Procurement of CMW Kits for MNCH Programme, Khyber Pakhtunkhwa

Total Page:16

File Type:pdf, Size:1020Kb

Procurement of CMW Kits for MNCH Programme, Khyber Pakhtunkhwa

GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS PART 1

Government of Khyber Pakhtunkhwa Health Department

STANDARD BIDDING DOCUMENT CONSOLIDATED ADVERTISEMENT NO. {1TH } For

Procurement of Bio-Medical Equipment’s, Instruments & General items for the establishment of Gajju Khan Medical College Swabi Under National Competitive Bidding (NCB)

March 2017

Note: 1. The bidder should provide hard and soft copy (in CD) in MS word format, with tender documents 2. Detailed approved Specification are at the end of bid documents

Page 1 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PREFACE These Standard Bidding Documents have been prepared for the Procurement of Bio-Medical equipment, Hospital Supplies and Other General items for Directorate General Health Services, Khyber Pakhtunkhwa and other Health Sector Institutions through National Competitive Bidding (NCB) under Khyber Pakhtunkhwa Public Procurement of Goods, Works &Services Rules 2014.

In order to simplify the preparation of the Standard Bidding Documents for each procurement, the said Bidding Documents are grouped in two parts based on provisions which are fixed and that which are specific for each procurement.

Provisions which are intended to be used unchanged are in Part-One, which includes Instructions to Bidders (ITB) and General Conditions of Contract (GCC).

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

Each section is prepared with notes [in italics] intended only as information for the Purchaser or the person drafting the bidding documents. They shall not be included in the final documents. Section-I: Primary Documentation

Primary Documents to be submitted in Section-I:

• Bid Cover Sheet • Bid Form-1 • Bid Form-2 • Bid Form-3 (A) • Bid Form-3 (B) • Bid Form-4 • Bid Form-5 8. Certificate to the effect that the requisite Bid Security equal to 2% of the Bid Price in the form of DD, PO or CDR is enclosed in the Financial Bid. (Non-submission of Primary Documents duly signed & stamped shall render the bidder non- responsive)

9. Copy of tender form fee receipt. Page 2 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS IMPORTANT NOTE: Non- submission of Primary documents duly signed and stamped shall render the bidder non-responsive.

Section-II: Product Evaluation Documentation

Secondary Documents to be submitted in Section-II:

Product Certifications for Conformance Specifications:  Specifications List demonstrating the full / partial compliance to the required Specifications.  US Food and Drug Administration (FDA) 510K Certificate for the quoted Product, if available.  European Community (CE) MDD Certificate for the quoted Product, if available.  Japan Industrial Standards (JIS) Certificate for the quoted Product, if available.

Product Certifications for Performance Specifications:  AAMI’ s Certification on quoted Product Performance, if available  ICC’s Certification on quoted Product Performance, if available  USCC’s Certification on Product Performance, if available  Any other Product Certification on quoted Product Performance i.e., ISO etc.  Customer Satisfaction Certificates of the quoted product from a local entity supplied earlier

Section-III: Firm Evaluation Documentation

Secondary Documents to be submitted in Section-II:

• NTN Certificate from FBR. • GST Certificate from FBR. • IT-1 or IT-2 Form from FBR. • List of certified professional & Technical staff employed by the firm. • Detail of Networking setup in Peshawar. • Plan for Training on equipment to be supplied and installed along with certificate • Post-Warranty Certificate. • Post warranty Maintenance Services Certificate. • Manufacturer authorization /Partnership deed with manufacturer. • Number of institutions served. • Performance certificate as pr Bid form 4.

Page 3 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART-ONE

FIXED CONDITIONS OF CONTRACT

1. Instructions to Bidders (ITB) 2. General Conditions of Contract (GCC)

Bidders are advised to read the contents of the Instruction to Bidders (ITB) carefully for filling up the Bidding Documents properly in order to become responsive.

Page 4 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Table of contents

Sr Part-I: Fixed conditions of Contract Page No. No. 1 Instructions to Bidders. 8-22 ( ITB)...... 2 General Conditions of Contract 23-34 (GCC)......

Part-Two: Variable Conditions of Contract Section-I: Procurement Specific Provisions 35

1 Invitation For Bids 36 (IFB)...... 2 Bid Data Sheet 37-38 (BDS)...... 3 Special Conditions of Contract 39-43 (SCC)...... Section-II: Evaluation Criteria 44 Technical Evaluation Criteria along with list of items...... 45-69 Section-III: Schedule of Requirements 70

1 Schedules of requirements…………………………………………………..... 71 2 Supply Schedule Annex- 72 3 A...... 73-74 4 Liquidated damages Annex- 75 5 B...... 76 6 Price Schedule Annex- 77 7 C...... 78 Purchase notification award Annex- D...... Purchase order Annex-E…………………………………...... Payment schedule Annex- F ...... Section-IV: Standard Forms (Including Contract Agreement) 79-91 ………… Section-V: Eligible 92 Countries...... Section-VI: Specifications……………………………………………………….. 93-157

PART 2

Page 5 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 3 PART-ONE

Instructions To Bidders (ITB) Instructions to Bidders

1. Scope of Bid8 2. Source of Funds...... 8 3. Eligible Bidders.9 4. Corruption and Fraud.9 5. Eligible Goods and Services.9 6. Cost of Bidding.9 7. Bidding for Selective Items.9 The Bidding Procedure9 8. The Governing Rules. 9. Applicable Bidding Procedure.10 The Bidding Documents 10. Contents of the Bidding Documents 11. Clarification(s) on Bidding Documents.11 12. Amendment(s) to the Bidding Documents.11 Preparation of Bids 13. Language of Bids.2 14. Documents comprising the Bids.2 15. Bid Price……………....2 16. Bid Currencies.3 17. Samples…..3 18. Documentation on Eligibility of Bidders.3 19. Documentation on Eligibility of Goods.3 20. Bid Security. 21. Bid Validity.4 22. Format and Signing of Bids.4 Pre-Bid Meeting…………………………………………………………………………….……….………...15 23. Clarification of tender document...... ……………………………………………………….15 Submission of Bids6 24. Sealing and Marking of Bids.6 25. Deadline for Submission of Bids6 26. Late Bids6 27. Withdrawal of Bids6 Opening and Evaluation of Bids6 28. Opening of Bids by the Procuring Agency.7 29. Clarification of Bids.7 30. Preliminary Examination.7 31. Evaluation of Bids.8 32. Qualification of Bidder8 33. Rejection of Bids9 34. Re-Bidding9

Page 6 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 35. De-Briefing Sessions for Access to Information on Evaluation Process9 36. Contacting the Procuring Agency.9 Accessto Record of Procurement Proceeding...………………...………..19 37. Maintenance of Record of Procurement Proceedings….…….………….....19 Award of Contract9 38. Acceptance of Bid and Award Criteria. 39. Procuring Agency’s Right to vary quantities at the time of Award.20 40. Notification of Award.20 41. Limitation on Negotiations. 42. Signing of Contract.20 43. Performance Guarantee………………………………………………….....

Page 7 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS INSTRUCTIONS TO BIDDERS (ITB) 1. Scope of Bid

1.1 The Principal, Gajju Khan Medical College Swabi invites bids for supply of Goods specified in the Schedule of Requirements along with Technical Specifications and related services incidental thereto to meet the requirement of GKMC Swabi with Bid Reference Number for the procurement activity as mentioned in Bid Data Sheet (BDS). 1.2 Means of communication for the bidders will be true and original signed copies of documents and letters to be submitted either in person or through registered post/courier service with proof of receipt. Phone, fax, telex and email can be used only for information/inquiry purposes. PART 4 2. Source of Funds 2.1 The client as mentioned in the Bid Data Sheet (BDS) 3. Eligible Bidders. 3.1 This Invitation for Bids (IFB) is open to all eligible/Pre-Qualified manufacturers; and to the importers/ their authorized agents in Pakistan for supply of Goods as mentioned in the Bid Data Sheet (BDS) and more specifically described in the Schedule of Requirement in Part-Two: Section- III of these Standard Bidding Documents. 3.2 Government-owned enterprises in Pakistan may participate only if they are legally and financially autonomous and authorized to participate in bidding. 3.3 The Importer/Agent must possess valid authorization from the Manufacturer and shall have to submit a copy of Drug sell License/ Memorandum of Association/Partnership deed registered with the Registrar of Companies. However, in case of Manufacturer, they should have a documentary proof as prescribed in the Bid Form 3B: SectionIV of these Standard Bidding Documents to the effect that they are the pre- qualified Manufacturer of the required specifications of Goods. 3.4 Bidders under a declaration of ineligibility for corrupt and fraudulent practices issued by any Government (Federal, Provincial or Local) or a public sector organization are NOT ELIGIBLE. 3.5 A Bidder shall not have a conflict of interest. All bidders found to have conflict of interest shall be disqualified. Bidders may be considered to have a conflict of interest with one or more parties in this bidding process, if they: (a) are or have been associated in the past, with a firm or any of its affiliates which have been engaged by the Purchaser to provide consulting services for the preparation of the design, specifications, and other documents to be used for the procurement of the goods to be purchased under these Standard Bidding Documents ; or

Page 8 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS (b) Submit more than one bid in this bidding process, except for alternative offers permitted under ITB Clause 15.6 of these Standard Bidding documents. However, this does not limit the participation of subcontractors in more than one bid. 3.6 Bidders shall provide such evidence of their continued eligibility satisfactory to the Purchaser, as the Purchaser shall reasonably request. PART 5 4. Corruption and Fraud. 4.1 The Government of Khyber Pakhtunkhwa defines Corrupt and Fraudulent Practices as “the offering, giving , receiving, or soliciting of anything of value to influence the action of a public official or the supplier or contractor in the procurement process or in contract execution to the detriment of the Procuring agencies; or misrepresentation of facts in order to influence a procurement process or the execution of a contract, collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring agencies of the benefits of free and open competition and any request for, or solicitation of anything of value by any public official in the course of the exercise of his duty” 4.2 Indulgence in corruption and fraudulent practices is liable to result in rejection of Bids, cancellation of contracts, debarring and blacklisting of the Bidder, for a stated or indefinite period of time. PART 6 5. Eligible Goods and Services. 5.1 All goods and related services to be supplied under the contract shall conform to the policies of the Government of Khyber Pakhtunkhwa in vogue. All expenditures made under the contract shall be limited to such goods and services. For purposes of this clause, (a) the term “Goods” includes any goods that are the subject of this Invitation for Bids and (b) the term “Services” includes related ancillary services such as transportation,installation, insurance, port releases, after sale service etc. PART 7 6. Cost of Bidding. 6.1 The Bidding Documents will be available from the date of publishing of the IFB and will be available up to the period as mentioned in the Bid Data Sheet. The Bidder shall bear all costs associated with the preparation and submission of its bid, and the Procuring Agency shall in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process. PART 8 7. Bidding for Selective Items. 7.1 A Bidder, if he so chooses, can bid for selective items from the list of goods provided for in the Schedule of Requirements. A Bidder is also at a liberty to bid for all the goods mentioned in the Schedule of Requirements provided he fulfills the requirements.However, a Bidder cannot bid for partial quantities of an item in the Schedule of requirement. THE BID MUST BE FOR THE WHOLE QUANTITY OF AN ITEM REQUIRED IN THE SCHEDULE OF REQUIREMENT. Page 9 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS PART 9 The Bidding Procedure PART 10 8. The Governing Rules. 8.1 The Bidding procedure shall be governed by the Khyber Pakhtunkhwa Public Procurement of Goods, Works and Services Rules, 2014. PART 11 9. Applicable Bidding Procedure. 9.1 The bidding procedure is governed by Rule 06 (2) b “Single Stage Two-envelop Procedure” Khyber Pakhtunkhwa Public Procurement of Goods, Works and Services Rules, 2014.Bidders are advised also to refer to the Bid Data Sheet (BDS)to confirm the Bidding procedure applicable in the present bidding process. 9.2 The bidding procedure prescribed in the Bid Data Sheet above is explained below: Two Envelope Procedure i) The bid shall comprise a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the technical proposal; ii) the envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion; iii) Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened; technical proposal is to determine the technical strength and consideration of the illegibility of the firm for the bidding process, which is to be carried out before the opening of the financial bids. iv) the envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of Procuring Agency without being opened; v) the Procuring Agency shall evaluate the technical proposal, without reference to the price and reject any proposal which do not conform to the specified requirements; vi) during the technical evaluation no amendments in the technical proposal shall be permitted; vii)the financial proposals of bids shall be opened publicly at a time, date and venue to be announced and communicated to the Bidders in advance; viii) After the evaluation and approval of the technical proposal the Procuring Agency shall at a time within the bid validity period, publicly open the financial proposals of the technically accepted bids only. The financial proposal of bids found technically non- responsive shall be returned un-opened to the respective Bidders; and ix) The bid found to be the lowest evaluated bid shall be accepted

Page 10 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS PART 12 The Bidding Documents

PART 13 10. Contents of the Bidding Documents 10.1 The goods required, applicable bidding procedures, and Contract terms are prescribed in the Bidding Documents. In addition to the Invitation for Bids, the Bidding Documents include: (a) Instructions to Bidders (ITB) (b) Bid Data Sheet (BDS) (c) General Conditions of Contract (GCC) (d) Special Conditions of Contract (SCC) (e) Evaluation Criteria (f) List of Required (g) Schedule of Requirements (h) Distribution Plan (i)Technical Specifications/Sample Size& Ancillary Services (j) Sample Forms & Schedules 10.2 The “Invitation for Bids (IFB)” is not a formal part of the Bidding Documents and is included as a reference only. In case of discrepancies between the Invitation for Bid and the Bidding Documents listed in 10.1 above, the Bidding Documents shall take precedence. 10.3 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 shall be at the Bidder’s risk and may result in the rejection of its bid. PART 14 11. Clarification(s) on Bidding Documents. 11.1 A prospective Bidder requiring any clarification(s) on the Bidding Documents may notify the Procuring Agency in writing at the Procuring Agency’s address indicated in the Bid Data Sheet (BDS). The Procuring Agency shall respond in writing to any request for clarification(s) of the bidding documents, which it receives no later than ten (10) days prior to the deadline for the submission of bids prescribed in the Invitation for Bids. Written copies of the Procuring Agency’s response (including an explanation of the query but without identifying the source of inquiry) shall be sent to all prospective Bidders that have received the Bidding Documents. PART 15 12. Amendment(s) to the Bidding Documents. 12.1 At any time prior to the deadline for submission of bids, the Procuring Agency, for any reason, whether at its own initiative or in response to a clarification(s) requested by a prospective Bidder, whether in a Pre-Bid Meeting to be held on a date specified in the Bid Data Sheet (BDS) may modify the Bidding Documents by amendment(s). Page 11 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 12.2All prospective Bidders that have received the Bidding Documents shall be notified of the amendment(s) in writing through Post, e-mail or fax, and shall be binding on them. 12.3 In order to allow prospective Bidders reasonable time for taking the amendment(s) into account in preparing their bids, the Procuring Agency, at its discretion, may extend the deadline for the submission of bids.

PART 16 Preparation of Bids PART 17 13. Language of Bids. 13.1 All correspondences, communications, associated with preparation of Bids, clarifications, amendments, submissions shall be written in English. Supporting documents and printed literature furnished by the Bidder may be in another language provided they are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Bid, the said translation shall take precedence. PART 18 14. Documents comprising the Bids. 14.1 The Bid shall comprise of the Bid Forms of this Bidding Document and all those ancillary documentation that are prescribed for the eligibility of the bidders and goods and ancillary services that are found necessary and highlighted in the Bid Forms in Section IV. 14.2 The Bidder shall complete the Bid Forms and an appropriate Price Schedule furnished in the bidding documents, indicating the goods to be supplied, a brief description of the goods, their general and specific characteristics as specified in the Bid Data Sheet (BDS), ancillary services that the bidder is willing or required to provide along with the proposed price. PART 19 15. Bid Price. 15.1 The Bidder shall indicate on the appropriate form prescribed in this Bidding Document the unit prices and total bid price of the goods, it proposes to supply under the Contract. 15.2 Form prescribed for quoting of prices is to be filled in very carefully, preferably typed. Any alteration/ correction is not acceptable. Every page is to be signed and stamped at the bottom. Serial number of the quoted item may be marked with red/yellow marker. 15.3 The Bidder should quote the prices of goods according to the technical specifications as provided in Part-Two: Section III of this document. The technical specifications of goods, different from the required specifications, shall straightway be rejected. 15.4 The Bidder is required to offer a competitive price which must include all the taxes, duties,prescribed price and any other price as mentioned in the Bid Data Sheet (BDS)where applicable. If there is no mention of

Page 12 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS taxes, the offered/ quoted price shall be considered as inclusive of all prevailing taxes/ duties, etc. 15.5 The benefit of exemption from or reduction in the taxes and duties shall be passed on to the Procuring Agency. 15.6 Prices offered should be for the entire quantity of an item demanded in the Schedule of Requirement; partial quantity offers shall straightaway be rejected. Conditional or alternate offer shall also be considered as non- responsive Bid. 15.7 While making a price quote, trend/ inflation in the rate of goods and services in the market should be kept in mind. No request for increase in price due to market fluctuation in the cost of goods and services shall be entertained. PART 20 16. Bid Currencies. 16.1 Prices shall be quoted in the currency as mentioned in the Bid Data Sheet. PART 21 17. Samples. 17.1 The Bidder shall provide samples of quoted goods alongwith the bid at his own cost and in a quantity prescribed by the Procuring Agency in Part-Two: Section III of these Standard Bidding Documents. However, samples of cold chain (perishable) goods, if any, will be called later at the time of technical evaluation of bids. PART 22 18. Documentation on Eligibility of Bidders. 18.1 Bidder shall furnish, as part of its bid, the Bid Form provided in Part- Two: Section IV of the Standard Bidding Documents as specified in the Bid Data Sheet (BDS), establishing the Bidder’s eligibility to bid and its qualifications to perform the Contract if its bid is accepted. 18.2 Technical Bid Proformas provided in Part-Two: Section IV of the Standard Bidding Documents for the preparation of Technical Bids by the bidder to be submitted with quotations as specified in Bid data Sheet (BDS). 18.3 The documentary evidence of the Bidder’s eligibility to bid shall establish to the Procuring Agency’s satisfaction that the Bidder, at the time of submission of its bid, is an eligible bidder as defined under ITB Clause 3 of these Standard Bidding documents above. PART 23 19. Documentation on Eligibility of Goods. 19.1 The Bidder shall furnish, as part of its bid the Bid Formprovided as in Part-Two: Section IV of theseStandard Bidding Documents as specified in the Bid Data Sheet (BDS), documents establishing the eligibility and conformity to the bidding documents of all goods, which the Bidder proposes to supply under the Contract.

Page 13 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS PART 24 20. Bid Security. 20.1 The Bidder shall furnish, as part of its bid, a Bid Security to the extent of a percentage of the total bid value as mentioned in the Bid Data Sheet (BDS). Unsuccessful bidder’s bid security shall be discharged or returned soon after announcement of the successful bids. 20.2 The successful Bidder’s bid security shall be discharged upon signing of contract and furnishing the performance security/guarantee. 20.3 The bid Security may be forfeited: (a) if a Bidder withdraws its bid during the period of bid validity; or (b) in the case of a successful Bidder, if the Bidder fails to sign the Contract or fails to provide a Performance Security/Guarantee for the duration of the contract. PART 25 21. Bid Validity. 21.1 Bids shall remain valid for the period identified in the Bid Data Sheet(BDS) after the date of opening of technical bid prescribed by the Procuring Agency. A bid valid for a period shorter than the one prescribed in the Bid Data Sheet(BDS) shall be rejected by the Procuring Agency as non-responsive. 21.2 The Procuring Agency shall ordinarily be under an obligation to process and evaluate the bid within the stipulated bid validity period. However under exceptional circumstances and for reason to be recorded in writing, if an extension is considered necessary, all those who have submitted their bids shall be asked to extend their respective bid validity period. Such extension shall be for not more than the period equal to the period of the original bid validity. 21.3 Bidders who,- (a) agree to the Procuring Agency’s request for extension of bid validity period shall not be permitted to change the substance of their bids; and (b) do not agree to an extension of the bid validity period shall be allowed to withdraw their bids without forfeiture of their bid securities. PART 26 22. Format and Signing of Bids. 22.1 The Bidder shall prepare and submit its bid and provide original documents, as appropriate. Copies of any documents must be signed and stamped by the bidder. 22.2 The Bid shall be accompanied by the original receipt for payment made for the purchase of the bidding document. In an event where the Bidder has downloaded the bidding document from the web, they will

Page 14 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS require to get the original payment receipt of the prescribed fee from the Procuring Agency well before the date of submission of bid. 22.3 The original bid shall be typed or written in indelible ink and shall be signed by the Bidder or a person or persons duly authorized to bind the Bidder to the Contract. The person or persons signing the bid shall initial all pages of the bid form. 22.4Any interlineations, erasures, or overwriting shall not be acceptable. 22.5Any tampering, illegitimate inclusion or exclusion in any part of the Standard Bidding Documents shall lead to disqualification of the bidder.

Pre-Bid Meeting

23. Clarification of 23.1 The Procuring Entity, under Rule of the Khyber Pakhtunkhwa Tender Public Procurement of Goods, Works and Services Rules Documents 2014, may convene a Pre-Bid Conference any time after the issuance of the Standard Bidding Documents and before the Bid opening to invite all the prospective bidders:

(a) to brief them to submit responsive bids, (b) to respond to any queries made by them for clarification, (c) to make any changes or modifications in the Standard Bidding Documents in the light of such clarifications if agreed by the procuring Entity.

23.2 Any such changes or modifications, after approval of the Procuring entity, shall reflected be in the form of an addendum or minutes of meeting and shall be timely:

(a) communicated in writing to all such bidders who have purchased the Standard Bidding Documents, or

(b) posted on the website of the Health Department Khyber Pakhtunkhwa for wider disseminated to all the prospective bidders if the same have earlier been posted on the said website.

Page 15 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 23.3 Reasonable time shall be given to all the prospective bidders after the Pre-Bid Meeting and before the bid opening so that they may adequately reflect the approved changes in their bids accordingly within the given time before the bid submission. The Procuring Entity may give a new date for bid opening either through an advertisement or through any written communication to the prospective bidders if it deems necessary that a new bid opening date is required for providing reasonable time to the prospective bidders.

