -Rise Time: <18ns -Input Coupling: AC, DC or GND -Max Input: 400V(DC + ACp-p) -Frequency: 1KHz ±2% -Highest Sensitivity: 1mV/div -Easy access and measurement settings -Onscreen measurement stability indicator pH: 02 pH Meter 03 Range: 0 – 14 pH Resolution: 0.01 pH Accuracy: ±0.02 pH Appendix F: Workshop Layouts 113

Calibration: automatic, at one or two points with two sets of standard buffers (pH 4.01 / 7.01 / 10.01 or pH 4.01 / 6.86 / 9.18) Voltage (mV): Range: ±600mV Resolution: 0.1 mV Accuracy: ±0.5 mV Temperature: range: -5 to +55 °C Resolution: 0.1 °C Accuracy: ±0.5 °C PH Calibration points: 5 points -Universal AC Adapter/power supply-100-240V AC, 50/60 Hz -Two years warranty -Colour graphic display -Interfaces: USB and RS232 -IP rating: IP 54 - Compliance/certification: CE/cETLus / TUV 3-1/ FCC/ Class A - Cable with attached pH and temperature probe -Small and lightweight digital meter. -LCD display -Capable to measure by 2-pole and 3-pole method -Includes test leads (for both 2-pole and 3-pole measurement), auxiliary earth spikes, carrying case & batteries. -Measure Earth Resistance (2/20/200/2000 Ω Ranges) Earth Resistor -Earth Voltage (50-60 Hz): 200 V AC 03 03 Meter -2 mA measuring current permits earth resistance to test without tripping earth leakage current circuit -Operating Temperature: -5 – 50 o C -Accuracy: Earth Resistance: ±2% rdg (2/20/200/2000 Ω Range) Earth Voltage: ±2% rdg -Battery Operated -Overload Protected -Material: Zerdine -Type: Solid elastic water-based polymer -Speed of sound: 1540 m/s US -Freezing point: 00 C 04 Multipurpose -Melting point: Above 100 ºC 03 Phantom -Attenuation coefficient: 0.5 dB/cm-MHz; 0.7 dB/cm- MHz -Complies with the AIUM standard for quality assurance.

Appendix F: Workshop Layouts 114

-Supplied with rugged storage/carrying case -Accuracy: +/- 25 % highest resistance values -Resistance Range: 103 to 1012 ohm at 10V and 106 to 1012 ohm at 100V Surface -LED colors: green, yellow, orange etc. 05 Resistance -Voltage: 10 V at value less than 106 and 100 V at 03 Meter value of 106 or greater - Resolution targets: Depths: 3 and 6.5/10cm Axial intervals: 0.5,1,2,3,4 and 5 mm Horizontal intervals: 1,2,3,4 and 5 mm -Digital Oscilloscope -Trigger types: Edge, Pulse Width, Video, Slope, Alternative -Screen: 7 inch WVGA (800 X 480) Active TFT Color Display -Cursors: Time, amplitude and screen Oscilloscope (50 -Automated measurements: 6 out of 32 parameters can 06 03 MHz) be displayed at one time. -Hardware bandwidth limits: DC ~ 50MHz (-3db) -Rise Time: <18ns -Input Coupling: AC, DC or GND -Max Input: 400V(DC + ACp-p) -Frequency: 1KHz ±2% -Highest Sensitivity: 1mV/div

Appendix F: Workshop Layouts 115

Annexure-D

Mobile Workshop Vehicles

Sr. No. Vehicle details Quantity Specifications 1 SUZUKI BOLAN VANS 09 Standard 796 CC, 3 cylinders, Petrol Engine, 4- Speed Manual 2 Toyota Hilux single cabin 04 2500 CC, 4 cylinders, Inline, Diesel vehicle Engine, 5- Speed Manual