PART 27 Submission of Bids PART 28 24. Sealing and Marking of Bids. 24.1 The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold and legible letters to avoid confusion. Similarly, the Bidder shall seal both the proposals/bids in separate envelopes. The said two envelopes shall then be sealed in an outer envelope. 24.2 The inner and outer envelopes shall: a) be addressed to the Procuring Agency at the address given in the Invitation for Bids; and b) Bid Reference No. indicated in the Bid Data Sheet, and a statement: “DO NOT OPEN BEFORE,” the time and the date specified in the Bid Data Sheet (BDS) for opening of Bids. 24.3 The inner envelopes shall also indicate the name and address of the Bidder to enable the bid to be returned unopened in case it is declared as “non-responsive” or “late”. 24.4 If the outer as well as inner envelope is not sealed and marked as required by the ITB Clauses 24.1 to 24.3 above the Procuring Agency shall assume no responsibility for the bid’s misplacement or premature opening. PART 29 25. Deadline for Submission of Bids 25.1 Bids must be submitted by the Bidder and received by the Procuring Agency at the address on the time and date specified in the Bid Data Sheet (BDS). Bids received later than the time and date specified in the Bid Data Sheet will stand summarily rejected. 25.2 The Procuring Agency may, in its discretion, extend the prescribed deadline for the submission of bids by amending the bidding documents in accordance with ITB Clause 12 above, in which case all rights and obligations of the Procuring Agency and Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended. PART 30 26. Late Bids 26.1 Any bid received by the Procuring Agency after the deadline for submission of bids prescribed by the Procuring Agency pursuant to ITB Clause 25 shall be rejected and returned unopened to the Bidder. Page 16 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS PART 31 27. Withdrawal of Bids 27.1 The Bidder may withdraw its bid after the bid’s submission and prior to the deadline prescribed for openingof bids. 27.2 No bid may be withdrawn in the period between deadline for submission of bids and the expiration of the period of bid validity specified in Bid Data Sheet. Withdrawal of a bid during this period may result in forfeiture of the Bid Security submitted by the Bidder, pursuant to the ITB Clause 20 above.

PART 32 Opening and Evaluation of Bids PART 33 28. Opening of Bids by the Procuring Agency. 28.1 All bids received, shall be opened by the Procuring Agency publicly in the presence of the Bidders or their representatives on the date, time and venue prescribed in the Bid Data Sheet. 28.2 The opening of Bids shall be subject to the Bidding Procedure prescribed in the Bid Data Sheet and elaborated in ITB Clause 9. 28.3 All Bidders in attendance shall sign an attendance sheet. 28.4 The Purchaser shall open one Bid at a time and read out aloud its contents which may include name of the Bidder, category tendered for, any discounts, anybid modifications or withdrawal, the presence or absence of requisite bid security, unit as well as total bid price and such other details as the Purchaser, at its discretion, may consider appropriate if not in conflict with the Khyber Pakhtunkhwa Public Procurement of Goods, Works and Services Rules, 2014 specifically Rule 37. 28.5 The Procuring Agency shall have the minutes of the Bid opening (technical and when applicable financial) recorded. 28.6 No bid shall be rejected at technical proposal/bid opening, except for late bids, which shall be returned unopened to the Bidder 28.7 The financial bids found having without Bid Security shall also be returned unannounced to the Bidders. However, prior to return to the Bidder, the Chairman of the Purchase/ Procurement Committee shall record a statement giving reasons for return of such bid(s). PART 34 29. Clarification of Bids. 29.1 During evaluation of the bids, the Procuring Agency may, at its discretion, ask the Bidder for a clarification of its bid. The request for clarification and the response shall be in writing, and no change in the prices or substance of the bid shall be sought, offered, or permitted. PART 35 30. Preliminary Examination. 30.1 The Procuring Agency shall examine the bids to determine whether they are complete, whether any computational errors have been made, whether required sureties have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

Page 17 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 30.2 In the financial bids the arithmetical errors shall be rectified on the following basis. a) If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected. b) If the Bidder does not accept the correction of the errors, its bid shall be rejected, and its Bid Security may be forfeited. c) If there is a discrepancy between words and figures, the amount in words shall prevail. 30.3 The Procuring Agency may waive any minor informality, nonconformity, or irregularity in a bid which does not constitute a material deviation, provided such waiver does not prejudice or affect the relative ranking of any Bidder. 30.4 Prior to the detailed evaluation, the Procuring Agency shall determine the substantial responsiveness of each bid to the bidding documents. For purposes of this clause, a substantially responsive bid is one, which conforms to all the terms and conditions of the bidding documents without material deviations. Deviations from, or objections or reservations to critical provisions, such as those concerning Applicable Laws, Taxes, strep code fee & Duties and internationally recognized best practices shall be deemed to be a material deviation for technical proposals and Bid Security for financial proposals. The Procuring Agency’s determination of a bid’s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. 30.5 If a bid is not substantially responsive, it shall be rejected by the Procuring Agency and may not subsequently be made responsive by the Bidder by correction of the nonconformity. PART 36 31. Evaluation of Bids. 31.1 The Procuring Agency shall evaluate and compare the bids, which have been determined to be substantially responsive in accordance with ITB Clause 30 above. 31.2 All bids shall be evaluated in accordance with the Evaluation Criteria and other terms and conditions set forth in these Standard Bidding Documents (SBDs). Merit Point Average Evaluation Methodology shall be used to identify the Most Economically Advantageous Bidder. 31.3 For the purposes of comparison of bids quoted in different currencies, the price shall be converted into Pak Rupees. The rate of exchange shall be the selling rate, prevailing on the date of opening of bids specified in the bidding documents, as notified by the State Bank of Pakistan/ National Bank of Pakistan on that day.

Page 18 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 31.4 A bid once opened in accordance with the prescribed procedure shall be subject to only those rules, regulations and policies that are in force at the time of issue of notice for invitation of bids. PART 37 32. Qualification of Bidder 32.1 The Procuring Agency, at any stage of the procurement proceedings, having credible reasons for or prima facie evidence of any defect in Bidder’s capacities, may require the Bidder to provide information concerning their professional, technical, financial, legal or managerial competence whether already pre-qualified or not. 32.2 Such qualification shall only be laid down after recording reasons thereof in writing. They shall form part of the records of that procurement proceeding. 32.3 The Procuring Agency shall determine to its satisfaction whether a Bidder, technically and financially qualified and even having the lowest evaluated responsive bid is qualified to perform the Contract satisfactorily. 32.4 The determination can take into account the Bidder’s financial, technical, and production capabilities. It shall be based upon an examination of the documentary evidence of the Bidder’s qualifications submitted by the Bidder, as well as such other information as the Procuring Agency deems necessary and appropriate. Further, during the process of technical evaluation of Bidder, the Procuring Agency may inspect the manufacturing plant/ production capacity/ warehousing system/ practices by a team of experts for assessment, if it deems necessary. 32.5 An affirmative determination shall be a prerequisite for award of the Contract to the Bidder. A negative determination shall result in rejection of the Bidder’s bid, in which event the Procuring Agency shall proceed to the next lowest evaluated bid to make a similar determination of that Bidder’s capabilities to perform satisfactorily. 32.6 The Procuring Agency shall disqualify a Bidder if it finds, at any time, that the information submitted by him concerning his qualification as Bidder was false and materially inaccurate or incomplete. 33. Rejection of Bids

33.1 The Procuring Agency may reject any or all bids at any time prior to the acceptance of a bid under Rule 47 of the Khyber Pakhtunkhwa Public Procurement of Goods, Works and Services Rules 2013. However, before rejection of tender on basis of the bid being unworkable, the bidder shall upon request be given an opportunity to give a detailed analysis of workability of his bid.

33.2 The workability of a bid may depend, among other factors, upon the objectives of a procurement activity as specified in the Bid Data Sheet (BDS) wherein wider coverage for disease prevention, diagnosis or treatment of Page 19 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS patients is required with intended cost-effective healthcare goods of high therapeutic value. 33.3 The Procuring Agency shall upon request communicate to any Bidder who submitted a bid, the grounds for its rejection of any or all bids, but is not required to justify those grounds. 33.4 The Procuring Agency incurs no liability, by virtue of its invoking ITB Clause 32.1 above towards Bidders who have submitted bids. 33.5 Notice of the rejection of any or all bids shall be given promptly to the concerned Bidders that submitted bids. 34. Re-Bidding 34.1 If the Purchaser rejected all bids in pursuant to ITB Clause 33, it may call for a re-bidding by adopting the requisite procedure under Rules 48 of the Khyber Pakhtunkhwa Public Procurement of Goods, Works & Services Rules 2014. 34.2 Notice of rejection of the tender shall be given to all the bidders who submitted the bids. 34.3 The Procuring Agency before invitation for re-bidding shall assess the reasons for rejection of tender and may accordingly revise specifications, evaluation criteria or any other condition for Bidders, as it may deem necessary under Rule 48(2) of the Khyber PakhtunkhwaPublic Procurement of Goods, Works & Services Rules 2014. 35. De-Briefing Sessions for Access to Information on Evaluation Process 35.1 Under Rule Khyber PakhtunkhwaProcurement of Goods Works & Services Rules 2014, the Purchaser, upon written request of a bidder, may make available to him information on evaluation process as mentioned in the said Rule, or may either: a) Convene a Pre-Award De-Briefing session to apprise the technically non- qualified/disqualified bidders about the reasons of their non qualification/disqualification, or, b) Convene a Post-Award De-Briefing to apprise the technically qualified but unsuccessful bidders about shortcomings of their bids and reasons of success of the selected bid. 36. Contacting the Procuring Agency. 36.1 Subject to ITB Clause 28 above and Rule 44 of the Khyber Pakhtunkhwa Public Procurement of Goods, Works & Services Rules 2014 no Bidder shall contact the Procuring Agency on any matter relating to its bid, from the time of the bid opening to the time of announcement of Evaluation Repot. If a Bidder wishes to bring additional information to the notice of the Procuring Agency, it should do so in writing. 36.2 Any effort by a Bidder to influence the Procuring Agency in its decisions on bid evaluation, bid comparison, or Contract award may result in Page 20 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS the rejection of the Bidder’s bid. Canvassing by any Bidder at any stage of the bid evaluation is strictly prohibited. Any infringement shall lead to disqualification under Rule 43 of the Khyber Pakhtunkhwa Public Procurement of Goods, Works & Services Rules 2014. Access to Record of Procurement Proceedings 37.Maintenance of 37.1 The Procuring Entity shall maintain the record relating to the Record of procurement proceedings under Rule of the Khyber Procurement Pakhtunkhwa Procurement of Goods, Works & Services Rules Proceedings 2014. Record of such proceeding shall be made public on a specific request under only after the final selection of the lowest evaluated responsive bid under the aforesaid Rules Award of Contract 38. Acceptance of Bid and Award Criteria. 8.1 The Bidder whose bid is found to be most closely conforming to the Evaluation Criteria prescribed in Part-Two: Section II of theseStandard Bidding Documents if not in conflict with any other law, rules, regulations or policy of the Government of Khyber Pakhtunkhwa, shall be awarded the Contract, within the original or extended period of bid validity. 39. Procuring Agency’s Right to vary quantities at the time of Award. 39.1 The Procuring Agency reserves the right at the time of award of Contract to change the quantity of goods originally specified in the Schedule of Requirements without any change in unit price or other terms and conditions. 40. Notification of Award

40.1 Prior to the expiration of the period of bid validity, the Procuring Agency shall notify to the successful Bidder in writing that its bid has beenaccepted.

40.2 The notification of award shall constitute the formation of the Contract between the Procuring Agency and the successful Bidder.

40.3 The enforcement of the Contract shall be governed by Rule 50 of the Khyber Pakhtunkhwa Public Procurement of Goods, Works and Services Rules, 2014. The procuring Entity and the successful bidder shall sign a written contract within thirty (30) days of the dispatch of the notice of acceptance of bid to the successful bidder.

40.4 Upon receipt of the Notification of Award, the successful Bidder shall submit a Performance Security equal to the percentage of the Contract price, as specified in the Bid Data Sheet (BDS) under Rule 21 of the Khyber Pakhtunkhwa Public Procurement of Goods, Works and Services Rules, 2014 and within the timespecified in the Bid Data Sheet (BDS).

Page 21 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 40.5 Upon submission of the requisite Performance Security, the Procuring Entity shall release the Bid Security to the successful bidder. The Bid Securities of the unsuccessful bidders shall also be released to them.

41. Limitation on Negotiations 41.1 Negotiations, that may be undertaken in finalization of the Contract shall not relate to the price or substance of bid specified by the Bidder, but only to minor technical, contractual or logistical details. Negotiations shall not be used to:substantially change the technical quality or details of the requirement, including the tasks or responsibilities of the Bidder or the performance of the goods; substantially alter the terms and conditions of Contract; reduce unit rates or reimbursable costs; substantially alter anything which formed a crucial or deciding factor in the evaluation of the bids or proposals alter the submitted financial bid.

42. Signing of Contract. 42.1 Within thirty (30) days of dispatch of the notice of acceptance of bid to the successful bidder the Purchaser and the bidder shall sign the Contract Agreement Form provided in Part-Two: Section IV of these Standard Bidding Documents, incorporating all the Terms & Conditions of the Standard Bidding Documents as agreed between the Parties and in accordance with the legal requirements in vogue. Entering into a Repeat Order shall be governed separately as per Rule 42.2 Review against a contract award shall be carried out in accordance with Rule ibid. 43.3 If the successful Bidder, after completion of all codal formalities shows an inability to sign the Contract then its Bid Security shall stand forfeited and the firm may be blacklisted and de-barred from future participation, whether temporarily or permanently. In such situation the Purchaser may award the contract to the next lowest evaluated Bidder or the next highest ranking bid or call for new bids. 43. Performance Guarantee 43.1 On the date of signing of Contract, the successful Bidder shall furnish a Performance Security in the form of a Bank Guarantee for a percentage amount (10% of the total items’ quoted price) as specified in the Bid Data Sheet (BDS), on the Form and in the mannered prescribed by the Procuring Agency in Part-Two: Section-IV of these Standard Bidding Documents within the time prescribed in the Bid Data Sheet (BDS) 43.2 The Bid Security submitted by the bidder at the time of submitting its bid shall be returned to the successful Bidder upon submission of Performance Security. 43.3 Failure to provide a Performance Security by the successful Bidder is a sufficient ground for annulment of the award and forfeiture of his Bid Page 22 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Security. In such event the Procuring Entity may award the contract to the next lowest evaluated responsive bidder or call for new bid.

Page 23 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 38

PART 39

PART 40

PART 41

PART 42

PART 43

PART 44 PART-ONE General Conditions of Contract (GCC)

Page 24 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 45 Table of GCC Clauses

Sr. Terms Page No No. 1 Definitions 25 2 Application 25 3 Source of import 26 4 Standards 26 5 Use of Contract Documents and Information; Inspection & Audit by Client 26 6 Patent Rights 27 7 Performance Security 27 8 Submission of Samples 27 9 Ensuring Storage Arrangements 27 10 Inspections and Tests 28 11 Packing 28 12 Delivery and Documents 28 13 Insurance 29 14 Transportation 29 15 Incidental Services 29 16 Spare Parts 29 17 Warranty 29 18 Payment 30 19 Prices 30 20 Change Orders 30 21 Contract Amendments 30 22 Assignment 30 23 Subcontracts 30 24 Delays in the Supplier’s Performance 31 25 Liquidated Damages& Penalties 31 26 Termination for Default 32 27 Force Majeure 32 28 Termination for Insolvency 33 29 Termination for Convenience 33 30 Arbitration & Resolution of Disputes 33 31 Governing Language 34 32 Applicable Law 34 33 Notices 34 34 Taxes and Duties 34

Page 25 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS PART 46 General Conditions of Contract (GCC)

1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated:

(a) “The Contract” means the agreement entered into between the Purchaser (provincial or district Health departments, Autonomous Medical Institutions or Vertical Programs) and the Supplier, as recorded in the Agreement signed by the Parties, including all attachments and appendices thereto and all documents incorporated by reference therein.

(b) “The Contract Price” means the price payable to the Supplier under the Contract for the full and proper performance of its Contractual obligations.

(c) “The Goods” means all those supplies which the Supplier is required to supply to the Purchaser under the Contract.

(d) “The Services” means those services ancillary to the supply of above goods, such as printing of special instructions on the label and packing, design and logo of the government of Khyber Pakhtunkhwa, transportation of goods upto the desired destinations, installation and other such obligations of the Supplier covered under the Contract.

(e) “GCC” means the General Conditions of Contract contained in this section.

(f) “SCC” means Special Conditions of the Contract.

(g) “The Purchaser” means the Client as mentioned in the SCC.

(h) “The Supplier” means the individual or firm supplying the goods under this Contract.

(i) “Day” means calendar day.

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded by provisions of other parts of the Contract.

Page 26 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 3. Source of 3.1 All goods and related services to be supplied under the contract Import that are required to be imported in Pakistan shall have their origin in eligible source countries as prescribed by the commercial policies of the Federal Government of Pakistan and all expenditures made under the contract shall be limited to such goods and services.

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

4. Standards 4.1 The goods supplied under this Contract shall conform to the standards mentioned in the Technical Specifications.

4.2 In consideration of the payments to be made by the Purchaser to the Supplier as hereinafter mentioned, the Supplier hereby covenants with the Purchaser to provide the Goods and Services and to remedy defects therein in conformity in all respects with the provisions of this Contract.

4.3 If the Supplier provide substandard item and fail to provide the fresh supply, the payment of risk purchase (which will be purchased by the Health Department) the price difference shall be paid by the Supplier.

In case of supply of substandard product the cost associated 4.4 with disposal/destruction or associated handling shall be borne by the Supplier i.e. removal from purchaser’s premises, burning, dumping, or incineration. 5. Use of Contract Documents and Information. 5.1 The Supplier shall not, without the Purchaser’s prior written consent, disclose the Contract, or any provision thereof, or any specification, plan, drawing, pattern, sample, or information furnished by or on behalf of the Purchaser in connection therewith, to any person other than a person employed by the Supplier in the performance of the Contract. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purposes of such performance.

The Supplier shall not, without the Purchaser’s prior written 5.2 consent, make use of any document or information enumerated in GCC Clause 5.1 except for purposes of performing the Contract. Any document, other than the Contract itself, enumerated in GCC Clause 5.1 shall remain the property of the Purchaser and 5.3 shall be returned (all copies) to the Purchaser on completion of the Supplier’s performance under the Contract if so required by the Purchaser.

Page 27 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 5.4 The Supplier shall permit the Purchaser to inspect the Supplier’s accounts and records relating to the performance of the Supplier. 6. Patent Rights 6.1 The Supplier shall indemnify the Purchaser against all third- party claims of infringement of patent, trademark, or industrial design rights arising from use of the Goods or any part thereof in the country. 7. Performance 7.1 Within twenty (20) days of receipt of the notification of Contract Security award, the successful Bidder shall furnish to the Purchaser the performance security in the amount specified in SCC.

7.2 The proceeds of the performance security shall be payable to the Purchaser as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.

7.3 The performance security shall be denominated in the currency of the Contract acceptable to the Purchaser and shall be in one of the following forms: (a) a BankGuarantee or an irrevocable letter of credit issued by a reputable bank located in the Purchaser’s country on behalf of the Supplier, in the form provided in the bidding documents or another form acceptable to the Purchaser; or (b) a cashier’s or certified cheque. 7.4 The performance security will be discharged by the Purchaser and returned to the Supplier not later than thirty (30) days following the date of completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless specified otherwise in SCC.

8. Submission of Before commencing supplies, the Supplier shall provide Samples samples free of cost, if and as specified in the Schedule of Requirements of the product to the designated office or staff, as the case may be.

To ensure storage arrangements for the intended supplies, the 9. Ensuring Supplier shall inform the Purchaser at least 0ne (01) week in storage advance. However, in case no space is available at arrangements thePurchaser’s premises at the time of supply, the Purchaser shall, at least 02 days prior to such situation, shall inform the Supplier, in writing, of the possible time frame of availability of space by which the supplies can be made. In case the Supplier abides by the given time frame it shall not be penalized for delay.

Page 28 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 10.Inspections 10.1 The Purchaser or its representative shall have the right to and Tests inspect and/or to test the goods in accordance with the procedure given in the SCC to confirm their conformity to the Contract specifications at no extra cost to the Purchaser.

10.2 All costs associated with testing shall be borne by the Supplier.

10.3 The Purchaser’s right to inspect, test and, where necessary, reject the goods after the goods either at Supplier’s premises or upon arrival at Purchaser’s destinations shall in no way be limited or waived by reason of the goods having previously been inspected, tested, and passed by the Purchaser or its representative prior to the goods delivery from the point of Supply or manufacturing.

10.4 Nothing in GCC Clause 10 shall in any way release the Supplier from any warranty or other obligations under this Contract

11. Packing 11.1 The Supplier shall provide such packing of the Goods as is required to prevent their damage or deterioration during transit to their final destination, as indicated in the Contract. The packing shall be sufficient to withstand, without limitation, rough handling during transit and exposure to extreme temperatures, salt and precipitation during transit, and open storage. Packing case size and weights shall take into consideration, where appropriate, the remoteness of the Goods’ final destination and the absence of heavy handling facilities at all points in transit. The packing, marking, and documentation within and outside 11.2 the packages shall comply strictly with such special requirements as shall be expressly provided for in the Contract, including additional requirements, if any, specified in SCC, and in any subsequent instructions ordered by the Purchaser.

12. Delivery and 12.1 The Supplier in accordance with the terms and manner Documents specified in the Schedule of Requirements shall make delivery of the goods. The Supplier shall furnish all necessary documentation 12.2 necessary for completion of the delivery, at the time of delivery and in the manner prescribed.

Page 29 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 13. Insurance The supplier shall be solely responsible for Insurance of the Goods subject to the contract.

14.Transportation 14.1 The Supplier shall arrange such transportation of the goods as is required to prevent their damage or deterioration during transit to their final destination and in accordance with the terms and manner prescribed in the Schedule of Requirement.

All costs associated with the transportation of the goods 14.2 subject to this contract shall be borne by the Supplier.

15. Incidental The Supplier shall be required to provide the incidental services Services as specified in the SCC and the cost of which is included in the total bid price.

16. Spare Parts As specified in SCC, the Supplier may be required to provide any or all of the following materials, notifications, and information pertaining to spare parts manufactured or distributed by the Supplier:

(a) such spare parts as the Purchaser may elect to purchase from the Supplier, provided that this election shall not relieve the Supplier of any warranty obligations under the Contract; and

(b) in the event of termination of production of the spare parts:

(c) advance notification to the Purchaser of the pending termination, in sufficient time to permit the Purchaser to procure needed requirements; and

(d) Following such termination, furnishing at no cost to the Purchaser, the blueprints, drawings, and specifications of the spare parts, if requested.

17. Warranty 17.1 All goods subject to this contract shall be accompanied by the necessary warranty in the manner prescribed in the SCC.

The Purchaser shall promptly notify the Supplier in writing of 17.2 any claims arising under this warranty.

18. Payment 18.1 The purchaser shall make payments to the Supplier in accordance with the conditions set forth in the Payment Schedule agreed in SCC and annexed to this contract.

Page 30 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 18.2 The currency of payment shall be Pakistan Rupee.