Appendix F: Workshop Layouts 116

Annexure-E Details of HR Positions Qualifications and Experience

No. of No. of Posts in Sr. Posts in BMEW of Qualification, Experience & Name of Posts No. BMEW of Multan & Age Limit Lahore Sargodha Must have BS Engineering degree in Bio-Medical/ Project Director Mechatronics/ Electronics/ Bio Medical Electrical/ Mechanical Resource 1 01 Nil Must have 15 years of Center/Bio- relevant experience in Medical Equipment Maintenance & Workshops Management Services Age Limit: 40-60 Years Must have BS Engineering degree in Bio-Medical/ Mechatronics/ Electronics/ Provincial Electrical/ Mechanical 2 Coordinator / 01 Nil Must have 15 years of CTO (BERC) relevant experience in Equipment Maintenance & Management Services Age Limit: 40-60 Years Must have BS Engineering degree in Bio-Medical/ Mechatronics/ Electronics / Mechanical or B-Tech (Hons) Must have 10 years of 3 Zonal Head 01 02 relevant experience in repair and Maintenance of Biomedical Electronic equipment. Age Limit: 30-50 Years Must have BS Engineering degree in Bio-Medical/ Mechatronics/ Electronics / Mechanical or B-Tech (Hons) Must have 07 years of Divisional 4 03 06 relevant experience in repair Engineers and Maintenance of Biomedical Electronic equipment.

Age Limit: 30-50 Years Must have BS Engineering degree in Bio-Medical/ Mechatronics/ Electronics / Mechanical or equivalent District / Clinical 5 09 18 Must have 05 years of Engineers relevant experience repair and Maintenance of Biomedical Electronic equipment. Appendix F: Workshop Layouts 117

Age Limit: 25-35 Years Must have BS Engineering degree in Bio-Medical/ Mechatronics/ Electronics or B-Tech (Hons) Must have 03 years of relevant experience in repair and Maintenance of Associate Biomedical Electronic 5 Engineers / 09 18 equipment. Technicians OR 3 years DAE in Biomedical Engineering with 5 years of relevant experience OR Post DAE 1 year diploma with 7 years of relevant experience Age Limit: 25-35 Years Must have MCS, BSCS, MBA- IT, BS Hons. in Computer Sciences, BS-IT or equivalent Must 03 years experience in data base design/ Network implementation/ 6 01 02 Administrator maintenance/ networking Preference shall be given to CCNA or MCSE and having working experience in Telecom / ISP networks Age Limit: 25-35 Years Bachelors in Social Sciences / Mathematics / Statistics / 7 Data Analyst 02 Nil Management sciences with 1- 2 years of experience in data management Minimum Diploma of Associate Engineering in Call Center Biomedical / Electronics Complaint having experience of 8 Management 05 Nil biomedical equipment; Engineers Bachelor’s Engineering (Agents) degree holder will be preferred Minimum Bachelor’s in Biomedical Engineering / Electrical Engineering / Call Center 9 01 Nil Electronics Engineering / Supervisor Telecom Engineering, BS in computer science (Honors)

Must have MCS, BSCS, MBA- IT, BS Hons. in Computer Sciences, BS-IT or equivalent System 10 01 Nil Must 03 years experience in Administrator data base design/ implementation/ maintenance/ networking.

Appendix F: Workshop Layouts 118

Preference shall be given to CCNA or MCSE and having working experience in Telecom / ISP networks DAE (Bio-Medical, Electronics, Senior 11 01 02 Instrumentation) having 5 Technicians years DAE (Bio-Medical, Electronics, 12 Technician 06 12 Instrumentation) with 1 year experience Assistant DAE (Bio-Medical, Electronics, 13 02 04 Technician Instrumentation) Bachelors of Arts with one- 14 Senior Clerk 01 02 year experience 15 Store keeper 01 02 Faculty of Arts 16 Helpers 03 06 Matric Valid Driving license and one 17 Drivers 05 10 year experience Naib Qasad 18 01 02 Middle/Matric (Peon) 19 Sweeper 01 01 -

Appendix F: Workshop Layouts 119

Annexure-F

Site Layout of Sargodha Bio-Medical Repair Workshop

Appendix F: Workshop Layouts 120

Layout of Sargodha Bio-Medical Repair Workshop

Appendix F: Workshop Layouts 121

Site Layout of Multan Bio-Medical Repair Workshop

Appendix F: Workshop Layouts 122

Layout of Multan Bio-Medical Repair Workshop

Appendix F: Workshop Layouts 123

Site Layout of Lahore Bio-Medical Repair Workshop

Appendix F: Workshop Layouts 124

Layout of Lahore Bio-Medical Repair Workshop