19. Prices Prices charged by the Supplier for goods delivered under the Contract shall not vary from the prices quoted by the Supplier in its bid and shall remain the same till the expiry of the contract unless the Parties to this contract mutually agree to vary the prices. 20. Change 20.1 The Purchaser may at any time, by a written order given to the Orders Supplier pursuant to GCC Clause 33 for notices, make changes within the general scope of the Contract in any one or more of the following:

(a) drawings, designs, or specifications, where Goods to be furnished under the Contract are to be specifically manufactured for the Purchaser;

(b) the method of shipment or packing;

(c) the place of delivery; and/or

(d) the Services to be provided by the Supplier.

20.2 If any such change causes an increase or decrease in the cost of, or the time required for, the Supplier’s performance of any provisions under the Contract, an equitable adjustment shall be made in the Contract Price or delivery schedule, or both, and the Contract shall accordingly be amended. Any claims by the Supplier for adjustment under this clause must be asserted within thirty (30) days from the date of the Supplier’s receipt of the Purchaser’s change order.

21. Contract No variation in or modification of the terms of the Contract Amendments shall be made except by written amendment signed by the Parties.

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

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

24.Delays in the 24.1 Delivery of the goods shall be made by the Supplier in Supplier’s accordance with the time schedule/supply schedule prescribed Performance by the Purchaser in the Schedule of Requirements.

Page 31 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 24.2 If at any time during performance of the Contract, the Supplier encounters conditions impeding timely delivery of the goods, the Supplier shall promptly notify the Purchaser in writing of the fact of the delay, its likely duration and its cause(s). As soon as practicable after receipt of the Supplier’s notice, the Purchaser shall evaluate the situation and may at its discretion extend the Supplier’s time for performance, with or without liquidated damages, in which case the extension shall be ratified by the Parties by an amendment to the Contract.

25.Liquidated Except as provided under GCC Clause 24, a delay by the Damages& 25.1 Supplier in the performance of its delivery obligations shall Penalties render the Supplier liable to the imposition of liquidated damages as prescribed in the SCC, unless the parties to this contract mutually agree for extension of time. Subject to GCC Clause 25, if the Supplier fails to deliver any or all of the Goods or to perform the Services within the period(s) specified in the Contract, the Purchaser shall, without prejudice to its other remedies under the Contract, deduct from the Contract Price, as liquidated damages, a sum equivalent to the percentage specified in SCC of the delivered price of the delayed Goods or unperformed Services for each week or part thereof of delay until actual delivery or performance, up to a maximum deduction of the percentage specified in SCC. Once the maximum is reached, the Purchaser may consider termination of the Contract pursuant to GCC Clause 26.

Applicable rate for penalties in case of a breach of contract by the supplier regarding delivery of Goods is specified in the Supply Schedule in Part-II: Section-III.

Page 32 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 26.Termination The Purchaser, without prejudice to any other remedy for for Default breach of Contract, by written notice of default sent to the Supplier, may terminate this Contract in whole or in part:

(a) if the Supplier fails to deliver any or all installments of the goods within the period(s) specified in the Contract and subsequent purchase order, or within any extension thereof granted by the Purchaser pursuant to GCC Clause 24; or

(b) if the Supplier fails to perform any other obligation(s) under the Contract.

(c) if the Supplier, in the judgment of the Purchaser has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

For the purpose of this clause Corrupt and fraudulent practices means: the offering, giving, receiving, or soliciting of anything of value to influence the action of a public official or the supplier or contractor in the procurement process or in contract execution to the detriment of the Procuring agencies; or misrepresentation of facts in order to influence a procurement process or the execution of a contract, collusive practices among bidders (prior to or after bid submission) designed to establish bid prices at artificial, non-competitive levels and to deprive the Procuring agencies of the benefits of free and open competition and any request for, or solicitation of anything of value by any public official in the course of the exercise of his duty.”

27.Force Majeure 27.1 Notwithstanding the provisions of GCC Clauses 24, 25 & 26, the Supplier shall not be liable for forfeiture of its Performance Guaranty, or termination/ blacklisting for default if and to the extent that it’s delay in performance or other failure to perform its obligations under the Contract is the result of an event of Force Majeure. For the purposes of this clause Force Majeure means an act of God or an event beyond the control of the Supplier and not involving the Supplier’s fault or negligence directly or indirectly purporting to mis-planning, mismanagement and/or lack of foresight to handle the situation. Such events may include but are not restricted to acts of the Purchaser in its sovereign capacity, wars or revolutions, fires, floods, earthquakes, strikes, epidemics, quarantine restrictions and freight embargoes.

Page 33 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

27.2 If a Force Majeure situation arises, the Supplier shall promptly notify the Purchaser in writing with sufficient and valid evidence of such condition and the cause thereof. The Purchaser shall examine the merits of the case and all reasonable alternative means for completion of purchase order under the Contract and inform the Supplier of its findings promptly.

Unless Purchaser informs the Supplier in writing of its 27.3 agreement on the application of force majeure, the Supplier shall continue to perform its obligations under the Contract as far as is reasonably practical and shall seek reasonable alternative means for performance not prevented by the Force Majeure event.

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

29. Termination 29.1 The Purchaser, by written notice sent to the Supplier, may for terminate the Contract, in whole or in part, at any time for its Convenience convenience. The notice of termination shall specify that termination is for the Purchaser’s convenience, the extent to which performance of the Supplier under the Contract is terminated, and the date upon which such termination becomes effective.

29.2 The Goods that are complete and ready for shipment within thirty (30) days after the Supplier’s receipt of notice of termination shall be accepted by the Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may elect:

(a)to have any portion completed and delivered at the Contract terms and prices; and/or

(b) to cancel the remainder and pay to the Supplier an agreed amount for partially completed Goods and Services and for materials and parts previously procured by the Supplier.

Page 34 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 30. Arbitration 30.1 The Purchaser and the Supplier shall make every effort to and Resolution resolve amicably by direct informal negotiation any of Disputes disagreement or dispute arising between them under or in connection with the Contract.

30.2 If, after thirty (30) days from the commencement of such informal negotiations, the Purchaser and the Supplier have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred to the Arbitrator for resolution through arbitration.

In case of any dispute concerning the interpretation and/or 30.3 application of this Contract shall be settled through arbitration under the Arbitration Act of 1940 (As amended from time to time) in a court of relevant jurisdiction as mentioned in the SCC.

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

32. Applicable This Contract shall be governed by the Laws of Pakistan and Law the courts of Pakistan shall have exclusive jurisdiction.

33. Notices 33.1 Any Notice given by one party to the other pursuant to this Contract shall be sent to the other party in writing and on the others address specified in SCC.

33.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.

34.Taxes & Duties All taxation, whether International, Federal, Provincial or Local, shall be borne by the Supplier.

Page 35 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART-TWO VARIABLE CONDITIONS OF CONTRACT

SECTION-I: Procurement Specific Provisions

1. Invitation for Bids (IFB)…………………………………………………...36 2. Bid Data Sheet (BDS)………………………………………………..37 & 38 3. Special Conditions of Contract (SCC)…………………………… .39-43

SECTION-II: Evaluation and Qualification Criteria

Scrutiny Equipment: (i) Evaluation Criteria along with list of equipments……… 45 - 57

SECTION-III: Schedule of Requirements…………………………………….. ………..58

1. Supply Schedule: Annex-A....…………………………………………...... 59 2. Liquidated damages Annex-B ………………………………………. 60&61 3. Price Schedule submitted by the Bidder: Annex- C……………………..62 4. Purchaser’s Notification of Award: Annex-D…….. ………………………63 5. Purchase Order: Annex- E………………………………………………...... 64 6. Payment Schedule: Annex- F……………………………………………..…65

SECTION-IV: Sample Forms ……………………………………………………………..66 . (i) Bid Cover Sheet…………………………………………………..…………… 67 (ii) Bid Form-1: Letter Of Intention……………………………………….....68 (iii) Bid Form-2: Affidavit………………………………….... ………………....69 (iv)Bid Form-3(A): Eligibility of Bidders & Goods…………………………...70 (v) Bid Form-3(B): Manufacturer’s Authorization Form………………….....71

Page 36 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS (vi)Bid Form-4: Firm’s Past Performance……………………………...... 72 (vii) Bid Form-5: Price Schedule…………………………………. ….73 (viii) Bid Form-6: Performance Guarantee…………………………..74 (ix)(ix) Draft Contract Agreement Form……………………………….. …..75-78

SECTION-V: Eligible Countries …………………………………………………………… 79

Page 37 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS INVITATION FOR BIDS (IFB) PROCUREMENT AND INSTALLATION OFMEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS UNDER NATIONAL COMPETITIVE BIDDING (NCB)

1. Gajju Khan Medical College Swabi, invites sealed bids under National Competitive Bidding from highly reputed National and International Manufacturers and authorized/sole agents for procuring high quality Medical equipment, instruments, office equipment, during the financial year 2016-17 through Single Stage–Two Envelopes bidding procedure as per Rule 06 (2 b) of the Khyber Pakhtunkhwa Public Procurement Regulatory Authority (KPPRA) Procurement Rules 2014. 2. Bidding documents, detailed description and quantities etc of the said items can be obtained from Procurement Cell at the address noted at the end during office hours and which can also be downloaded from the Health Department Khyber Pakhtunkhwa (www.gkmcs.edu.pk) websites. 3. A Pre-Bid Meeting will be held on 27/04/2017 at 11:00 A.M at the address given below. The bidders are requested to thoroughly study the Standard Bidding Documents before the Pre- Bid meeting for any clarification of their queries during the said meeting. 4. Bids must be delivered at the address given below on or before 11.00 hours on 08/05/2017 (on the next day in case of gazetted holiday(s)) and shall be opened in the presence of the bidders or their authorized representatives, who choose to attend at the address below at 11:30 hours on the same date. 5. Firms, shall submit the Bid Security in an envelope along with the financial bids in the shape of Pay Order (PO)/Demand Draft (DD)/Call Deposit Receipt (CDR) equal to 2% of their bid amount in the name of Principal Gajju Khan Medical College Swabi. The bidders shall submit an undertaking in their Technical Bids that the requisite Bid Security is included in their Financial Bid. Late bids will be treated as non-responsive. 6. The Bidders are requested to give their best and final price for the quoted equipment as per the Specifications as no negotiations on the price are allowed. The bid must be valid up to 120 days from the date of opening of the bid.

Note: 1. The Competent Authority has the right to reject all bids under Rule 47 of the Khyber Pakhtunkhwa Public Procurement Regulatory Authority (KPPRA) Procurement Rules 2014 by assigning reasons on request. 2. The selection will be made on providing samples/demo of the equipment where required 3. The firms concerned will be responsible for providing technical manuals / circuit diagrams and training to the end users and bio medical engineer of Electro Medical workshop. 4. Bid document submission fee (Non Refundable) is Rs.3000/- per set. Receipts must be obtained for payment of the fee and submission of bids.

Address of Pre-Bid Meeting, Bid Submission & Opening of tenders: Gajju Khan Medical College Shahmansor Town Swabi Phone: 0938-280385 Fax No.0938-280221 Email: [email protected],

------SD/------(Prof. Dr. Muhammad Zubair Khan) Principal Gajju Khan Medical College, Swabi

Page 38 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS PART-TWO Section I: Procurement Specific Provisions

BID DATA SHEET

ITB Ref Description Detail

ITB Clause 1.1 Bid reference number Procurement Cell- Tender/Equipment/2016-17 ITB Clause 2.1 Name of Client & source of funds Government of Khyber Pakhtunkhwa

ITB Clause 3.1 Name of Goods Medical Equipment, Instruments and General Items ITB Clause 6.1 Commencement date of provision of After the date of publishing Bidding Document ITB Clause 6.1 Closing date of Bid 08/05/2017

ITB Clause 7 Yes PART 47 Bidding for Selective Items / Lots ITB Clause 9.1 Bidding procedure Single Stage Two Envelop Procedure

ITB Clause 9.2 Method of determining Lowest Merit Point Method. The Firm evaluated Bidder achieving highest marks will get the contract/ where merit point method is not practicable or applicable then on the basis of through comparative statement keeping quality in view. ITB Clause 11.1 Clarification(s) on Bidding Documents Gajju Khan Medical College Shahmansor Town Swabi Phone: 0938-280385 Fax No.0938-280221 Email: [email protected], Cell No.03465607275 ITB Clause 12 Pre-Bid meeting date, time and venue 27/04/2017 at 11:00 AM Gajju Khan Medical College Shahmansor Town Swabi

ITB Clause 13 Language of bid English

Page 39 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS ITB Clause 14.2 Specific Description of Goods in the Separate quotations shall be submitted Bidding Documents for each lot as mentioned in Annex-I, Annex-II, Annex-III& Annex-IV of Part- II: Section-II of the Standard Bidding Documents. ITB Clause 15.4 Bid Price Bid Price shall be inclusive of all duties and taxes. ITB Clause 16 Currency of Bid PKR

ITB Clause 18.1 Name of the Bid Form Bid Form 3(A)& (B)

ITB Clause 18.2 Technical Bid Proformas Sample Technical Bid Proformas for the following categories Importers of Medical /Office Equipment.

ITB Clause 19.1 Name of the Bid Form Bid Cover Sheet& Bid Form 2 (Affidavit)

ITB Clause 20 Amount of Bid Security / Earnest The Bidder shall furnish, as part of its Money bid, a Bid Security/Earnest Money equivalent to 2% of the bid price in the name Principal Gajju Khan Medical College Swabi

ITB Clause 21 Bid validity period 120 days

ITB Clause 24 Last date and time for the receipt of 8/5/2017 at 11:00A.M bidding document

ITB Clause 27 Date, time and venue of opening of 22/07/2016at 11:30 A.M technical bids Gajju Khan Medical College Shahmansor Town Swabi Phone No. 0938-280421, Fax No. 0938-280221 Email: [email protected] ITB Clause 40.5 Duration of Contract 120 days

ITB Clause 41.1 Performance Guaranty / Performance The Performance Security shall be 10% Security of the total contract price quoted and shall be submitted in the name of Principal Gajju Khan Medical College Swabi

Page 40 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS PART-TWO

PART 48 Section I: Procurement Specific Provisions

PART 49 SPECIAL CONDITIONS OF CONTRACT

PART 50 Table of Clauses

PART 51

Page 41 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS SPECIAL CONDITIONS OF CONTRACT

The following Special Conditions of Contract shall supplement the General Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the General Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses.

1. Definitions (GCC Clause 1)

GCC 1.1 (c)—The Goods are: Medical Equipment, Instruments & General Items

GCC 1.1 (g)—The Purchaser is: Principal Gajju Khan Medical College Swabi

GCC 1.1 (h)—The Supplier is: ______

2. Country of Origin (GCC Clause 3)

All countries and territories as indicated in Part Two: Section V of the Standard Bidding Documents, “Eligibility for the Provisions of Khyber Pakhtunkhwa Procurement of Goods, Works, and Services.”

3. Standards(GCC Clause 4) GCC 4.1—The quoted product, at the time of delivery, shall conform to the standards as prescribed in the Technical Evaluation Criteria. The said conformance shall lead to subsequent issuance of the Acceptance Certificate to the Supplier by the Purchaser.

4. Performance Security (GCC Clause 7)

GCC 7.1—The amount of performance security, as a percentage of the Contract Price, shall be:Ten (10%) percent of the Contract Price

[The following provision shall be used in the case of Goods having warranty obligations.]

GCC 7.4—After delivery and acceptance of the Goods, the Performance Security shall be returned after successful completion of the contract in accordance with Warranty Clause GCC 17.1.

5. Inspections and Tests (GCC Clause 10)

GCC 10.3—Inspection and tests prior to delivery/shipment of Goods and at final acceptance are as follows: Final Acceptance by the Inspection Committee of Gajju Khan Medical College, Swabi

Inspections & tests may include re-verification of any quality or manufacturing aspect from vendor or manufacturer by the Purchaser in the form of either a test run or production of an

Page 42 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS industrial process certificate or a Performance Certificate from the previous clients if required by the Client.

6.Packing (GCC Clause 11)

Applicable as required by the Purchaser.

7. Delivery and Documents (GCC Clause 12)

GCC Clause 12.1—Delivery& Installation Period of the intended Security & Surveillance equipment in the dedicated wards of the teaching hospitals shall be 90 Days for Imported Goods and 60 Days for Local Goods

GCC 12.2—In case of Import or as required otherwise, upon shipment, the Supplier shall notify the Purchaser the full details of the shipment, including Contract number, description of Goods, quantity and usual transport document. The Supplier shall mail the following documents to the Purchaser:

(i) Copies of the Supplier’s invoice showing Goods’ description, quantity, unit price, and total amount; (ii) original and two copies of the usual transport document (for example, a negotiable bill of lading, a non-negotiable sea waybill, an inland waterway document, an air waybill, a railway consignment note, a road consignment note, or a multimodal transport document) which the buyer may require to take the goods; (iii) Copies of the packing list identifying contents of each package; (iv) Insurance certificate; (v) Manufacturer’s or Supplier’s warranty certificate; (vi) Inspection certificate, issued by the nominated inspection agency, and the Supplier’s factory inspection report; and (vii) Certificate of origin.

GCC 12.2—Applicable Delivery Mode: Delivered Duty Paid (DDP) of Incoterms 2011

8. Insurance (GCC Clause 13)

GCC 13.1— The Goods supplied under the Contract shall be Delivered Duty Paid (DDP) under which all the risk is transferred to the buyer / concerned Health Institution only afterthe intended goods have been delivered to their desired destination. Hence insurance coverage is seller’s responsibility for arranging appropriate coverage.

9. Spare Parts (GCC Clause 16) After sale service with spare parts shall be 3 years.

10. Warranty (GCC Clause 17) GCC 17.2—Warranty for repair with parts& without parts shall be (3+2) years. The Supplier shall, in addition, comply with the guarantees associated with the performance and/or conformance specifications specified under the Contract. If, for

Page 43 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS reasons attributable to the Supplier, these guarantees are not attained in whole or in part, the Supplier shall, at its discretion, either:

(a) make such changes, modifications, and/or additions to the Goods or any part thereof as may be necessary in order to attain the contractual guarantees specified in the Contract at its own cost and expense and to carry out further performance / conformance tests in accordance with GCC Clause 10,

Or

(b) Pay liquidated damages to the Purchaser with respect to the failure to meet the contractual guarantees. The rate of these liquidated damages shall be 0.05% per day or 0.5% per week up-to a maximum of 10% .of the total Contract price.

11. Payment (GCC Clause 18)

GCC 18.1—The method and conditions of payment to be made to the Supplier under this Contract shall be as follows:

Payment for Goods supplied:

Payment shall be made in Pak. Rupees through crossed cheques in the following manner: (i) On Acceptance: Twenty (30) percent of the Contract Price of Goods received shall be paid within thirty (20) days of receipt of the Goods upon submission of claim duly supported by an Acceptance Certificate issued by the Purchaser/ concerned Procuring Entity .

(ii) Eighty (80) percent of the Contract Price of the Goods shall be paid to supplier within thirty (30) days afterinstallation/operationalization & inspection by the Inspection Committee of intended good sat destination or, in case of any import, through irrevocable confirmed letter of credit opened in favor of the Supplier for supplying in Client’s country, upon submission of documents specified in GCC Clause 12.

In case the Client and the supplier mutually agree, 100% payment may be made as a one- time payment after the delivery, installation, inspection and Acceptance Certificate issued by the Client.

In case of an import, payment of local currency portion shall be made in Pak Rupees within t hirty (30) days of presentation of claim supported by a Certificate from the Purchaser declaring that the Goods have been delivered and accepted and that all other contracted Services have been performed.

Page 44 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 12. Liquidated Damages (GCC Clause 25)

GCC 25.1—Applicable rate: 0.5% per week or 0.05% per day of the total Contract price

Maximum deduction: ≤ 10% of the total contract amount.

13. Disputes Resolution (GCC Clause 31) GCC 31.3—The dispute resolution mechanism to be applied pursuant to GCC Clause 31.2 shall be as follows: In the case of a dispute between the Purchaser and the Supplier, the dispute shall be referred to adjudication or arbitration in accordance with The Arbitration Act 1940.The jurisdiction of Court shall be of Peshawar, Khyber Pakhtunkhwa. 14. Governing Language (GCC Clause 31) GCC 31.1—The Governing Language shall be: English 15. Applicable Law (GCC Clause 32) GCC 32.1-The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan which includes the following legislation:  NWFP Procurement of Goods, Works &Consulting Services Ordinance 2002  Khyber Pakhtunkhwa Procurement of Goods, Works & Services Rules 2014  The Drug Act 1976  The Arbitration Act 1940  The Contract Act 1876  The Employment of Children (ECA) Act 1991  The Bonded Labour System (Abolition) Act of 1992  The Factories Act 1934 16. Notices (GCC Clause 33) 17. Duties & Taxes (GCC clause 34) The Unit price quoted by the bidder shall be: inclusive of all duties and taxes. GCC 33.1—Purchaser’s address for notice purposes:

Procurement Cell, Gajju Khan Medical College, Swabi Address & Contact: Gajju Khan Medical College Swabi Contact # 0938-280221 Email:[email protected]

Supplier’s address for notice purposes: ______

Page 45 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 52

PART 53 SECTION-II

PART 54 Evaluation Criteria

Medical Equipments, Instruments & General Items

Page 46 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Lot-1A

Evaluation Criteria for Procurement of Medical Equipment:

Attention: The bidders must carefully read the instructions in the Bid Data Sheet &Special Conditions of Contract in Section-I and in the Evaluation Criteria in Section- II of the SBDs to submit the requisite documents in the sequence indicated in the Evaluation Criteria as per their Serial Number below and must place the said documents by creating nine sections in their Technical Bids for evaluation purpose. All the supporting documents must be attested by the Chief Executive of the firms.Non-compliance to the stated instruction may lead to their technical disqualification.

(Technical Evaluation Marks: 70)

Parameters Sub-parameters Total S # Product Evaluation Marks: 51 Conformance Specifications Compliance to 1 Purchaser's 45 Specifications Fully compliant with the required specifications 45 Compliant with minor deviation (up to 5% subject 40 to main function is not effected)

Compliant with minor deviation (up to 10% 35 subject to main function is not effected) Product 2 4 Certification

 US food and Drug Administration (FDA) 510K 2 US(FDA)

CE(MDD)  European Community (CE) MDD 2 Maximum aggregate marks shall not be more Note: than 4 Performance Specifications Product’s Local 3 2 Performance

Page 47 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Parameters Sub-parameters One Satisfactory Performance Certificate for each quoted equipment from the public sector medical institutions within Pakistan (1 marks for each Total2 certificate up to maximum 2) Marks: S # 51 Total Firm Evaluation Marks: 19 4 Legal Requirement 09

Manufacturer Authorization Certificate, or 05 Partnership Deed with manufacturer Sales Tax Registration from FBR, Islamabad 02

IT-1 or IT-2 Form showing net annual sales 02 5 Technical Staff 06 Simple Technician 1 Diploma Engineer 3

Graduate Engineers (For High Tech / Critical 6 equipment).

Note: Maximum aggregate marks shall not be more than 06 Warranty Period 6 4 Extension 02 Marks for each additional year for parts and Services Note: Warranty already incorporated vide sub clause 09 of affidavit at SBD is Mandatory. Note: Maximum aggregate marks shall not be more than 06

Total Marks in Technical Criteria: 70 Qualifying Percentage in Technical Criteria: 70% Qualifying Marks: 49

Page 48 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

Lot-1B

Parameters Sub-parameters Total S # Product Evaluation Marks: 51 Conformance Specifications Compliance to 1 Purchaser's 45 Specifications Fully compliant with the required specifications 30 Compliant with minor deviation (up to 5% subject 25 to main function is not effected)

Compliant with minor deviation (up to 10% 20 subject to main function is not effected) Display/Performance of the items (to be assessed 15 by the end user) Product 2 4 Certification

 US food and Drug Administration (FDA) 510K 2 US(FDA)

CE(MDD)  European Community (CE) MDD 2 Maximum aggregate marks shall not be more Note: than 4 Performance Specifications Product’s Local 3 2 Performance One Satisfactory Performance Certificate for each quoted equipment from the public sector medical institutions within Pakistan (1 marks for each 2 certificate up to maximum 2)

Total Firm Evaluation Marks: 19 4 Legal Requirement 09

Page 49 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Parameters Sub-parameters Total Manufacturer Authorization Certificate, or Marks:05 S # Partnership Deed with manufacturer 51 Sales Tax Registration from FBR, Islamabad 02

IT-1 or IT-2 Form showing net annual sales 02 5 Technical Staff 06 Simple Technician 1 Diploma Engineer 3

Graduate Engineers (For High Tech / Critical 6 equipment).

Note: Maximum aggregate marks shall not be more than 06 Warranty Period 6 4 Extension 02 Marks for each additional year for parts and Services Note: Warranty already incorporated vide sub clause 09 of affidavit at SBD is Mandatory. Note: Maximum aggregate marks shall not be more than 06

Total Marks in Technical Criteria: 70 Qualifying Percentage in Technical Criteria: 70% Qualifying Marks: 49

Page 50 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

Financial Criteria (30 Marks):

Total S Parameters Sub-Parameters Marks: # 30 Price 30 Lowest Price will get full marks.

The formula to calculate the marks for the price submitted is: 30 [Lowest Price (Fm)/Price of Bid under consideration (F)] x100 x 0.30

Total Marks (Technical Criteria + Financial Criteria): 100 The bidders achieving a minimum of 49marks (i.e., 70%) out of 70 marks in the Technical Evaluation will be declared technically qualified. Financial bids of only technically qualified bidders will be opened publicly at the time to be announced by the Procuring Agency. The Financial Bids of technically disqualified bidders will be returned un-opened to the respective Bidders. After getting the financial score from the remaining 30 marks, the two scores will be combined to identify the highest ranking firm. Merit Point Evaluation Methodology: Contract will be awarded to the lowest evaluated responsive firm which gets the maximum marks and becomes the highest ranking in the Combined Evaluation calculated through the Merit Point Average Methodology which puts greater emphasis on non-price factors like stringent global certifications on Conformance Specifications (i.e., meeting the required technical specifications), Performance Specifications (i.e., meeting the requirements the product is designed for) leading to customer satisfaction verification, certifications of the technical staff, provision of maintenance & services, provision of training on equipment and post-warranty services etc. The following weightages will be given to the technical and financial scores:

Technical Score: 70 Financial Score: 30

Page 51 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Annex-IA

LIST OF BIO-MEDICAL EQUIPMENT FOR CLINICAL SCIENCES DEPARTMENTS (Detailed approved Specifications are at the end of bid documents)

Evaluation Criteria for Procurement of Instruments & Laboratory-ware: S. Parameters Detail Total Remarks No Marks . 1 Past Major institutions served: 10 Institutions include public Performance I No institution served 0 sector medical institutions (Last one Ii 1 4 within Pakistan year) Ii 0 As per signed i 2 to 3 7 Bid Form 4 Ii 1 i 4 to 5 0

2 Market i 1 - 3 years 3 5 As a minimum experience in ii 4 - 5 years 4 requirement, during any of quoted items ii the last three years, he i Above 5 years 5 must have completed at least one contract involving the supply, of similar Goods and each at least 50 % of comparable scale.

3 Financial Income Tax Return (Last 10 Status i year) 5 The bidder must submit i Sales Tax Return (Last Income Tax & Sales Tax i year) 5 returns for the last year.

4 Product Goods Samples will be examined & 15 Product that 100% Sample accepted by the Technical & Evaluation comply with the Committee as per the following advertised specifications parameters: will be considered for evaluation  Consistency in quality  Durability

I Excellent 15 Ii Good 10 Iii Satisfactory 5 Iv Unsatisfactory 0

Total marks: 40

Page 52 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Qualifying marks: 70% (28).The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring Agency and the financial bids found technically non-responsive shall be returned un-opened to the respective Bidders. Lowest priced bid from technically qualified bidder will be accepted.

Annex-IA

LIST OF BIO-MEDICAL EQUIPMENT FOR CLINICAL SCIENCES DEPARTMENTS (Detailed approved Specifications are at the end of bid documents) Lot 1A Items CCU S.No Equipments Quantity 1 Defibrillator biphasic 2 2 Central Monitoring System for 10 Beds & Multi parameter 6 cardiac monitors 3 Invasive cardiac monitors 2 4 Infusion pumps 8 5 Floor scrubbing machine 1 6 Blood warmer 1 7 Suction Machine 1 8 Ventilators 2 9 Bed side portable x-ray machine 1 10 Wearable ICD 2 11 Hand held echo system/Vscan 1 12 Automatic Voltage Regulator (AVR) 1 13 Generator (200KV) 1 14 UPS System 1

Lot 1B Items CCU S.No Equipments Quantity 15 BP apparatus wall mounted 8 16 BP apparatus on stand mobile type 5 17 Stethoscope cardiology master litman 3 18 Stethoscope litman Classic 2 19 Ophthalmoscope 1 20 Nebulizer 2 21 Weight/Height machine 1 22 Portable BP apparatus table type 5 23 Automatic power beds 8 24 Bed for examination and triage room 4 25 Medical gases and related equipments

Page 53 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

Lot 1A Items Diagnostic Center S.N EQUIPMENTS QUANTITY O 1 Echocardiography Machine fully loaded 1 2 Portable Echocardiography Machine 1 3 Exercise Tolerance Test Machine 1 4 Holter Monitors 3 5 12 Channel Holter Monitor 1 6 Event Monitors 2 7 24 Hours Ambulatory BP Machine 3 8 Infusion Pumps 2 9 ECG Machine Three Channels 2 10 ECG Machine Six Channels 1 11 ECG Machine Twelve Channels 1 12 Defibrillator 2 13 Voltage Stabilizer 1 14 UPS b Back Up For All Equipments 1

Lot 1B Items Diagnostic Center S.N EQUIPMENTS QUANTITY O 15 Stethoscope litman classic 2 16 Weight Machine standing type 2 17 Portable BP Apparatus 1 18 Portable BP Apparatus standing type 1

Cardiology Ward LOT 1 ITEMS

S.No Equipment’s Quantity

1 Defibrillator biphasic 1

2 Infusion Pump 2

3 Suction Machine 1

LOT 1 ITEM Cardiology OPD

Page 54 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS S.N Equipment’s Quantity o

1 Nil

General Surgery Equipment’s S# Name of items QYT 1 FULL HIGH DEFINITION 1080P LAPAROSCOPE SET 2 2 HARMONIC SCALPEL 2

Surgery OT Equipment’s

S# Name of Items QYT 1 OT Table 5 2 Ceiling OT Light (Double Dome LED) 5 3 SUCTION PUMP MACHINE 10 4 Anesthesia Machine with Ventilators 5

Surgery ICU Equipment’s

S# Name of Items QYT 1 Cardiac Monitor 10 HL7 communication support via XML files 2 Central station 1 3 ICU Ventilator 10 4 ENDOSCOPY SYSTEM 1

CSSD System 1B

S# Name of item Qty

1 MICRO PROCESSOR CONTROL WASHING/DISINFECTION UNIT & DRAYING 2 UNIT 2 MICRO PROCESSOR CONTROL HEAVY DUTY STEAM STERILIZER 6 STU:- 2 3 INSTRUMENT CONTAINER 16 4 IMPORTED REVERSE OSMOSIS SYSTEM 1 5 OIL FREE AIR COMPRESSOR 1 6 ULTRASONIC CLEANER 1

Page 55 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 7 PAPER SEALING MACHINE 1 8 CUTTING DEVICE 1 9 TAPE DISPENSER 8 10 CLEANING & WASHING UNIT 2 11 TROLLEY WASHING INSTRUMENT 1 12 STORAGE AND DISTRIBUTION TROLLEY 2 13 INSTRUMENT TRANSPORT TROLLEY 14 PAPER DISPENSING TROLLEY 4 15 WIRE MASH STORAGE SHELVES 18 16 GENERAL WORKING TABLE 17 PACKING TABLE 2 18 LINEN TABLE 2 19 PASS THROUGH DOOR 1 20 PLASMA (H2O2) STERILIZER 1 Lot-2

Evaluation Criteria for Procurement of Instruments & Laboratory-ware: S. Parameters Detail Total Remarks No Marks . 1 Past Major institutions served: 10 Institutions include public Performance I No institution served 0 sector medical institutions (Last one Ii 1 4 within Pakistan year) Ii 0 As per signed i 2 to 3 7 Bid Form 4 Ii 1 i 4 to 5 0

2 Market i 1 - 3 years 3 5 As a minimum experience in ii 4 - 5 years 4 requirement, during any of quoted items ii the last three years, he i Above 5 years 5 must have completed at least one contract involving the supply, of similar Goods and each at least 50 % of comparable scale.

3 Financial Income Tax Return (Last 10 Status i year) 5 The bidder must submit i Sales Tax Return (Last Income Tax & Sales Tax i year) 5 returns for the last year.

Page 56 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 4 Product Goods Samples will be examined & 15 Product that 100% Sample accepted by the Technical & Evaluation comply with the Committee as per the following advertised specifications parameters: will be considered for evaluation  Consistency in quality  Durability

I Excellent 15 Ii Good 10 Iii Satisfactory 5 Iv Unsatisfactory 0

Total marks: 40 Qualifying marks: 70% (28).The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring Agency and the financial bids found technically non-responsive shall be returned un-opened to the respective Bidders. Lowest priced bid from technically qualified bidder will be accepted.

Annex-II List of Instruments and Lab ware of CLINICAL Sciences Departments (Detailed approved Specifications are at the end of bid documents)

Lot 2 Items (CCU) S.No Equipment’s Quantity 26 Anesthesia supplies for emergency trolley

Lot 2 Items Diagnostic Center S.No Equipment’s Quantity 19 Anesthesia Supplies

LOT 2 ITEMS Cardiology Ward

S.No Equipment’s Quantity

4 BP apparatus Stand type mobile 6

5 Portable BP apparatus 6

6 Stethoscope classic 2 B 6

7 Ophthalmoscope 1

Page 57 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 8 Nebulizer 1

9 Weight/height machine 1

10 Blood warmer 1

11 Anesthesia supplies for emergency trolley

LOT 2 ITEMS Cardiology OPD

S.No Equipments Quantity

1 Portable BP Apparatus table type stand type 2

2 3M Littman Master Cardiology Stethoscope 1

3 Ophthalmoscope 1

4 Weight/height Machine 1

5 Digital BP Apparatus 2

4. VASCULAR SET ( Surgery) S# ITEMS Qty 1 Instrument Tray 12"x14" 5 2 Towel clips 5 3 BP handle No. 4 5 4 Artery forceps 6" curved 5 5 Artery forceps 6" straight 5 6 Sponge holding forceps 5 7 Metzebaum scissors 7" curved 5 8 Metzebaum scissors 5" curved 5 9 Sim's straight scissors 7" 5 10 Czerney retractors 5 11 Langenbaeck retractors 5 12 Needle holder 7" 5 13 Toothed dissecting forceps 7" 5 14 Non-Toothed dissecting forceps 7" 5 15 Allis's forceps 8" 5 16 Stansky Clamps Large 5 17 Stansky Clamps Medium 5 18 Debakey clamps Large 5 19 Debakey clamps Medium 5 20 Debakey clamps Str Medium 5 21 Bulldog clamps four sizes 5

Page 58 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 22 Yankauer suction cannula 5 23 Poot’s Scissors 5 24 Debakey Forceps 6” 5 25 Debakey Forceps 8”. 5 26. Bowl SS 4” 5

PA PART 56 5. MICRO SURGERY SET ( Surgery ) PAR RT T 57 55 QYT S# PA PART 59 Micro Jeweller Forceps Str PAR RT T 60 58 5 1. PA PART 62 Micro Jeweller Forceps Cvd PAR RT T 63 61 5 2. PA PART 65 Micro Round Handle Forceps 6” Str PAR RT T 66 64 5 3. PA PART 68 Micro Round Handle Forceps 6” Cvd PAR RT T 69 67 5 4. PA PART 71 Micro Round Handle Forceps 7” Str PAR RT T 72 70 5 5. PA PART 74 Micro Round Handle Forceps 7” Cvd PAR RT T 75 73 5 6. PA PART 77 Micro Needle Holder 7” fine Str PAR

Page 59 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 7. 5 PA PART 80 Micro Needle Holder 6” Cvd PAR RT T 81 79 5 8. PA PART 83 Micro Scissors Str 6” PAR RT T 84 82 5 9. PA PART 86 Micro Scissors Cvd 6” PAR RT T 87 85 5 10. PA PART 89 Instruments Box PAR RT T 90 88 5 11.

6. THORACOTOMY SET (Surgery) PAR PART 92 ITEMS PAR T T 93 91 S.No QTY 1. Rib Spreader Finochitto Large 5 2. Rib Spreader Finochitto Medium 5 3. Rib Spreader Finochitto Small 5 4. Doyen Rib Respertoires Rt/ Lt 5 5. Lung Retractor Large 5 6. Lung Retractor Small 5 7. Rib Appoximate (Beally) 5 8. Rib Cutter (Burn) 5 9. Periosteal Elevator Bristo 5 10. Nelson Lobectomy Scissors 10” Str 5 11. Nelson Lobectomy Scissors 11” Cvd 5 12. Nelson Thoracic Thumb 9” Plain 5 13. Debackey Thumb 6” 5 14. Debackey Thumb 8” 5 15. Duval Lung Forceps 8”. 5 16. Mixture Artery Forceps 8”. 5 17. Lehay Forceps 9”. 5 18. Roberts Lung Forceps 9” Cvd 5 19. Satinsky Cardiovascular Clamps 10” 5 20. Debackey Cardiovascular Clamps 8” 5 21. Price-Thomas Bronchus Clamps 8” 5

Page 60 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 22. Potts Clamps 8” 5 23. Debackey Needle Holder 7”. T/c tip 5 24. Debackey Needle Holder 9” T/c tip 5 25. Potts Scissors 5 26. Vascular Bulldog Clamps Str and Cvd 5 27. Instruments Tray 5

7. Peads Set ( Surgery) # ITEMS QTY 1. Cvd Artery forceps Mosquito 5 2 Str Artery Forceps Mosquito 5 3 Allis Forceps 5 4 Needle holder 5” 5 5 Needle Holder 6” 5 6 Plain forceps Adson 5 7 Toothed forceps Adson 5 8 Toothed forceps Dressing 5 9 Sponge Holding forceps 5 10 Towel Clips 5 11 Catspaw 5 12 Skin Hook 5 13 Scissors Fine Cvd 5 14 Scissors Fine 6” 5 15 Instruments Hanger 5 16. Instruments Tray 5 17. Bowl SS 4” 5

8. Basic Surgical SET ( Surgery) S# Items QTY 1 Instrument Tray 5 2 Towel clips (Bakhaurs) 5 3 BP handle No.4,3 5 4 Artery forceps 5.5" curve d 5 5 Artery forceps 5.5" straight 5 6 Sponge Holding forceps 5 7 Merzebaum scissors 7.5” curved 5 8 Merzebaum straight scissors 7.5” 5 9 Czerney retractors 5 10 Langenbaeck Retractors 5 11 Needle holder 7” (Mayo) 5 12 Toothed dissecting forceps:7” 5 13 Non-toothed dissecting forceps 7” 5 14 Deaver Retractor 2” 5 15. Deaver Retractor 3” 5

Page 61 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 16 Balfore Abdominal Self-Retaining Retractor 5 17 Non-Crushing Intestinal Clamps Cvd 9” 5 18 Non-Crushing Intestinal Clamps Str 9” 5 19. Artery Forceps Cvd 8” (Pean’s) 5 20. Lehay Forceps Right Angled 8.5” 5 21. Needle Holder 9” (Mayo) 5 22. Toothed Forceps 9” 5 23. Non-Toothed Forceps 9” 5 24. Allis Tissue Forceps 8” 5 25. Yankhure Suction Tube 5 26. Kidney Tray 1 Litter 5 27. Mayo Scissors Curved 5 28. Kocher Artery Forceps Str 5 29. Bowl SS 4” 5

PART 94 9. ESOPHAGOSCOPES INSTRUMENTS SET ( Surgery ) S Items QTY # 1 Esophagoscopes Set. (Set of 3 pes) 1 With adopter. 2 Patterson Biopsy Forceps. 1 3 Patterson Foreign Body Forceps. 1 4 Suction Tubes Difft: Sizes. 3 5 Pouch for in 1 6 Fiber Optic Light Source with cable 1

10. LINEN ( Surgery) (Sample of all these Items will be checked before the selection) S# NOMENCLATURE Qty 1 Apron (Doctors) 20 2 Apron (Nurses) 20 3 Bed sheets 100 4 Blankets 80 5 Cap Class-IV 10 6 Face mask, caps, shoe cover Disposable box 30 7 Foam with Rexin Cover 30 8 Mackintosh (in yards) 20 9 Pillow foam with cover 30 10 Sheeth Latha 20 11 Table Cover with glass 5 12 White Coat for Doctor / technicians 20 13 White Coat for Nurses 20

Page 62 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 14 Examination gloves boxes 4

Lot-3

Evaluation Criteria for Procurement of Reagents / Kits: S. Parameters Detail Total Remarks No. Marks 1 Past Major institutions served: 10 Institutions include Performance i No institution served 0 public sector medical (Last one ii 1 4 institutions within year) ii Pakistan As per signed i 2 to 3 7 Bid Form 4 ii i 4 to 5 10

2 Market i 1 - 3 years 3 5 Bidders having less experience in ii 4 - 5 years 4 than 1 year quoted items ii experiences are i Above 5 years 5 ineligible. Experience will be confirmed from the date of registration of Drug with DRA.

3 i Valid GMP Certification 6 10 GMP Certificate issued Credibility & ii Valid ISO Certification 3 by the concerned Drug Regulatory Authority is Certification ii Any other international required for importer (if i reputed certification 3 any) and for local manufacturer, from DGHS KP 4 Financial Income Tax Return (Last 10 The bidder must Status i one year) 3 submit Income Tax & Sales Tax Return (Last Sales Tax returns for ii one year) 3 the last one year. ii i Bank Certificate 4 The Bank Certificate must certify that the bidder has sound financial health to execute the contract.

Page 63 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 5 Product Samples will be examined per following 15 Product that 100% Sample parameters: comply with the a. Labeling and Packing Rules 1986 advertised b. Outer packing specifications will be c. Inner packing considered for d. Physical appearance evaluation i Excellent 15 ii Good 10 iii Satisfactory 5 i v Unsatisfactory 0

Total marks:50 Qualifying marks: 70% (35) and above. The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring Agency and the financial bids found technically non- responsive shall be returned un-opened to the respective Bidders. Lowest priced bid from the technically qualified bidder will be accepted.

Annex-III, List of Reagents/ Kits of CLINICAL Sciences Departments (Detailed approved Specification are at the end of bid documents)

Lot 3 Items (CCU) S.No Equipment’s Quantity 27 Drugs

Lot 3 Items (Diagnostic Center) S.No Equipment’s Quantity 20 Drugs For Resuscitation Trolley LOT 3 ITEMS Cardiology Ward

S.No Equipment’s Quantity

12 Drugs

13 Medical gases

LOT 3 ITEMS Cardiology OPD

S.No Equipment’s Quantity

Nil

Page 64 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 95

Lot-4 Evaluation Criteria for Procurement of Office Equipment & General Items:

S. Parameters Detail Total Remarks No. Marks 1 Past Major institutions served: 10 Institutions include public Performance i No institution served 0 sector medical institutions (Last one ii 1 4 within Pakistan year) ii As per signed i 2 to 3 7 Bid Form 4 ii i 4 to 5 10

2 Market i 1 - 3 years 3 5 As a minimum experience in ii 4 - 5 years 4 requirement, during any of quoted items ii the last three years, he i Above 5 years 5 must have completed at least one contract involving the supply, of similar Goods and each at least 50 % of comparable scale.

Page 65 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 3 Financial Income Tax Return (Last 10 Status i year) 5 The bidder must submit Sales Tax Return (Last Income Tax & Sales Tax ii year) 5 returns for the last year.

4 Product Goods Samples will be examined & 15 Product that 100% comply Sample accepted by the Technical & Evaluation with the advertised Committee as per the following specifications will be parameters: considered for evaluation

 Consistency in quality  Durability

i Excellent 15 ii Good 10 iii Satisfactory 5 i v Unsatisfactory 0

Total marks:40 Qualifying marks: 70% (28) and above. The financial bids of technically accepted bidders will be opened publicly at a time to be announced by the Procuring Agency and the financial bids found technically nonresponsive shall be returned un-opened to the respective Bidders. Lowest priced bid for technically qualified bidder will be accepted.

Page 66 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Annex-IV List of General Items of CLINICAL Sciences Departments Lot 4 Items CCU S.No Equipment’s Quantity 28 Office equipment’s 29 Linen 30 General items 31 Hospital Furniture i Resuscitation Trolley ii Drug dispensing trolley iii Dressing trolley iv Drip stand v Patient trolley vi wheel chair folding vii wheel chair fixed viii Stretcher for patient ix Storage cabinet for medicine and surgical instruments x Linen trolley

Lot 4 Items Diagnostic Center S.No Equipments Quantity 21 Office equipments 22 Linen 23 General items 24 Hospital Furniture 1 Resuscitation Trolley 2 2 Drip Stand 4 3 Wheel Chair folding 6 4 Wheel Chair nonfolding 10 5 Stretcher For Patient 6 Cupboards (steel) 5 7 Patient Trolley 2 8 Foot Steps 2 9 Easy Chairs 2

LOT 4 ITEMS Cardiology Ward

S.No Equipment’s Quantity

14 Office equipment’s

15 Linen

Page 67 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 16 General items

17 Hospital Furniture

1 Adjustable beds both from head and foot end 16

2 Resuscitation Trolley 1

3 Drug dispensing trolley 2

4 Drip stand 16

5 Patient trolley 2

6 wheel chair folding 2

7 wheel chair fixed 2

8 Stretcher for patient 2

9 Storage cabinet for medicine and surgical instruments 2

10 Linen trolley 2

LOT 4 ITEMS Cardiology OPD

S.No Equipments Quantity

8 Examination Couches High Quality 2

9 Cupboards (steel) High Quality 1

10 Wheel Chair Folding 1

11 Patient Stretcher 1

12 General Items

11. GENERAL ITEMS ( Surgery)

Selection will be Subject to Sample & Manufacturers mark must be present on each Item

S# Nomenclature Qty

Page 68 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 1. AC 2.5 tones split 5

2. AC Split 1.5 Ton 10

3. Ceiling and wall fans 10

4. Exhaust fans heavy duty 5

5. Baskets 20

6. Blinds for all windows 10

7. Curtain for all windows 20

8. Dust bins steel 20

9. Electric Water Coolers 10

1 Gas Cylinder 2 0.

1 Gas Heaters 10 1.

1 Name Board 5 2.

1 Name Plate 5 3.

1 Office Tray 3 4.

1 Refrigerator extra large 2 5.

1 Television set 60" 2 6.

1 Torch 4 7.

Page 69 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 1 Crockery (set) 2 8.

1 Vacuum cleaners heavy duty 2 9.

2 Wall Clock 2 0.

2 Chairs for waiting area steel type disk 5 1.

2 Cupboard Steel Large 5 2.

2 Cupboards for books steel with glass at door 3 3.

2 Lockers for staff 5 4.

2 File Cabinets Steel 2 5.

2 Mattress Foam 20 6.

2 Pillow Foam 20 7.

2 Steel File Rack 2 8.

2 Steel Racks for Medicine 2 9.

3 Microwave oven 2 0. keen wood

3 Wash room kits 5 1.

Page 70 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 3 Dressing materials like gaze pieces 2X2, 5 2. 4X4,mepore,,nechiban,adhesive tape

3 5 3. Air hand drier

3 5 4. File cover for report and discharge slip

3 5 5. Hangers for suits

3 2 6. Quide Azam picture and pak flag small

3 10 7. Urinal Stainless steel male & female

3 2 8. X-Ray Viewing Box

12. HOSPITAL FURNITURE (Surgery) S# Name of items QYT 1 INTRUMENT TROLLY 2 2 RESUSCITATION TROLLY 2 3 DRUG DISPENSING TROLLEY 2 4 DRIP STAND 10 5 PATIENT TROLLY 10 6 WHEEL CHAIR NON FOLDING 10 7 WHEEL CHAIR FOLDABLE 10 8 STRETECHER FOR PATIENTS 10 9 STORAGE CABINET FOR MEDICINE AND SURGICAL INST 5 10 LINEN TROLLY 3

Page 71 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

GENERAL ITEMs (Radiology) Selection will be Subject to Sample & Manufacturers mark must be present on each Item S# Nomenclature Quantity 9 AC 2.5 tones split 2 10 Ceiling fan 4 11 Exhaust fans heavy duty 2 12 Blinds for all windows 7 13 China Lock 5 14 Door Mate 4 15 Dust bins steel 6 16 Electric Water Coolers 2 17 Gas Heaters 2 18 Name Board 2 19 Name Plate 2 20 Office Tray 3 21 Paper Tray 3 22 Crockery (set) 1 23 Wall Clock 3 24 Chairs for waiting area Steel bench type 20

25 Cupboard Steel Large 1

26 Wash room kits 1

27 3 Stamp of consultants 28 2 Telephone set with connection 29 3 Table Cover with glass

30 X-Ray Viewing Box 2 31 Weight Machine 2

Page 72 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 96 SECTION-III

1. Schedule of Requirements

 Supply Schedule

2. Technical Specifications & Ancillary Services

PART 97 Notes for Preparing the Schedule of Requirements

The Schedule of Requirements shall be included in the bidding documents by the Govt- MCC/Purchaser, and shall cover, at a minimum, a description of the goods and services to be supplied and the delivery schedule.

The objective of the Schedule of Requirements is to provide sufficient information to enable bidders to prepare their bids efficiently and accurately, in particular, the Price Schedule, for which a Rate Form is provided in Part-II: Section-III. In addition, the Schedule of Requirements, together with the Bid Form-V: Price Schedule (which shall be submitted to the Procuring Entity by the selected Bidder), should serve as a basis in the event of quantity variation at the time of supply/delivery of contract pursuant to ITB Clause 37.

The date or period for delivery should be carefully specified, taking the date prescribed herein from which the Purchaser’s delivery obligations start (i.e., notice of award, contract signature, opening or confirmation of the letter of credit etc. Section III. Schedule of Requirements

Page 73 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

The supplies shall be delivered in accordance with the subsequent Purchase Orders to be issued by the Health Department (provincial enteritis, vertical programs and concerned districts) as per following schedule of requirements:-

Schedule of Requirements

The supplies and related services shall be delivered in accordance with the subsequent Purchase Order(s), being an integral part of Contract, to be issued by Principal Gajju Khan Medical CollegeSwabi to the successful bidders along with Contract as per following schedule of requirements:-

Page 74 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Annex-A

Supply Schedule:

A) For Imported Goods: Mode of Penalty 100% Quantity as per Total Purchase Order delivery period Without penalty 90 days1 90 days With penalty @ 0.067 % 30 days 120 days per day after 90 days of Purchase Order

B) For Local Goods: Mode of Penalty 100% Quantity as per Total Purchase Order delivery period Without penalty 60 days2 60 days With penalty @ 0.067 % 10 days 70 days per day after 60 days of Purchase Order

Note: The total delivery period include opening of Letter of Credit (if any), transportation from manufacturer’s destination to the Purchaser’s Country Port, custom clearance and inland transportation from Purchaser’s Port to the end destination (districts). Installation, commissioning, test-run, relevant staff training and initial maintenance are NOT included in the delivery period. However, payment to the supplier will be subject to satisfactory report by the Inspection Team.

1The validity of Purchase Order will start from its next date of issuance to the concerned Supplier. 2As above

Page 75 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Annex. B b). Liquidated Damages / Penalty

a.i) Wherein the Supplier entirely fails to complete deliveries as per purchase order and within the stipulated time frame specified in the Schedule of Requirements, the Contract to the extent of non-delivered portion of supplies shall stand cancelled. a.ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance Guaranty/ Security to the extent of non–delivered portion of supplies shall be forfeited. a.iii) If the Supplier fails to supply the whole consignment and not able to deliver to any destination, the entire amount of Performance Guaranty/ Security shall be forfeited to the Government account and the firm shall be blacklisted minimum for two years for future participation. a.iv) The exact time frame for making supplies with and without penalty shall be indicated in subsequent purchase orders. a.v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and subsequent purchase order, a penalty @ 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier. a.vi) Extension in the delivery period (if any) will be considered by the Purchaser on case to case basis and strictly in accordance with the Rules of Khyber Pakhtunkhwa Procurement of Goods, Works and Services Rules, 2013. c) Incidental Services The bidders are required to either incorporate or quote separately the costs of following incidental services being part of the contract. i) Transportation: Equipment and supplies will be delivered up to the place of installation / final destination by the bidder at his cost and mode of transportation including loading / unloading. ii) Insurance: All insurance charges will be borne by the supplier. iii) Custom Clearance: Equipment and supplies will be cleared (from airport/seaport) customs department by the supplier and charges/duty/taxes if any will be paid by the supplier. iv) Installation: Supplier will install the equipment at the designated place of work, free of charge, give test-run and if required, will impart on job training. v) Test-Run / Commissioning: Equipment will be subjected to test- run after commissioning.

Page 76 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS vi) Staff Training: Where required, on job training to be provided to working staff on the equipment to be supplied / installed. vii) Initial Maintenance:Supplier will be responsible for initial maintenance of the equipment (repair and parts), for THREE complete years starting from the date of installation/test-run. viii) Availability of Spare Parts and Consumables:Supplierwill guaranty through reliable means, acceptable to Purchaser,prompt and easy availability of spare parts & consumables for the period of FIVE years (apart from initial three years as in clause vii above), on reasonable rates. ix) After Sales Service: Supplier will provide free after sales service from trained and qualified technical staff, free of charge for EIGHT complete years (including three years with parts as mentioned above in clause vii), after the date of installation / test-run. d) Warranty The supplier/Contractor will provide comprehensive warranty (on Judicial Paper as per Bid form 2) of free after sales service, maintenance, replacement of parts, and working of the equipment for three years from the date of installation/test-run.Post warranty maintenance contract for another Two years (Total 05 years), including after sales service without parts, rates (companies to offer percentage (%) of the contract value in the technical bid as mentioned in clause A & B of the evaluation sheet of the bidding document. Warranty and post warranty maintenance contract rate shall be acknowledged from the original manufacturer regardless of change of local authorized dealer. e) Additional instructions

i. Please clearly indicate the country of origin, wholly or parts, etc. ii. Indicate place/port of shipment. iii. Any state licensing or permission of export/sales/use requirements will be the responsibility of the supplier/manufacturer. Department of Health will not be responsible for any refusal, penalty or delay in this regard. iv. Complete literature on working, installation, circuiting, maintenance to be provided in English language, with the equipment. Comprehensive training of working of the equipment and normal /minor repair, trouble- shooting will be arranged by the supplier/ manufacturer, for at least two working staff, (doctor/technician) at the manufacturers location, prior to shipment/ installation (for complex and high tech equipment).

Page 77 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

Annex. C

Price Schedule submitted by the Bidder.

(The approved price schedule submitted by the Bidder will be attached)

Page 78 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Annex. D

Purchaser’s Notification of Award

(Copy of the final letter will be attached)

Page 79 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

Annex. E Purchase Order. (Specimen Sample of Health Institution/Project Purchase Order)

Name of the Head………………………………… Name of Health Institution……………………….. GOVERNMENT OF KHYBER PAKHTUNKHWA

1 Purchase Order No Date 2 Firm Name 3 Firm’s Address 4 Firm Contact No 5 Conditions of the Contract: As already communicated in the Standard Bidding Document 6 Particulars of Stores: As per detail given below

Item Name Unit Price Total Cost (PKR) Item in PKR Approved Specifications Quantity (Inclusive of all duties No. (As per &taxes contract)

Additional instructions (if any):

1.

2.

3.

Signature Authorized Staff

Page 80 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Annex F Payment Schedule

(Payment to the Suppliers will be made against satisfactory performance and upon submission of required documents along with report of inspection committee formulated for the purpose. However, if there is any alternate payment schedule, agreed by the Purchaser and Supplier, will be annexed here)

Page 81 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

Annex-G

PART 98 PART 99 PART 100 PART 101 PART 102 PART 103 PART 104 PART 105 PART 106 PART 107 PART 108

Page 82 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 109 BID COVER SHEET

Bid Ref. No. ------Date------

Name of the Supplier/Firm Contractor: ------Address:------E-mail:______Phone: ______Facsimile: ______

Bid Security. Bid Security attached with Financial Bid YES NO

Bid for: : All Items mentioned in the Schedule of Requirements. : Selected Items from the Schedule of Requirements3. List of Selected Items: (In case the Bidder has opted to bid for Selected Items, please type the Serial No4. and the name of the Items selected for Bidding. Use additional Sheets if Required)

S. No. Name of the Item

Signed: Dated:

3 In case a bidder is bidding for only some of the items mentioned in the list Technical Specifications , he is advised to take note of ITB Clauses 7 & 15.6 4 The Serial No. of the item as mentioned in the Technical Specifications.

Page 83 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Official Stamp: Attachment5: Original receipt for the purchase of the bidding documents.

PART 110 BID FORM 1 Letter of Intention Bid Ref No. Date of the Opening of Bids

Name of the Contract :{e.g. Supply of Medical Equipments/ Instruments/Lab Chemicals etc}

To: [Principal Gajju Khan Medical College Swabi]

Dear Sir/Madam,

Having examined the bidding documents, including Addenda Nos. [insert numbers& Date of individual Addendum], the receipt of which is hereby acknowledged, we, the undersigned, offer to supply and deliver the Goods under the above-named Contract in full conformity with the said bidding documents and at the rates/unit prices described in the price schedule or such other sums as may be determined in accordance with the terms and conditions of the Contract. The above amounts are in accordance with the Price Schedules attached herewith and are made part of this bid. We undertake, if our bid is accepted, to deliver the Goods in accordance with the delivery schedule specified in the schedule of requirements. If our bid is accepted, we undertake to provide a performance security/guaranty in the form, in the amounts, and within the times specified in the bidding documents. We agree to abide by this bid, for the Bid Validity Period specified in the Bid Data Sheet and it shall remain binding upon us and may be accepted by you at any time before the expiration of that period. Until the formal final Contract is prepared and executed between us, this bid, together with your written acceptance of the bid and your notification of award, shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any bid you may receive. We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in Pakistan. We confirm that we comply with the eligibility requirements as per ITB clauses 18 &19 of the bidding documents.

Dated this [insert: number]day of [insert: month], [insert: year]. Signed: In the capacity of [insert: title or position] Duly authorized to sign this bid for and on behalf of [insert: name of Bidder]

5The Attachment must be made with the Bid Cover Sheet.

Page 84 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS BID FORM 2 AFFIDAVIT

I/We, the undersigned solemnly state that:

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

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

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

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

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

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

7) The undersigned are not blacklisted or facing debarment from any Government, or its organization or project.

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

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

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

Signed

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

Page 85 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS PART 111 BID FORM 3(A) Name of the Firm Bid Reference No: Date of opening of Bid. Documentary Evidence: Eligibility of the Bidders and Goods Required Documentation Checklist6 Relevant Page Supporting Documents8 (To Be Filled by the Procuring (To be initialed Number7 in the Bid (To be filled by the Bidder with Agency) by the Bidder (To be filled by the name of the documents that against each Bidder) are submitted to meet the document) requirement) Column:1 Column:2 Column:3 Column:4 Valid Manufacturing License Valid Registration(s) of quoted items Valid Drugs Sale License9 Valid Import License (where applicable) Letter of Manufacturer's authorization Partnership Deed (where applicable) NTN Certificate GST Certificate Letter of Intention Affidavit One year experience evidence Child Labor Free Certificate10 Original Receipt of purchase of Bidding Documents

6 Bidders should only initial against those requirements that they are attaching with the form 3(a). In case they do not have any document to attach the corresponding cell in column 2 should be left blank. 7Bidders are required to mention the exact page number of relevant document placed in the Bid. 8Bidders are advised to attach all Supporting documents with this form in the order of the requirement as mentioned in column 1. 9In case of Sole Agent 10Bidders are required to furnish a certificate to the effect that their firm is free from child labor and having standard child labor free policy

Page 86 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 112 BID FORM 3(B) MANUFACTURER’S AUTHORISATION11

PART 113 ISSUE DATE______

PART 114 To: [Name &Address of the Procuring Agency]

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

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

Signature:------.

Designation:------

Official Stamp:------

11This letter of authority should be on the letterhead of the Manufacturer and should be signed by a person competent and having the power of attorney to bind the Manufacturer. It should be included by the Bidder in its bid.

Page 87 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 115 BID FORM 4

Firm’s Past Performance12. Name of the Firm:

Bid Reference No:

Date of opening of Bid:

Assessment Period: (One Year as per Evaluation Criteria)

Name of the Purchase Description Value of Date of Purchaser’s13 Purchaser/Institution Order No. Of Order Order Completion Certificate

12 Bidders may use additional Sheets if required. 13 All certificates are to be attached with this form.

Page 88 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 116 BID FORM 5 Price Schedule (To be provided to the Procuring Entity)

User Note: This form is to be filled by the Bidder and shall submit with Financial Proposal to the .

Name of the Firm:

Bid.Ref.No:

Date of opening of Bid. S. Name of the Item Unit Price No. of Total Discounts Final Total No. (inclusive all Units Price (if any) Price (Inclusive applicable of all taxes) taxes) 1 2 3 4 5 6 7 3*4 5-6 1 2 TOTAL

A) FINAL TOTAL PRICE: ------

B) DISCOUNT14:------

C) FINAL QOUTED PRICE: ------(C=A-B)

Signature: ------

Designation: ------Date: ------

Official Stamp: ------

14 If a Bidder does not wish to offer an item wise discount but intends to offer an overall discount to its quoted price that should be mentioned here.

Page 89 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 117 BID FORM 6 Performance Guarantee

To: [Name & Address of the Procuring Agency]

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

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

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

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

This guarantee is valid until the______day of______, 200

Signature and Seal of the Guarantors/ Bank

Address Date

CONTRACT AGREEMENT

Page 90 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

THIS CONTRACT is made at on day of 2016, between The Government of Khyber Pakhtunkhwa, Health Department, (hereinafter referred to as the “Purchaser”) of the First Part; and M/s (firm name)a firm registered under the laws of Pakistan and having its registered office at (address of the firm) (hereinafter called the “Supplier”) of the Second Part (hereinafter referred to individually as “Party” and collectively as the “Parties”).

WHEREAS the Purchaser invited bids for procurement of goods (drugs and medicines), in pursuance whereof M/s (firm name)being the Manufacturer/ authorized Agent of (item name) in Pakistan and ancillary services offered to supply the required item (s); and Whereas, the Purchaser has accepted the bid by the Supplier;

NOW THE PARTIES TO THIS CONTRACT AGREE TO THE FOLLOWING;

2. The Contract: The following documents shall be deemed to form and be read and construed as integral part of this Contract , viz:-

a. General Conditions of Contract (GCC) b. Special Conditions of Contract (SCC) c. Schedule of Requirements. Annex- A c.i) Supply Schedule d. Technical Specifications. Annex- B e. Price Schedule submitted by the Bidder. Annex- C f. Purchaser’s Notification of Award. Annex- D g. Purchase Order. Annex-E h. Performance Security Annex-F i. List of Security Equipment, Annex-G 2. Interpretation: In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the General Conditions of this Contract hereinafter referred to as “Contract”: 3. Term of the Contract: This contract shall remain valid for [Duration] from the date of signing, unless amended by mutual consent. 4. The Supplier declares as under: i. [Name of the Supplier] hereby declares that it has not obtained or induced the procurement of any Contract, right, interest, privilege or other obligation or benefit from the Government of Khyber Pakhtunkhwa or any administrative subdivision or agency thereof or any other entity owned or

Page 91 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Controlled by it (Government of Khyber Pakhtunkhwa) through any corrupt business practice. ii. Without limiting the generality of the foregoing, [the Seller/ Supplier] represents and warrants that it has fully declared the brokerage, commission, fees etc., paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or including the procurement of a Contract, right interest, privilege or other obligation or benefit in whatsoever form from Government of Khyber Pakhtunkhwa, except that which has been expressly declared pursuant hereto. iii. [The Supplier] certifies that has made and shall make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with Government of Khyber Pakhtunkhwa and has not taken any action or shall not take any action to circumvent the above declaration, representation or warranty. iv. [The Supplier] accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any Contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to Procuring Agency under any law, Contract or other instrument, be void able at the option of Procuring Agency. v. Notwithstanding any rights and remedies exercised by Procuring Agency in this regard, [The Supplier] agrees to indemnify Procuring Agency for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to Procuring Agency in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [The Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any Contract, right, interest, privilege or other obligation or benefit in whatsoever form from Procuring Agency. vi. In case of any dispute concerning the interpretation and/or application of this Contract shall be settled through arbitration under the Arbitration Act of 1940 (As amended from time to time).

5. Items to be Supplied & Agreed Unit Cost: (i) The Supplier shall provide to the Purchaser the items on the agreed cost more specifically described in the Price Schedule Submitted by the Bidder (Annex C).

Page 92 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS (ii) Each Items supplied shall strictly conform to the Schedule of Requirements (Annex A) and to the Technical Specifications (Annex B) prescribed by the Purchaser against each item (iii) The Unit Cost agreed in the Price Schedule (Annex C), is inclusive of all (iv) taxation and costs associated with transportation and other agreed incidental costs. 6. Shelf Life of Drugs:During the time of delivery of drugs by the bidder, the shelf life for the imported drug shall not be less than 70%, while it shall not be less than 90% for the locally manufactured drugs. 7. Payments: The Purchaser hereby covenants to pay the Supplier in consideration of the provision of the Goods and Services, as specified in the Schedule of Requirements and Technical Specifications in accordance with the Price Schedule submitted by the Supplier, the amount against the delivered items or such other sum as may become payable under the provisions of this Contract at the time and in the manner prescribed by this Contract. 8. Mode of Payment: All payments to the Supplier shall be made through Crossed Cheques issued in the name of [supplier’s name] 9. Payment Schedule: All payments to the Supplier shall be made in accordance with the SCC & agreed Payment Schedule at Annex: F of Part-II: Section-III of the Standard Bidding Documents, upon satisfactory completion of delivery and fulfillment of documentary and Codal formalities highlighted in the Payment Schedule. 10. Performance Guarantee: (i) The Supplier, within 07 days upon the receipt of Purchase Order and upon signing the Unit Rate Contract (selected items as mentioned in the Contract in annexure) shall provide to the Purchaser a Performance Security equivalent to 10% of the total Contract amount on the prescribed format (Bank Guarantee) and in prescribed manner. This Performance Guarantee shall be released to the Supplier upon successful completion of the Contract. ii) Supplier’s Bid Security already submitted with the Bid shall only be released upon satisfactory submission of a Performance Guarantee in accordance with sub-clause (i) above. iii) Failure to submit a Performance Guarantee shall result into forfeiture of Bid Security and Cancellation of Contract. 11. Penalties/ Liquidated Damages. i) Wherein the Supplier fails to make deliveries as per purchase order and within the stipulated time frame specified in the Schedule of Requirement, the Contract to the extent of delivered portion of supplies shall stand cancelled. ii) After the cancellation of the Contract no supplies shall be accepted and the amount of Performance Guaranty/Security to the extent of un–delivered portion of supplies shall be forfeited.

iii) If the Supplier fails to supply the whole consignment and not able to deliver to any district, the entire amount of Performance Guaranty/ Security

Page 93 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS shall be forfeited to the Government account and the firm shall be debarred minimum for two years for future participation. iv)The exact time frame for making supplies with and without penalty shall be indicated in subsequent purchase orders. v) In case of late delivery of goods beyond the periods specified in the Schedule of Requirements and subsequent purchase order, a penalty @ 0.067% per day of the cost of late delivered supply shall be imposed upon the Supplier.

VI) The raw material source and grade be clearly shown and accordingly the same be used in all supplies; if found changed anywhere in supply of the same product, the firm/supplier will be liable for black-listing for all its products and forfeiting all its call deposits and performance guarantees

VII) The rate offered should be less than/equal to anywhere quoted in same financial year. If anywhere quoted less, the firm/supplier will be liable for black-listing for all its products and forfeiting all its call deposits and performance guarantees

VIII) The health department buying units and the manufacturers / suppliers are bound to make sure the receipt of copy of Supply Order to the Health Directorate General Peshawar for consolidation of total supplies along with amount in PKR issued.

Those who did not fulfill the above criteria’s are liable to be proceeded against and be black listed.

12. Notices:All notices and correspondences incidental to this contract shall be in English language and shall be addressed to:

For the Purchaser: Procurement Cell, Gajju Khan Medical College Shahmansor Town Swabi Phone: 0938-280385 Fax No.0938-280221 Email: [email protected],

Page 94 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 118 SECTION-V Eligible Countries

Country Eligibility for the Provision of Goods, Works and Services

As an exception, firms of a Country or goods manufactured in a Country may be excluded if:

i.i.1.a.i.1. As a matter of law or official regulation, the Purchaser’s Country prohibits commercial relations with that Country, provided that the Procuring Entity is satisfied that such exclusion does not preclude effective competition for the supply of the Goods or Works required, or

3. By an Act of Compliance with a Decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Purchaser’s Country prohibits any import of goods from that Country or any payments to persons or entities in that Country.

2. For the information of Purchasers and bidders, at the present time firms, goods and services from the following countries are excluded from this bidding:

 Israel

Page 95 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 119 PART 120 PART 121

Government of Khyber Pakhtunkhwa Health Department

DETAILED SPECIFICATIONS For GENERAL ITEMS/OFFICE EQUIPMENTS For the establishment of GAJJU KHAN MEDICAL COLLEGE SWABI Under National Competitive Bidding (NCB)

March 2017

Page 96 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 122 PART 123 PART 124

Government of Khyber Pakhtunkhwa Health Department

DETAILED SPECIFICATIONS For

BIO-MEDICAL EQUIPMENTS, INSTRUMENTS, GLASS WARE AND OTHER GENERAL ITEMS FOR DEPARTMENT OF CCU

March 2017

Page 97 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Detail Specifications of equipment’s The equipment should be of latest model complying with the respective International standards of quality. The equipment /System should be Complete in all respect for its operations as per mentioned specifications. Lot 1 Items S# EQUIPMENT NAME WITH SPECIFICATION 1 DEFIBRILLATOR WITH EXTERNAL PACE MAKER Should d be FDA approved. .Defibrillator with color monitor and recorder mains 220V/50Hz 1 phase and built in rechargeable battery operated. Energy delivered 2-270 joules or more. Charging time should be less than 5 seconds for 270 joules. Bi-Phasic waveform delivery system, ECG through paddles and patient cable, Minimum 6.5 Inches Color LCD Display, Lead Synchronizer, Non Fade Display, Trace Speed 25 mm/sec. Contact Indicator to check for optimal skin contact via LED’S on paddles, delivered energy level to be printed on the print out. Recorder speed 25mm/sec with standard paper, digital HR with low/high alarm and Adult & Paediatric Paddles. Unit should be capable to record voice and waveform at the defibrillation which should replay on the PC or Defibrillator for history. External pediatric and adults Paddles, ECG cable. Internal Pediatric and Adult Paddles AED facility. Pacing facility. Country Of Manufacturer & Origin should be: USA, EUROPE and JAPAN

Page 98 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Central Monitoring System for 10 Beds & Multi parameter 2 cardiac monitors 1:Central Monitoring System for 10 Beds Multi-channel 19-inches colored Central Monitor with recording facility on Laser Printer, digital HR with high and low alarms on all parameters selected on bedside monitors. Other parameters to be monitored as selected in the bedside monitors with automatic recording on alarm.

- Capability of displaying up to 32-patients data on the screen and system as an option. - Capability to store 120-hours trend data. - Capability to store 120-hour full disclosure ECG as well as 16 other waveforms For each patient. - Built-in automatic Arrhythmia analysis and ST analysis. - Full Disclosure

NOTE: CENTRAL MONITOR SHOULDCOME FROM THE SAME MANUFACTURER (LOCAL PC NOT ACCEPTABLE). COUNTRY OF ORIGIN OF THE PRODUCT: USA / EUROPE JAPAN

2: MULTI PARAMETER CARDIAC MONITOR For monitoring of patients vital signs Operating Features and Characteristics: Non fade TFT color display Electro-surgical interference suppression/protection Defibrillator protection Freeze and cascade facility Waveform trace speed: 25 to 50 mm/sec Screen Size: min. 12.1” or more TFT/LCD color Touch Screen display PARAMETERS:  ECG: Numeric: heart rate Waveform: 12 Wave forms minimum, real time and freeze with 10- Lead Electrodes. ECG trace  Non-Invasive Blood Pressure (NIBP): Method: Oscillometric principle Numeric: Systolic, diastolic and mean pressures Selectable auto inflate interval settings Rising cuff / continuous pressure display  Temperature: Numeric: Temperature selectable in oC / oF Channels: 2 channels  Pulse Oximetry: Numeric: 0-100% oxygen saturation measuring range.

Page 99 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Waveform: plethysmograph pulse with pulse strength indication. Reusable sensor electrode. Reusable cuff.  Arrhythmia Analysis: Arrhythmia analysis and st analysis. Minimum 20 arrhythmia items.  Respiration: Breath rate display and alarms. Sweep speed; 12.5 to 50 mm/sec.  Other Features: Trend Data; 72 hours trend graphical and tabular  Alarms: High & low (settable) on all parameters Visual and audible indication of alarms.  Operating Requirements: Ac 22ov/50hz Built-in rechargeable battery for at least 1-2 hours AC power failure at full parameter. OPTIONAL:  Invasive Blood Pressure (Dual).  Capnography (EtcO2) Mainstream for intubated & non-intubated patients. CO2 Airway Adapters (30pcs). Nasal Adapters (30pcs).  BIS.

Note: The system must be complete with all sensors, probes, cables or any other accessories required for measuring all the above selected parameters. Monitor should be compatible with central monitoring system. All allied accessories should be original manufacturer. Country Of Manufacturer & Origin: USA EUROPE and JAPAN

Page 100 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 3 INVASIVE CARE MONITOR Should d be FDA approved. For monitoring of patients vital signs Operating Features and Characteristics: Non fade TFT color display Electro-surgical interference suppression/protection Defibrillator protection Freeze and cascade facility Waveform trace speed: 25 to 50 mm/sec Screen Size: min. 12.1” or more TFT/LCD color Touch Screen display PARAMETERS:  ECG: Numeric: heart rate Waveform: 12 Wave forms minimum, real time and freeze with 10-Lead Electrodes. ECG trace  Non-Invasive Blood Pressure (NIBP): Method: Oscillometric principle Numeric: Systolic, diastolic and mean pressures Selectable auto inflate interval settings Rising cuff / continuous pressure display  Temperature: Numeric: Temperature selectable in oC / oF Channels: 2 channels  Pulse Oximetry: Numeric: 0-100% oxygen saturation measuring range. Waveform: plethysmograph pulse with pulse strength indication. Reusable sensor electrode. Reusable cuff.  Arrhythmia Analysis: Arrhythmia analysis and st analysis. Minimum 20 arrhythmia items.  Respiration: Breath rate display and alarms. Sweep speed; 12.5 to 50 mm/sec.  Other Features: Trend Data; 72 hours trend graphical and tabular  Alarms: High & low (settable) on all parameters Visual and audible indication of alarms.  Operating Requirements: Ac 22ov/50hz Built-in rechargeable battery for at least 1-2 hours AC power failure at full parameter.  Invasive Blood Pressure (Dual). .

Page 101 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS  Capnography (EtcO2) Mainstream for intubated & non-intubated patients. CO2 Airway Adapters (30pcs). Nasal Adapters (30pcs).

 BIS.

Note: The system must be complete with all sensors, probes, cables or any other accessories required for measuring all the above selected parameters. Monitor should be compatible with central monitoring system. All allied accessories should be original manufacturer. Country Of Manufacturer & Origin: USA, EUROPE and JAPAN.

4 INFUSION PUMPS Should d be FDA approved Purpose: For infusion of fluids, medication or nutrients to patients Circulatory system within certain interval of time Main Features: Latest Model Display (LCD) Color Display Battery Indication Numeric Keypad Key Lock Function Trend Graph Bubble Detect: adjustable in 3 levels Flow Rate: adjustable upper limit RS232 Connector Specifications: AC Input: Multi-voltage (115V~240V) Weight: 2.0kg Dimension: W13 x D10 x H22 (cm) Flow Accuracy: +/- 10% Flow rate selection: 1-999mL/h (in 1mL/h increments) Fluid volume setting: 1-9999mL/h (in 1mL/h increments) Prime flow rate: 999mL/h Priming rate preset: Yes (in 10ml/h increments)

Page 102 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Battery: Lithium-ion battery Numerical entry: Numeric keypad Display: Color LCD Occlusion pressure detection: Yes (adjustable in five levels) Infusion set: General-purpose set Anti-free flow system: Yes Trend graph: Yes Key lock function: Yes History record: Yes Bubble detection: Yes (adjustable in three levels) External communication: Yes (RS232) Applicable standard: IEC-60601-1, IEC-60601-2-24 Marking: CE mark Alarm volume adjustment: Yes (Tone: 10 types, Volume: 10 levels) Night mode (display): Yes Maintenance mode (display): Yes

Country : USA, Europe, Japan

5 FLOOR SCRUBBING MACHINE. Should d be FDA approved Floor scrubbing and polishing machine. Single brush with manual control unit. Hand control for operation Three speeds for scrubbing and polishing (150-300 rpm) Plastic tank for detergent Brush size: 500mm Two spare brushes each for scrubbing and polishing. 220 V 50 Hz. Cable length minimum 100 ft. with heavy duty plug.

6 BLOOD WARMER Microprocessor controlled unit Blood and Infusion warmer Temperature setting: 37ºC to 41ºC in 0.5ºC increments Warm up time: 45 sec Type of operation: Continuous operation Type designation: Tube flow Safety features: Multiple independent cut- off from 42ºC Voltage: 220 V, 50 Hz Should d be FDA approved.

Page 103 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

7 SUCTION MACHINE Heavy duty Mobile Suction Unit with twin jars of capacity upto 4 or 5 litre each, autoclavable. Reciprocating type Aspiration rate upto 40-45 litres/minutes at 650-900mm.Hg. Vacuum continuously adjustable 10X bacterial filter Explosion proof footswitch Complete aspiration set with tubing Overflow safety Device 220V/50Hz. I Phase Trolley with lockable wheels Should d be FDA approved.

Page 104 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

8 VENTILATOR Should d be FDA approved.

ICU Ventilator for Adults to Peads

Display Minimum 15-inch full-Touch full color LCD screen with adjustable viewing angle Smart Touch Interface with Navigation Control. Menu-Free Access to Past, Present and Future Views Swipe Screen Touch Screen Technology

Specification Software Complete range of ventilation modes and active exhalation valve to allows spontaneous breathing in all modes. Modes of Ventilation Volume Control ventilation (VCV) Pressure control ventilation (PCV) Bilevel mode (Bilevel) PRVC (Pressure Regulated Volume Controlled mode) SIMV-VC SIMV- PC BiLevel mode CPAP/PS Leak compensation Airway Resistance Compensation Apnea back up Non Invasive Ventilation Tidal Volume: Tidal volume range 20 – 2000 ml with capability of 200 L/min Peak Inspiratory flow.

Must have future upgrade capability to Neonate Patient type offering Tidal volume delivery from 2ml - 2000 ml

Triggering Sensitivity: Flow Pressure Includes the Following Procedures: Manual Breath Intrinsic PEEP measurement Spontaneous breathing trial (SBT) 100 % O2 maneuver Inspiratory Hold Expiratory Hold Spirometry: Spirometry display of 3 different loops Pressure / Volume,

Page 105 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Flow / Pressure, Flow / Volume Trends (Graphical & Numeric): Graphic and numeric trending (minute by minute) of all set and measured parameters up to 3 days with color waveforms and alarms/ procedures settings. Patient Range: Ventilator unit with gas connection and electrical supply. Integrated ventilation and monitoring platform for adults, pediatric . Must have future upgradability for Neonate Patient type Expiratory Valve: Quick-release expiratory valve and easy to clean

Nebulizer: Integrated built-in advanced nebulization system, Oxygen Monitoring O2 monitoring by paramagnetic maintenance free sensor (non depleting type)

Ability to Upgrade for EtCO2 monitoring and Patient Oxygen Consumption Level Bar suggesting when to wean off the patient

Lung Mechanics RSBI RAW AIRWAY OCCULUSION PRESSURE N.I.F (negative inspired forced) VC (Vital capacity) P.01

Battery Backup Advanced power management, prevents accidental shutoff with back-up battery up to 85 minutes.

Ventilator should be able to run on Hospital Central Gas Supply (Should not have Turbine based system). Should be able to connect with external compressor

Optional Compressor Optional CO2 Module

Accessories  Patient circuit support arm  HOSE ASSY O2  HOSE ASSY AIR  Patient Breathing Circuit  Nebulizer Kit

Country of Origin: USA/Europe/Japan Certifications: FDA & CE

Page 106 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

9 X-RAY MOBILE UNIT Should d be FDA approved. 1. General. Mobile X-Ray machine with Battery & Motor Driven.

2. X-Ray Generator. a. High Frequency microprocessor bases 40kHz or better b. Max Power 30 kW or more c. Max Voltage 125kV or more d. Max Current 400mA or more e. Max 320mAs or better 3. X-Ray Tube a. X-ray tube with rotating anode 3000 rpm or better b. Focal spot 0.6-1.3mm or better c. Thermal Anode Heat Storage capacity 140 kHU or more 4. Control Desk Microprocessor control console with Colour 9” touch screen Display or better 5. Operating Modalities a. 2 point or 3 point X-ray technique (S.M,L) or equivalent b. 150 Programmed anatomical radiography or more c. X-Ray push button with double release with extension cable up to 4 meters d. Operation without main plug > 300 exposure or better without recharge e. Battery Powered motor driven movement 6. kV selection From 40 to 125 kV (in steps) or better 7. mA selection From 50 to 400 mA or better 8. Selection of exposure times From 0.001 to 6.3 sec or better 9. mAs selection From 0.5 to 320mAs or better 10. Collimator a. Collimator with multiple layer blades and manual control b. ON/OFF timer of lamp at 30s or equivalent c. Collimator rotation + 90o or equivalent 11. Mechanical Unit a. Arm rotation+ 90o or equivalent b. Dead-man brake system c. Rotation of mono-black supporting fork +90o/-180o or equivalent d. Rotation of mono-black in fork 0o/+90o or equivalent 12. Safety Devices and Guards

Page 107 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS a. Protection and automatic control of filament current b. Protection from over load, over current and over voltage (mAs, kV, mA) c. Protection from maximum load of X-ray tube d. Operator error or malfunctioning indication

13. Power Supply a. Standard voltage 230V + 10%, 50HZ b. Compact batteries within the system for standalone operation of the system without electric supply for both X-Ray exposure and system breaks.

14. Certification: FDA of USA/ESMD-13485

15. Country of Manufacturers Japan/Western Europe/USA

10 WEARABLE ICD Should d be FDA approved LIFECOR Wearable Cardioverter Defibrillator (WCD ) 2000 System - P010030 Product Name: LIFECOR Wearable Cardioverter Defibrillator (WCD) 2000 System

11 HAND HELD ECHO SYSTEMS Product: Vscan with dual probe. Should d be FDA approved

Page 108 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Power Requirements GENERATORS / UPS / STABILIZER Selection will be Subject to Sample & Manufacturers mark must be Present on each Item S.NO SPECIFICATIONS 12 ELECTRIC VOLTAGE STABILIZER 7000 WATTS Servo Control voltage stabilizer, Manufacturer’s mark must be indicated, Branded, Good Quality with warranty

13 GENERATOR (HEAVY DUTY) General and Scope of Supply:  The diesel generator set shall be supplied complete with all ancillary equipment necessary for starting and running of the set, including cooling systems, fuel storage and supply system, instrumentation, control and protection arrangements, spares and special tools. Generator body and Generator neutral shall be solidly earthed. The set is to be reasonably self-contained to minimize the work of installation at site. The engine, alternator and cooling radiator shall be mounted on a combined under base of stress relieved fabricated steel and engine accessories shall also be mounted on the under base where appropriate, provided that this does not result in difficulty of access for maintenance.  The set is to be mounted on suitable arrangement of anti- vibration mounting designed to minimize the transmission of vibration but without resulting in excessive amplitudes of movement of any parts of the set. Flexible connection shall be provided to all exhaust, water, air, fuel and oil piping that leaves the engine to prevent the transmission of vibration and the fracture of the piping due to movement of the set. The choice of connections and their installation is to be such as to give long life under normal operating condition of the set.  Rated continuous output shall be not less than 10/50/100/200 KVA at 0.8 power factor at generator output terminals. (Based on 35oC ambient temperature a relative humidity of 90% and at any altitude) The unit shall be capable of delivering the rated output for continuous period of not less than 12 hours at a time. It shall have overload capacity of 110% of the rated output for one hour during a period of 12 hours.  Engine to be 1500 rpm - 3600 rpm fan-cooled closed cooling water circuit. Asynchronous motor loads of up to 100% may be switched on with a maximum admissible speed drop of twelve (12) percent.  Diesel engine shall be of a well-proven make, complying with the requirements of BS 5514 (ISO 3046). The engine shall meet all the performance requirements of the set under the specified

Page 109 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS operating conditions and shall be suitable for operation on High Speed Diesel meeting the Pakistan standards.  A sturdy elastic coupling shall connect the engine and the generator, and both shall be mounted on a common base plate forming part of the supply, Proven and highly effective anti- vibrating mountings shall be provided between base plate and concrete foundation.  The engine shall be started by 24 V/12 V starter motor engaging with the fly wheel ring gear and disengaging automatically when the engine starts. The equipment shall include an adequately rated lead/acid battery together with an automatic mains energized battery charger. The charger shall have a continuous output rating sufficient to recharge the battery from 1.8 V/cell to a fully charged condition in a period of 8 hours. The battery shall be capable of providing at least six starting cycles within a period of 5 minutes.  The engine shall be water cooled. A sectional radiator shall be provided and mounted on the combined under-base and arranged to cool the engine jacket water, lubricating oil and charge air as appropriate. Circulation of cooling water through the engine and radiator shall be by means of engine driven pump. The water circuits shall be fitted with an easily accessible drain point. The cooling fan shall be arranged to drive directly by the engine and the hot air shall ducted to suitable openings in the generator room wall. The duct shall be incorporated with a suitable flexible section to prevent the transmission of vibration from the engine and the discharge end shall be provided with louvers and an insect screen.  Lubrication of the engine shall be by means of an engine driven integral pump. The pump shall have on the suction side a coarse strainer and on the delivery side a duplex `full flow' fine filter complete with changeover cock incorporating pressure by-passes to facilitate oil flow to the engine should the filter become blocked. The lubricating oil system capacity shall be sufficient to enable the engine to run continuously for 12 hours at any load without replenishment.  The governor of the engine shall be mechanical/electronic type and be capable of fine governing of speed to Class A2  The engine shall be efficiently silenced with suitable noise attenuators provided at cooling/combustion air inlets and outlets and exhaust silencers complete with interconnecting pipe and fittings. Supports for each complete system shall be of the anti- vibration type and due allowance for expansion of the exhaust system shall be made by the inclusion of expansion bellows.  Exhaust pipe shall be lagged with a removable Aluminium cladding. Exhaust pipe outlet point shall be 4m above ground level. Page 110 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS  The engine shall be provided with following protection devices for alarm and shutting down the engine automatically, Low lubricating oil pressure, Engine over speed, High cooling water temperature, over crank. Generator:  Generator shall comply with BS 5000 and shall be brushless, self-exciting and self- regulating type. The exciter shall be with rotating silicon rectifiers, auxiliary exciter of permanent magnet type, damper cage, static voltage regulator and compounding equipment. The voltage regulator shall maintain its setting for long periods without adjustment. Means shall be provided for a limited degree of manual adjustment of the output voltage setting.  Generator shall be directly coupled to and share a common high bedplate with the prime mover. The degree of protection for the generator and exciter shall be not less than IP 23.  Cooling of the generator shall be by a radial-flow fan. Generator bearings shall be of the ball or roller type, rated for long life and prepacked with sufficient grease for operating over long periods without replenishment.  The stator and field windings shall consist of electrolytic copper conductors insulated throughout with Class H materials as defined in IEC 85. A generator winding temperature detector (thermistor) installed at the hottest spot and wired to give alarm and shout down.  Thermostatically controlled tubular low-temperature heaters of sufficient rating to maintain the windings in dry condition during long periods of standstill shall be fitted in the stator casing and wired out to a terminal box on the bed plate, which in-turn shall be connected to the 230- volt single-phase supply.  Voltage regulation should be maintained within ± 21⁄2% from no load to full load including cold to hot variation at any power factor from 0.8 to unity.  Neutral shall be solidly earthed. Fuel Storage and Transfer The following shall be supplied with the unit.  Base Tank: The machine shall have one integral metal fuel tank (capacity sufficient for 08 hours operation at full load but not less than 900 litres) and shall be installed in a position where any fuel leakage cannot impinge on exhaust pipe or other hot engine surfaces. The tank shall be provided with all necessary fittings including fill, vent, drain and overflow line, level indication and access for inspection and maintenance. Level switches shall be provided for the following services.  Low level alarm  High level alarm

Page 111 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Control Equipment  A control cubicle fabricated with welded steel panels supported by structural steel frame, shall be provided and installed for the stand-by plant, together with all necessary inter-connections, anti- condensation heaters etc. The primary function of the control equipment shall be;  Automatic starting and stopping of the generator on receipt of signal from main panel board  Fault indicating and appropriate action - Manual start and stop operations in remote and local positions.  Automatic shutdown of the set and lockout of the starting system shall result from any of the following:  Low lubricating oil pressure  High cooling water temperature  Failed to start  Engine over speed (if speed exceed 20% above normal)  High stator temperature The control system shall include the following:  Overload protection Restricted Earth fault protection Visual & Audible Fault indication and alarm accept/reset  All necessary controls needed to prevent starting of machines on momentary fluctuations of main voltage

The following items must be included with diesel generator.

1. ATS panel (Local with imported components). 2. MCCB on Wapda side in ATS panel. 3. Power cable, per meter rate should be mentioned 4. Providing, installation and testing of earthing network for genset. 5. Construction of foundation pad. 6. Weather and sound proof canopy (Local). Make:- USA, UK, Japan, Germany, Italy and France.

Page 112 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 14 UPSS HEAVY DUTY WITH BATTERY Capacity-1 Kva Technology-SPWM, IGBT / MOSFET (for more than 72 DC volt IGBT preferred) Input Voltage-230V AC, Single Phase, 3 wire Input Voltage Range-160V AC to 270V AC Input Frequency Range-45 to 55 Hz Input Over Voltage Protection-280V AC Input Under Voltage Protection-155V AC Over Voltage cut off-Should be offered externally Output Voltage-230V AC Single phase ±1% Frequency-50 Hz ± 1% Lead power factor-0.8 Lag to Unity Isolation-Output load be isolated through a transformer with same rating Output Over Voltage Protection-245V AC Single Phase Output Under Voltage Protection-210V AC Single Phase Over load capacity-125% of rated load for 60 sec Total Harmonic Distortion-Less than 3% Short circuit protection-Soft Shut down should occur without blowing any fuse Crest Factor-3 : 1 Isolation-Same rating as UPS Manual Bypass switch-Should be provided Indications- Over Temperature-Required Load on Battery-Required Battery on Charge-Required Battery low-Required Mains on-Required DC on-Required Inverter on-Required  Inverter Tripped  Output Over Voltage  Output Low Over Load System-Required Static Switch-Automatic Bi-directional should take care of 100% uninterrupted transfer of load from UPS Transfer Time-<4 m sec Overall Efficiency->85% Inverter Efficiency->90% Metering-Separate/Single Digital Meter DC Voltage-Required DC Current Charge/discharge-Required Output Voltage-Required Output Current-Required Input Voltage-Required Digital three/three & half freq. Meter (for Both input & output)-Required Battery-Sealed Maintenance Free Lead Acid Battery ≥ 12V each of uniform AH rating Period of Backup-2 Hr. with 100% Load Batteries Make-Global Yuasa, Exide, Panasonic or equivalent DC Bus Ripple-<1%

Page 113 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Battery recharge time from fully discharge condition to 10% charged conition- <1 Hrs Total DC BusVotage->72 Volt No. of Battery Banks-Single No. of Battery-Please specify  VAH Rating  Capacity X 1 X 2 Hr. Inverter eff X Utils %-Min 5926 VAH Battery Housing-Closed housing with suitable lockers Battery Life-Minimum 2 years replacement Guarantee Audible Alarm for Following Conditions- Battery Low-Required Mains Failure-Required Inverter Under-voltage-Required Inverter Over Voltage-Required Over Temperature-Required Inverter Overload-Required Voltage Stabilizer as standby source-As per UPS Capacity Environmental- Operating Temperature-<45 Deg C Humidity-10-90 % (non-condensing) Noise Level-<50 dB at full Load from 1 mtr distance Certification-Please specify -Cabling Input and Output cabling to be provided by the vendor and both the cable will be of 20 meters length of standard cable

15 B.P APPRATUS WALL MOUNTED Constructed from shatter resistant material fully protected plastic /Glass manometer tube for friction free mercury flow. Reading scale ranges from 0 to 300 mmHg. Integral mercury reservoir, spring coil tube, bulb, valve. Molded latex free inflation bladder of high quality. Latex free inflation bulb fitted with filter to reduce dust build up. Air release valve with filter for precise deflation control. High visibility graduations. Pediatric and adult cloth/nylon cuff with Velcro fastening Wall mounted unit.

Page 114 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 16 PORTABLE B.P APPRATUS Constructed from shatter resistant material fully protected plastic / Glass manometer tube for friction free mercury flow. Reading scale ranges from 0 to 300 mmHg. Integral mercury reservoir, spring coil tube, bulb, valve. Molded latex free inflation bladder of high quality. Latex free inflation bulb fitted with filter to reduce dust build up. Air release valve with filter for precise deflation control. High visibility graduations. Pediatric and adult cloth/nylon cuff with Velcro fastening Portable unit Cuff storage basket, wall mounted. Should d be FDA approved. Lot 1B

Page 115 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 17&18 STETHOSCOPE Light weight aluminum/ SS chest piece construction. Single headed. Standard size diaphragm. Adjustable chrome binaural. Flexible one piece molded 'Y' PVC tubing. Ergonomic plastic ear tips. Should be FDA approved.

19 OPHTHALMOSCP Keller company made, large size ophthalmoscope, with rechargeable batteries and casing. Latest model. Should d be FDA approved.

20 NEBULIZER For nebulization of respiratory tracts. Hospital grade for continuous operation. Ultrasonically generated uniform and highly dense particles of 0.5-5 microns size. Approximately 65-70% of particles of less than 4 micron size. Filtration of at least 95% of 0.3 micron or larger dust particles to provide purified air for aerosol. Autoclave able delivery pipes. Nebulizing rate of 2 ml/ min with particle size of approx 0.5-5 microns. Air flow of 10 L/min. Aerosol heating facility for 370C. Quiet operation with noise level of less than 40dB. Nebulizing time setting from 0-30 min. Different air flow rate settings. Alarm for Low water level. Alarm for medication complete. Medication cup capacity: 150 ml. Power of 220 Volts / 50 Hz. One extra Flexible arm/ delivery pipe/masks (all sizes). Complete with bacteria filter. Should d be FDA approved.

Page 116 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 21 WEIGHT/HEIGHT MACHINE Scale to have low level platform finished with non slip cover. Waist high scale type. Mechanical column scale with 8-10” dial. Capacity: 200Kg. Accuracy of 50gm. Both kg and lb scales. Imperial and metric height measurement fitted to machine. Should d be FDA approved. 22 PORTABLE B.P APPRATUS Constructed from shatter resistant material fully protected plastic / Glass manometer tube for friction free mercury flow. Reading scale ranges from 0 to 300 mmHg. Integral mercury reservoir, spring coil tube, bulb, valve. Molded latex free inflation bladder of high quality. Latex free inflation bulb fitted with filter to reduce dust build up. Air release valve with filter for precise deflation control. High visibility graduations. Pediatric and adult cloth/nylon cuff with Velcro fastening Portable unit Cuff storage basket, wall mounted. Should d be FDA approved.

Page 117 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 23 Motorized electric bed

Should have 7 positions (Back Raise, Knee Raise, Hi-Low Adjustment, Auto Contour, Trendelenburg, Reverse Trendelenburg and Cardiac Chair Position) with X-ray radiolucent backrest. Movements:  Smart Raise Function for Back Raise (Reduce back Pressure-can reduce patient pressure and shearing on the patient with its retraction and extension motion)

 Back Raise 0-70 degree.

 Knee raise 0-25 degree

 Hi-low adjustment from 350mm to 680mm (Mattress base)

 Trendelenburg/Reverse Trendelenburg position 0 +12,

(Can be used while bed is in any position by pressing one button)  Auto contour Position

 One button cardiac chair position

Controls: Should have Patient and Nurse Control to perform the various bed positions.

 Patient controller,

(Auto contour, Back raise, Knee Raise and hi- low adjustment) with locking function).

 Separate Nurse control panel (can be stored under foot board) will control and indications for Start Button, Electric CPR, Battery Indicator, Low Height Indicator, Lock Function for Fixable Patient Controller, Auto Contour Position, Back Raise, Knee Raise, Hi-Lo Adjustment, Cardiac Chair Position and Trendelenburg/Reverse Trendelenburg.

CPR Function:  Should have both electric CPR function and Manual CPR function.

Battery:

Page 118 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS  Should have Battery with low battery indicator.

Side Rails:  Should have Full Length side rail meeting safety standard of IEC 60601-2-52. (To reduce the risk of patient fall down from Bed)

 Should Have Anti-tampering Lock feature (Prevents patient from falling over when patient is attempting to lower the side rail by himself)

 Should have Flexi Grip (grip on side rail to help patient to stand up more easier)

 Should have 290 mm effective side rail height with zero sliding gap.

 Should be slide down with Gas Spring shock absorber instead of out wards open type for safety.

Mattress base.  Made of steel

 Steel pressed mattress base.

 Seamless smooth surface for easy and quick cleaning.

 Hinge parts should be made of steel

LOW Bed Height:  Should have lowest bed height to 35 cm. (Allows patient to place his heels firmly on the floor)

 Should have light indicator. (To indicate its lowest height position)

Angle Indicator:  Should have angle indicator for back section at both sides. (The 30 degree marked out to assist in ventilator-associated Pneumonia)

Head/Foot board:  Should have Auto Locking Stopper.

 Should be Detachable in a single operation.

Roller Bumpers:  Roller bumpers at each corner of bed.

Page 119 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS IV Pole:

 Should have four adjustable hocks.

 Should have height adjustment.

 Should have facility to place the IV pole on each side of bed for urine and drainage bags etc.

Bed Dimensions should be:  Bed Length 2200mm or more without extension.

 Bed Width1056 mm or more

 Total height 735 mm to 1065 mm or more

 Mattress Base Height 350 mm to 680 mm or more

Mattress:  Size: W: 910mm L: 2000mm TH: 125mm

 Should be Double - Layer system (Slow Rebound surface and Quick Rebound Surface)

 Should have Reversible Mattress, one side is soft and the other should be hard.

 Should identify both hard and soft surface with Two different colors

* Mattress Cover should be: * MRSA anti-bacterial treated. * Fire retardant. * Water proof surface. * Material of cover: Polyester with polyurethane film laminated * Mattress must be manufactured by company manufacturing beds.

Safe working load 245 KG or more. All products and accessories should be from same manufacture. Country of Manufacturer: USA/Western EU/Japan, however country of origin of product may vary and could be from anywhere in the world. 24 BEDS FOR TRIAGE ROOM. Should d be FDA approved.

Head and foot adjustable with attached stand and side cover.

Page 120 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

25 MEDICAL GASES SUPPLY

S# Nomenclature Specifications Qty 1 Medical Gases supply & Medical Gases supply & suction system suction system conforming to HTM 2022 British standard as per requirement of hospital. The bidders are advised to visit site and bid for complete system. 2 Oxygen Cylinder 240 Cft Flow meter 0-10L/min with regulator 4 with gauge & trolley humidifier & pressure gauge up 3500 PSI. Connected directly to the Cylinder. Complete with regulator, gauge and standard accessories. Carrier for cylinder with two wheels, BOC certificate must be provided. Should d be FDA approved.

3 Oxygen Cylinder 48 Cft Flow meter 0-10L/min with regulator 4 with gauge & trolley humidifier & pressure gauge up 3500 PSI. Connected directly to the Cylinder. Complete with regulator, gauge and standard accessories. Carrier for cylinder with two wheels, BOC certificate must be provided. Should d be FDA approved.

4 Oxygen Cylinder Key Good quality Oxygen Cylinder Key 8 5 Oxygen Flow Meter  Direct fitted to the Outlet (BOC British 8 Standard), included with the

Page 121 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Humidifier.  Nickel-plated brass base and body, Clear shroud, Expanded lower scale 0-5Lpm 6 Oxygen gauge Complete with regulator, gauge and standard 8 accessories. 7 Central oxygen suction with fitting to CCU bed and continuous supply 8 Bipep Standard FDA bipep system 2

LOT 2 Items 26: ANESTHESIA SUPPLIES FOR EMERGENCY TROLLY

S# ANESTHESIA SUPPLIES SPECIFICATIONS 2 Bain Circuit Reusable and good quality circuit 3 Endo-tracheal Tubes (all Reusable, autoclavable, good quality all sizes, sizes) 4 Endo-tracheal Tubes Reusable, autoclavable, good quality pediatric (small size) sizes,

5 Face Masks all sizes set Good quality all sizes set, Imported

6 Laryngeal Face Masks Reusable, autoclavable, good quality, Imported

7 Oral airways all sizes set Reusable, autoclavable, good quality all sizes,

8 Oxygen Face Masks Reusable, autoclavable, good quality all sizes, Imported

9 Oxygen Supply Mask of all Reusable, autoclavable, good quality all sizes, size Imported

10 Pediatric Circuit Reusable and good quality circuit 11 Randall Barker Face Mask Reusable, autoclavable, good quality all sizes, all sizes set Imported

12 Sam Circuit Reusable and good quality circuit Page 122 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 13 Stylets Adult Reusable, autoclavable and good quality 14 Stylets Peads Reusable, autoclavable and good quality 15 Ambu bag small size Manual Resuscitation bag with child size face masks and E2 valve. Resuscitation bag of 500mL capacity.1.5L reservoir bag capacity. Autoclave able. The resuscitator to meet with all the requirements laid down by international standards. To be able to connect to an oxygen source up to 100%.The resuscitator to be able to ventilate through a mask or an endotracheal tube. Complete with carrying case.

16 Ambu bag large size Manual Resuscitation bag with adult size face masks and E2 valve. 2L reservoir bag capacity. Autoclave able. The resuscitator to meet with all the requirements laid down by international standards. To be able to connect to oxygen source up to 100%.The resuscitator to be able to ventilate through a mask or an endotracheal tube. Complete with carrying case.

17 Laryngoscope Macintosh type. Blade set of 4 or 5.Blade Sizes 1, 2, 3, 4 /5. SS/ corrosion free Blades. Dry Battery handle. Blades of stainless steel with integral light carrier. Fiber optic light carrier. Xenon illumination of light source. Complete with batteries and carrying case. Should d be FDA approved.

Page 123 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS LOT 3 ITEMS 27: DRUGS FOR RESUSCITATION TROLLEY

S.No Drug name Quantity 1. Inj heparin 30

2. Inj clexane 30

3. Inj nitroglycerine 30

4. Inj diltiazem(Isoptin) 50

5. Inj lanoxin 10

6. Inj lignocane 100

7. Inj verapamil 50

8. Inj bupivacaine 100

9. Inj Morphine 50

1 Inj nalbuphin 100 0.

1 Inj gravitate 200 1.

1 Inj protamine sulphate 20 2.

1 Inj adenosine 50 3.

1 Inj glucagon 10 4.

1 Inj calcium gluconate 20 5.

1 Inf Normal saline 30 6.

1 Inj avil 100

Page 124 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

1 Inj adrenaline 20 8.

1 Inj noradrenaline, 20 9.

2 Inj dopamine 50 0.

2 Inj dupotamine 50 1.

2 Inj zantac 50 2.

2 Inj streptokinase 50 3.

2 Nitroglycerine spray 10 4.

2 Tab angicid 100 5.

2 Tab disprin 300mg 50 6.

2 Tab Clopidogrel 75mg 50 7.

2 Inf 5% dextrose 1L 50 8.

2 Inf 10% dextrose 1L 25 9.

3 Inf pladex 100ml 25 0.

3 Inf plasaline100ml 25 1.

3 Inf 25% dextrose 1L 25 2.

Page 125 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 3 Inf Ringolact D 1L 25 3.

3 Inf dextrose saline 25 4.

3 Inf hemacel 1L 10 5.

3 Inj Lopressor 25 6.

3 Inj solocortif 100 7.

3 Inj Lasix 200 8.

3 Pyodine 50 9.

4 chlorhexidine 10 0.

4 Inj naloxone 50 1.

4 Inj flumazenil 25 2.

4 Inj valium 25 3.

4 Inj dormicom 50 4.

4 Inj atropine 25 5.

Page 126 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

LOT 4 ITEMS 28: OFFICE EQUIPMENTS S# SPECIFICATIONS Qty

Page 127 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 1 COMPUTER SYSTEM 4 Genuine Core i 9 Processor 2.66 GHZ (F6750) (4 MB Cache 13333 MHZ Bus), Genuine Intel Mother Board DQ 35 JOE. Ram 16 GB DDR2 (667MHZ Bus) Kingston. Hard Disk 1 TB SATA 11 Western Digital. Combo Drive, ATX casing, Dual Fan, 24 pin power connector, 350 watts power, Fax Modem Card 56 Kbps, Conexant Front USB PS2 Optic Mouse Pad. A4 Tech/Focus Windows, Key Board Focus Fk 568. LCD 17 Inch Color Monitor, latest capacity of Flash Drive. Company: Dell

2 HP SCANNER (BRANDED) 2 A4 paper scanner HP Latest model with software 3 PRINTER HP LASER JET (LATEST 2 MODEL)  A4 paper 12 pages per minute  Warm up time:45 seconds or less at normal temperature  45 scalable True Type fonts built-in.  Envelopes  Coloured paper  Overhead projector transparencies Printer to be able to accept paper of a variety of sizes 4 Wi-Fi boaster 1

29: LINEN (Sample of all these Items will be checked before the selection) S# NOMENCLATURE SPECIFICATIONS Qty

Page 128 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 1 Bed sheets Made of best quality cotton ,single 40 . standard size:- 60” x 100” 3 Color: Dark blue/White

2 Blankets Best quality, camel color,size:60x100 15 . 4 3 Cap Class-IV Made of best quality , Color: dark blue 5 . 5 4 Face Good quality, disposable 5 . Mask,caps,shoe 6 cover Disposable box 5 Pillow foam with Standard size of best quality polythene 30 . cover Size: 24 X 15 1 Along with pillow cover: Size: 26 x 17, White Latha 6 Rexin in meters Good quality, dark brown in color . 1

7 Table Cover with Made of best quality , Color: Dark Blue, 5 . glass Size: 2

8 White Coat for White, good quality according to size 10 . Doctor / technicians 2

9 White Coat for White, good quality according to size 6 . Nurses 2

1 Examination gloves good quality 25 0 boxes . 2

Page 129 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

30: GENERAL ITEMS Selection will be Subject to Sample & Manufacturers mark must be present on each Item S# Nomenclature Specifications Qty 1 AC 2.5 tones split Branded, Good Quality with 2 years warranty, 7 1800 BTU with installation Company: Mitsubishi slim and smart latest version 3 AC Split 1.5 Ton Branded, Good Quality with 2 years warranty, 3 1200 BTU with installation 4 Ceiling and wall fans Good quality 15 5 Exhaust fans heavy Good quality 6 duty 6 Baskets Good Quality 20 7 Blinds for all windows Vertical blinds 1” to be quoted in sqft 12 8 China Lock Tricircle various sizes 12 14 Curtain for all Various options to be quoted in sqft complete 15 windows with railing and stitching with back cloth 21 Door Mate Good Quality 10 22 Dust bins steel Steel -– Good Quality 10 26 Electric Water Electric Water Cooler 12 gallon SS Tank to be 3 Coolers installed with 3 part filtration unit, branded with 2 years warranty 29 Gas Cylinder Gas Cylinder – Branded, Good Quality with 2 warranty 30 Gas Heaters Gas Heaters local with safety devise, ceramic 15 burner, 2 years warranty 33 Green arm torch Green arm torch – Good Quality 1 35 Insecticide Spray 10 41 Name Board Name Board 10 42 Name Plate Name Plate 10 43 Office Tray Office Tray 5 45 Paper Tray Paper Tray 10

Page 130 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 50 Refrigerator extra 14 Cft – Branded, Good Quality with 2 years 2 large warranty from keen wood 64 Television set 100" 100" Branded, Good Quality with 2 years 2 warranty 65 Torch Branded, Good Quality 2 66 Utensils for kitchen Branded, Good Quality 1 (set) 67 Vacuum cleaners Vacuum cleaners heavy duty imported, 1 heavy duty Branded, Good Quality with 2 years warranty 68 Wall Clock Wall Clock, Branded, Good Quality 12 73 Chairs for waiting , Three and four steel chairs joined with steel 12 area structure of section 40mm x 60mm With approved baked enamel finish including joiner of chair with frame as shown in drawings, Complete in every respect. 74 Cupboard Steel Large 18 gauge steel powder coated with shelves on 6 one side and hanging unit on one side. Size 4 ft x 6 ft x 2 ft WxHxD Sample to be approved 75 File Cabinets Steel 18 gauge steel, filing cabinet with three drawers 1 each 450mm height with railing handles, locks and 100mm high pedestal as shown in the drawing, Including power coating with good surface finish Size 400 x 750mm x 1400mm High 76 Mattress Foam A class branded Size: 6 ½ x 3 x 4 with rexin 3 cover. 77 Pillow Foam Standard size of best quality hollow fiber 30 Size: 24 X 15 Along with pillow cover: Size: 26 x 17, White Latha 78 Steel File Rack 18 gauge steel, filing rack powder coated with 12 three shelves each 450mm height and 100mm high pedestal, Complete in every respect, Size 400 x 750mm x 1400mm High approx 1 Steel Racks for Large storage capacity on 12 adjustable 1 . Medicine shelves, each size 435 x 250mm. 7 The cupboard to have an internal height of 1720mm Security achieved by 2 heavy-duty locks, securing on the central partition. 2 Microwave oven 1 . keen wood

Good quality large size keen wood

Page 131 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 3 Wash room kits 4 .

Good quality 4 Dressing materials 100 . like gaze pieces 2X2, 4X4,mepore,opsite,n echiban,adhesive tape Good quality 5 1 . Glucometer kit with strips Accuchek Abbot vascular 6 2 White boards wall . fixed and brush pens Good quality 7 4 . Ward Screens Good quality 8 5 . Registers for record 4 with gel ink uni-ball ball point box Good quality 9 6 . Air hand drier Good quality 1 1000 0 File cover for report . and discharge slip Good quality 1 10 1 . Hangers for suits

Good quality 1 Quide Azam picture Good quality 5 2 and pak flag small .

Page 132 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

1 2 3 • X-Ray Film Viewer with following . features. • Housing made of epoxy-coated steel. • Viewing area for two 14”x17” film. X-Ray Viewing Box • Light intensity more than 9000 lux. • Suitable for wall mounted and table use. • Film clamps and hooks for holding wet films Power requirements 220V, 50Hz

Page 133 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

31: HOSPITAL FURNITURE

Page 134 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS i RESUSCITATION TROLLY Should d be FDA approved Dished stainless steel top. Approx. 630 x 445mm. 25mm dished. Lift-up laminated work flap Approx. 300 x 450 Three drawers 2 shallow and 1 deep. 1 Shallow drawer fitted with drawer Tidy Unit. Lower cupboard with central locking/securing all drawers and cupboard. Operated by cupboard door and use of security seals. Double hook stainless steel I.V. Pole. Double push handle Low level plastic bumper bar Quality cushion castors (2 x braking) 2 x stainless steel cylinder holders for D or E size cylinders. Cardiac board 600 x 400 x 55mm with stainless steel housing brackets at rear of trolley. Universal rail system fitted to width of trolley. 6" aneroid sphygmomanometer with adult velcro cuff and rail clamp. Electronic timer and rail clamp. Venturi suction unit with O outlet and 2.0 liter 2 jar. Yankauer suction tube and connecting tubing. O flow meter fitted to O venturi outlet 0-15 lpm. 2 2 Pin index regulator with outlet for connection to remote venturi hose and O 2 outlet. Intubation set comprising: - Macintosh laryngoscope with 4/5 blade set. - Magill introducing forceps - Adult resuscitator - Set disposable E.T. tubes (5) - Set Guedel airways (3) - Pen torch - Artery forceps (2) - Dressing scissors (2) Set plastic tubes Examination light to rail clamp. Company: Basic Resuscitation Trolley -M-95 by Medisco medical

Page 135 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS ii DRUG DISPENSING TROLLEY. Should d be FDA approved. For the storage and dispensing of medication by ward nursing staff. Frame and carcass shall be constructed from mild steel powder coated/ Polymer. Mounted on approx 125mm castors. The approximate internal dimensions of the medicine container shall be 80 w x50 d x30 h cm. The hinged lid of the unit shall slope down to the front. Lockable with heavy-duty dead lock. Shall be fitted with the following accessories: o Document support on under lid surface. o 4 tier rack for holding medications. o Waste bins qty 2 off mounted under the medicine container. o Ampoule holding rack. o Dispensing tray to collect spillages when pouring liquid oral medication. o Side mounted fold-down writing flap. o Different compartments for medicines with labeling. o Lower shelf mounted under medicine container. Unit shall be supplied with a security clamp for wall fixing at the appropriate location, thus ensuring that the trolley is secure when not in use.

iii DRESSING TROLLY Should d be FDA approved. Mobile, 4 leg frame made of Stainless steel pipe 16 SWG 1” x 1” all made of stainless steel. Tubular frame forms a safety rail, no sharp edges. Two shelves surface ground to reduce glare, resistant to disinfectants, trolley, 800mm high, fitted above and below with frames and shelf 20 SWG made of CrNi steel size 24” x 18”, to accept two sterilization tray. 1 SS ring for bowl 10” with SS bowl and 1 SS ring for bucket with SS bucket. Bottle rack at top shelf. Four 125mm swivel castors, electrically conductive.

iv DRIP STAND S.S. sliding rod. Adjustable height with blocking system. Screw handles. 2 simple hooks. Mobile with five castors.

Page 136 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS v PATIENT TROLLY Patient’s trolley for use in patient’s recovery areas/ transportation. Upholstered top, with adjustable head 1900 x 600mm, at 890mm high, inc. 750mm head, 75mm thick, with full upholstery Side rails Bumper bar/push handle IV pole 200mm base plate castors Safe Working Load 180kg Head section adjustable. Should d be FDA approved.

vi WHEEL CHAIR NON FOLDING Made of heavy gauge steel seem less tubing. Manual self propelling. Single hand brake for both wheels Push handles with anti- slip material. Swing away detachable footrests and detachable arm rest. Seat width of 50cm with washable and foldable material. Suitable for patients upto 125kg. 20cm Solid front swivel able wheels and 60cm rear wheels. Seat height of 50cm. Should d be FDA approved.

vii WHEEL CHAIR. Should d be FDA approved. Made of heavy gauge steel seem less tubing. Non folding type. Manual self-propelling. Single hand brake for both wheels Push handles with anti- slip material. Swing away detachable footrests and detachable arm rest. Seat width 50cm cushioned with washable material. Suitable for patients upto 125kg. 20cm Solid front swivel able wheels and 60cm rear wheels. Seat height of 50cm. Folding type for transportation and storage

Page 137 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS viii STRETECHER FOR PATIENTS. Should d be FDA approved. Patient’s trolley for use in patient’s recovery areas/ transportation. Upholstered top, with adjustable head 1900 x 600mm, at 890mm high, inc. 750mm head, 75mm thick, with full upholstery Side rails Bumper bar/push handle IV pole 200mm base plate castors Safe Working Load 180kg Head section adjustable. ix STORAGE CABINET FOR MEDICINE AND SURGICAL INST Instrument and medicine cabinet of mild steel with EPC finish. Floor standing with double locking. Made of 20G steel sheet. Glazed doors and 6 glass shelves. Size of 150 X 90 X 40cm. Should d be FDA approved. x LINEN TROLLY Frame made of 1”x1” square S.S. pipe 16 SWG . Having three shelves. Base frame made of 1”x2” S S. Pipe 16 SWG rounded at corners with kick of disc and with four rubber ball bearing castors 125mm two of which with braking system, wear resistant, non-staining, electrically conductive. Dimensions: 75cm (W) x 45cm (D)x 120cm (H). Should d be FDA approved.

Page 138 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Diagnostic Centre The equipment should be of latest model complying with the respective International standards of quality. The equipment /System should be Complete in all respect for its operations as per mentioned specifications

S.N EQUIPMENT NAME & SPECIFICATIONS o

1 ECHOCARDIOGRAPHY MACHINE A complete dedicated FDA a p p r o v e d d i g i t a l Echocardiography unit for wide range of premium performance application of cardiovascular imaging in pediatrics and adult. Mobile trolley mounted system with built in workstation / data management system for digital acquisition, storage and review of complete ultrasound studies including static and dynamic clips in DICOM format, read/write zoom. Studies can be reviewed and output to CD / DVD/MOD. The machine must have sharp and high quality image reproduction with heavy duty performance. It should have minimum following specification : DISPLAY: High resolution 1280x 1024 non-interlaced, flicker free. Display size Min. 21” LCD TFT, tilt able and swiveable type. OPERATING MODES: B, 2D,4D Imaging, M-Mode, Power Doppler, HPRF, Spectral Doppler, Color Doppler, Velocity Mode, Pw Doppler, Duplex And Triplex Doppler, CW Doppler Steerable and ECG Gating, Capable of Performing 4D View. CONTROL PANEL: Alphanumeric keyboad with built-in trackball. Touch screen 12 inch or more. Direct access to system functions through dedicated keys. Indicator lights identify activated keys. Audio volume control with bidirectional / stereo speakers and foot switch User selectable image magnification control. Adjustable transmit focusing control. Total and Lateral Gran Compensation controls (6 or more). CALIPER / MEASUREMENTS : 6 to 8 calipers for measurement per screen trace length measurements for: Distance, angle, distance depth from skin line, area, circumferences, compound / volume, slope, time, heart rate and acceleration. APPLICATION: Cardiac, Peripheral, pediatric, adult cephalic and transesophageal with all required software for measurements.

Page 139 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

OPERATING MODES: 2D tissue, 2D angio flow, color M-Mode, tissue velocity M-mode, tissue strain imaging, disynchrony imaging, continuous wave Doppler, tissue m-mode, pulse wave Doppler, tissue velocity imaging, tissue tracking, tissue synchronization, blood flow imaging, blood flow angio flow imaging. DISPLAY MODES: Live and stored display format: full size and split screen. Review image format: for still and cine, simultaneous capability B+PW, B+ CFM/TVI+PW, CW, B+ or triplex mode, , B+ color split screen display.4 D scan, B+Color Screen display, Slice view Tissue Imaging,4D Mode, 2D mode, M-mode, color Doppler imaging, color flow imaging, color Doppler imaging, color angio, color mmode, blood flow imaging, blood flow angio imaging, tissue velocity imaging, tissue velocity imaging mode, tissue synchronization imaging mode, PW / HPRF Doppler, CW Doppler, vascular calculations, cardiac measurements in 2D and 4D complete FRAME RATE (machine to be quoted with Maximum available frame rate) Atlaest 2200 Frame rates per second; to be verified from OEM printed brochure. CINE MEMORY Min. Cine Memory for 1000 frames or 250mb min. IMAGE VIEWING DEPTH: 20 – 280 mm or more for cardiac application IMAGING MODES / TECHNIQUES as standard: Tissue harmonic Imaging, Tissue Doppler Imaging, Color Angio, Tissue Velocity Imaging Tissue Imaging (Display real time Doppler shift information from moving tissue to better Visualize and quantity myocardial functions). Capability to display time difference in myocardial Motion in color for CRT (Cardiac resynchronization therapy). The system should have complete automated measurement for quantification of Left ventricular (LV), Left atrium (LA) volumes and ejection fraction without any manual contouring in 4D mode for faster automated diagnosis. 4D frame rate 200 mega voxel/sec Strain rate is a measure of the contractile motion of myocardium. Vascular imaging software for carotids with IMT measurement. STRESS ECHO Integrated multi stage stress echo system for advance and flexible stress echo

Page 140 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Acquisition and measurement for LV B-Mode imaging. Quantitative analysis for contrast during stress. examinations Used with TDI protocols. STORAGE DEVICE Built-in MOD/CD / DVD Drive WITH 10 DISKETTES SYSTEM DYNAMIC RANGE Dynamic range minimum 160 dB or more COMMUNICATION SOFTWARE System should conform to DICOM 3 communication software for: Image Storage, print, Query / Retrieve, Network Communication. Probes: Should be light weight, capable of multiple centre frequencies on transmit for 2D, color Doppler PW/CW (Steerable) Imaging and to perform Harmonics. PORTS: Video Output USB / RS 232 APPROVED PVMS Page 30 of 45 Networking STANDARD TRANSDUCERS: Linear Probe multi frequency to cover frequency of 6.0-8.0 MHz. CW Pencil Probe Transthoracic 4D Volume probe for Adult 1- 4 MHZ .The same probe can be used for routine 2D scan. Peads probe with 4- 8 MHz Multiplane 2D & 3D TEE Transducer (3 – 6 MHz) for adults. Transthoracic 4D volume probe for peads scan 2-6 MHZ. The same probe can be used for routine 2D scan. Accessories: Digital Thermal Printer with 10 Packs of 100.. Online UPS for 30 min. backup time for complete unit including Printer.( Digital B/W Thermal Printer with 50 rolls of papers. Jelly 20 L in bottles. Complete with standard accessories Operating manual, Services manual, error code book, part list and software if any. Warranty: Three year with all spare parts, during warranty period firm should maintain equipment’s and done PPM as per principle recommendation. If any spare part required during installation or PPM will be responsibility of the firm. Firm must send annual PPM schedule with installation report.

Page 141 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS All parameters to be verified from OEM printer TDS ACCESSORIES: Digital Color Thermal Printer with 10 Packs of 100.. Online UPS for 60 min. backup time for complete unit including Printer Digital B/W Thermal Printer with 50 rolls of papers. Jelly 20 L in bottles. FUTURE UPGRADES: The unit should have the capability for up gradation of future software (shall be provided free of cost within the warranty period). ADDITIONAL WORKSTATION: Real time 4D Imaging Software and related transducer for adults quantifications and measurements Others: Multiplane TEE Transducer (3 – 6 MHz) for adults. Multiplane TEE Transducer (4 – 6 MHz) for peads. Probe for TEE probe capable of doing 4D imaging and rest of standard echo functions. POWER REQUIREMENT 220- 240VAC 50 Hz. Accessories The supplier will have to provide a branded computer with software and accessories of heavy duty for reporting,23rims paper ,ultrasound print paper, computer table, 2 chairs, UPS back up for system heavy duty, file cover and interior of room, ECHO table, footsteps, voltage stabilizer, Gel etc. to

Page 142 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 2: PORTABLE ECHOCARDIOGRAPHY MACHINE GENERAL A fully portable color Doppler Ultrasound system with maximum 6kg weight and 800,000 or more digital channel, with complete cardiac functionality and imported trolley. Setting management Image setting, Measurement setting, Exam configuration export/import

System boot-up Boot-up from Shut-Down ≤ 30 Sec or better, Boot-up from Standby ≤6 Sec or better, Shut-down in≤ 13 Sec or better.

Monitor 15-inch Diagonal or better color LED, Resolution: 1920x1080 or more.

Viewing angle≥ 178 degrees or more. Open angle: 0-145° or more. Digital on-screen display of Brightness and Contrast controls Auto calibrate brightness after system boot-up each time Control panel Backlit keys Full-sized and backlit qwerty keyboard User customizable keys 8-segment TGC adjustment or more. Transducer connectors 1 Active port on main unit, and plus 1 to 3 transducers extended port

System digital 80,000 or more Digital Processing channels. processing channels System dynamic range upto 180db or more.

Probe parameters

Scanning method Electronic convex,Electronic linear,Electronic sector

Probe types Linear, Phase Array Probes

Probe frequency Broad band multi frequency probe spanning with frequency range from 1.4- 16 MHz or better.

Single Crystal All the phased array probes should be single crystal

Imaging mode

Page 143 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Imaging mode B, THI, PSH, M, Anatomic M, Color mode, Color Doppler, Power Dppler, PW, CW, TDI, Smart 3D, Panoramic, , UWN Contrast, LVO, Zoom (iZoom & Spot Zoom), iNeedle Display formats Single(B), Dual (B+B), Quad(4B), B/M Mode, B/C/D triplex-mode Dual live: B/B, B/C, B/TDI, B/PDI V2:3, V3:2, V3:1, H2:3, Full Dual Special imaging Tissue Harmonic Imaging features

Trapezoid for B image mode

Steer scanning for Linear probes (B, Color/Power, PW/CW independent)

Spatial Compounding Imaging, support 4 steps adjustment and turnoff

Frequency Compounding Imaging

Speckle suppression imaging, support 7 steps adjustment and turnoff

HR Flow

CW

Intervantional Examinatoin for Biopsy with dedicated software

one- key optimization for B, PW/CW images

B/M imaging parameter

B Mode frame rate & B Mode Max: 1000 fps or more. & TDI 1400 fps or more TDI frame rate

Zooming Zoom function with picture in picture indication on both frozen and live images

iZoom, Pan zoom and Spot zoom (up to 10 times or better) Should have single button zoom in real time and frozen condition

Page 144 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Image processing U/D Flip, L/R Flip, Dual Live, FOV, Rotation, LGC, iClear, Image Quality, Persistence, Dynamic Range, Gray Map, Colorize Map, Line Density, H Scale, TSI, iTouch Post processing U/D Flip, L/R Flip, Dual Live, Rotation, LGC, iClear, Dynamic Range, Gray Map, Colorize Map, H Scale

Spectral Doppler imaging parameter

PW/CW real-time The calculation items can be configured, including HR (Heart calculation, Rate), PS, PPG etc.

Image processing Display Format, Duplex/Triplex, Invert, WF, Quick Angle, Image Quality, Speed, SV, Dynamic Range, Gray Map, Colorize Map, HPRF, Trace Area, T/F Res, Auto Calc Cycle Post processing Invert, WF, Quick Angle, Speed, Dynamic Range, Gray Map, Colorize Map, Trace Area, T/F Res, Auto Calc Cycle

Color/Power Doppler imaging parameter

Image processing Dual Live, B/C Align, Invert, Flow State, Smooth, WF, Image Quality, Persistence, Packet Size, Dynamic Range, Color Map, Priority, Line Density Post processing Dual Live, Invert, Smooth, Color Map, Priority, Velocity Tag

Tissue Doppler Imaging

Imaging mode TVI, TEI, TVD, TVM

Color map 10 types or more.

Image processing Dual Live, B/C Align, Invert, Tissue State, Smooth, WF, Image Quality, Persistence, Packet Size, Color Map, Priority, Velocity Tag, Line Density Post processing Dual Live, Invert, Smooth, Color Map, Priority, Velocity Tag lines UP to 3 or more.

Parameters Velocity, Strain, Strain rate

Page 145 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS ROI method Ellipse

ROI UP to 8 or better.

ROI tracking

Std. 1.5-50mm/1.5-50mm/(-)89 - (+)90 or better. Height/Width/Angle

Tissue Tracking Quantitative Analysis

Views for Analysis ALAX, A4C, A2C, PSAXB, PSAXM, PSAXAP

Parameters Volume, Speed, Displacement, L Strain, L Strain R, T Strain, T Strain R, Area, R Strain, R Strain R, C Strain, C Strain R

Stress Echo

On-Screen parameter Click and adjust on-screen parameters, such as Frequency, Gain, adjustment DR, etc

Storage

Hard drive 128SSD or more.

File type ISO, UDF

Cineloop memory cineloop memory is up to 30000 frames or better

Single image format BMP, JPG, FRM, AVI

Cine review Manual or Auto playback with variable speed, independent cine review in 2D Dual and Quad mode one by one

Patient information One-key image and cine storage management system

workstation dedicated for patient exam management

Page 146 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Support Backup/Send to USB devices and DVD-RW media

Image storage 75GB or better internal SSD reserved for patient data storage. capacity

Image type Single Frame(FRM), Multi-frame(CIN), support offline measurement and calculation; Single Frame(BMP/JPEG/TIFF/DCM), Multi-frame(AVI), directly viewed on PC Auto workflow protocol DICOM 3.0 (option) DICOM Verify/Print/Store/Storage Commitment/Media Exchange

DICOM Worklist

DICOM Query/Retrieve MPPS Structure reports for cardiovascular/OB/Vascular/Breast Measurement & A complete range of measurement and calculation packages for Calculation general and specific application, including Abdomen, Obstetrics, Gynecology, Cardiology, Small parts, Vascular, Urology, and Pediatrics etc. Support user defined measurement item and obstetric formula

Accessories The supplier will have to provide a branded computer with software and accessories of heavy duty for reporting,23rims paper one large connecting monitor,ultrasound print paper, computer table, 2 chairs, UPS back up for system heavy duty, file cover and interior of room, ECHO table, footsteps, voltage stabilizer, Gel etc. to complete the suit.

3 Exercise Stress Test System (ETT Machine) Description: PC based dedicated exercise stress test system with electrically isolated integrated mobile cart (original from respective manufacturer). PC Hardware: Branded pre configured PC hardware with licensed operating system and clinical application software. Signal acquisition: Simultaneous acquisition of standard 12 leads. Acquisition technique: 12 lead ECG acquisition through conventional 10-wire

Page 147 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS stress ECG patient cable or wireless ECG Sampling rate: 8,000. s/sec/channel or more Storage and analysis 500/sample/sec/channel or better. Sampling rate. Data management. Inbuilt patient centric data base for convenient and professional management of electronic record. Stress test protocols: Factory configured protocols as well as facility of user- defined protocols. Display resolution. (1920 x 1024 pixels) or better. Display parameters: Exercise stage, Exercise stage time, Exercise total time, Time, Heart rate, Target heart rate, Heart rate achieved level, NIBP, METS, Double product, RPE, ST/Index, Treadmill speed, Treadmill Gradient/Elevation, Work load. Trend graphs display: ST level, NIBP, HR, METS, ECG display formats: Configurable display of 3/6/12 leads ECG wave forms on monitor. Display of average complexes for all 12 leads. Superimposed zoomed display of selected lead. Context view for in-test review and event strip addition. Automatic analysis ST levels, ST slopes, ST index, ST Integral and HR. and display. Auto NIPB support: Tango M2 automatic BP system. Storage. Storage of at least 100 beat by beat full disclosure exams on system hard disk. PDF file generation of stored examination for long term record keeping on system hard disk or CD/DVD. Exam review. Post examination full disclosure review of stored examinations. Report edit facility with live ECG display while patient in recovery stage.

PART 125 Re-analysis: Health assessment based by Duke and Functional Aerobic Impairment algorithms.

PART 126 Re-analysis of recorded exam by changing J point to accommodate variety of clinical situations. Printer: High-resolution thermal ECG printer and heavy duty Laser jet printer Report printing: Auto printing of stage ECG with 10mm grid. Manual or automatic printing of arrhythmia events. Printing of stage summaries. Printing of average 12 lead ST complexes for each stage.

Page 148 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Post examination manual printing of desired events. Printing of trend graphs. Connectivity: Ethernet connectivity for electronic data export to HIS. Treadmill: Heavy-duty medical graded treadmill with automatic control from main system. Weight bearing capacity: > 180Kg/ 400lbs. Speed: 0-12 MPH. Elevation: 0-25%. Running belt: 22 x 60 inch. Others. Emergency stop button and safety side rails. Power supply: 220 VAC 50 Hz (for complete system). Certification: FDA and CE. Reference: The quoted model should have at least 03 references in Pakistan. Bidders to provide at least 03 verifiable user satisfaction/ recommendation letters with their technical offers. UPS: 6 KVA Online UPS to provide at least 15 mins back for complete system. The supplier will have to provide a branded computer with software and accessories of heavy duty for reporting, paper, computer table, 3 chairs, UPS back up for system heavy duty, file cover, interior of room, Patient Koch, footsteps, voltage stabilizer, Electric shaving machine heavy duty,ECG stickers, Gel , Cloth hanger, patient wearing suits of all sizes, technician suites,Joging shoes from service or cat company of all sizes etc. to complete the suit.

4 Holter (ECG) Monitoring System. Description of system. PC based digital holter (ECG) monitoring system (may be quoted with locally available branded PC hardware “HP/Compaq, or Dell”). PC Hardware Specifications. Intel Core i9, processor, 16 GB RAM, 1TB Hard Disk Drive. DVD + RW Drive. Windows operating system, Keyboard and mouse. Full HD (1920 x 1080 pixels) Color LED. Laser jet heavy duty printer.

Page 149 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Holter analysis system specifications. Capable for analysis of 12 lead holter ECG data up to 48 hours. Capable for analysis of 3 lead holter ECG data for up to 7 days. Fast data down load through compact flash card or USB. Users configurable scan criteria and report formats. Inbuilt patient centric data base for convenient and professional management of electronic record. Data security with local management and user permissions. Clinical analysis software.  ST analysis, (ST Dep, ST Ele of recorded leads).  Heart rate analysis, (Min, Mean, Max, Bradycardia, Tachycardia).  Automatic Atrial fibrillation analysis, (% of Atrial fibrillation).  Pace maker analysis, (Atrial, Vent, Capt Fail, Und-Sen. Over- Sen).  Supraventricular ectopies, (Singlet, Couplet, Run, Max Run).  Ventricular ectopies, (Singlet, Couplet, Run, Max Run, RonT).  R-R variability calculation and quantification, (Time domain HRV).  QT/QTc Bazett, Fridricia or linear analysis trending.  Bigeminal and trigeminal ectopic pattern detection. Scanning modes.  Retrospective mode for automatic scanning.  Prospective mode for manual data scanning.  Superimposition mode with automatic event stop criteria.  Template review. Trend display. Up to 12 lead ST, HR, RR variance, SVBP, VPB, VPB couplets, VPB runs and standard deviation. Profile display. Hourly profile of HR, SVBP, VPB, Pauses, RR variance, ST and Paced beats. Holter data review and editing features.  1-12 lead ECG display formats.  ECG strip selection and storage and printing.  Display and printing of 1mm grid.  Strip annotation.  ECG zoom selection.  ECG gains selection.  Caliper for HR, time and amplitude measurement.  Auto event labeling.  Context view mode.  Split screen view.  Page view mode.  Lead fail indication.  Full disclosure ECG page selection.

Page 150 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Internal storage. Full disclosure storage of at least 99 examinations. Long-term storage.  Final report export in PDF format; statistical data in XML format to system HD/ HIS  CD/DVD archiving of PDF or XML files. 12 lead Digital Holter Recorder specifications Compact and light weight digital holter data recorder for 12 lead holter data recording for up to 48 hours on internal memory or compact flash card. ECG sampling rate 8,000 samples/sec/ch. Stand alone patient hookup and verification capability. High resolution pace maker detection. Standard patient hookup kit (pouch, belt etc). Extra patient cable 2/recorder. 3 lead Digital Holter Recorder specifications. Compact and light weight digital holter data recorder for 3 lead holter data recording for up to 7 days on internal memory or compact flash card. ECG sampling rate 175 samples/sec/ch. Stand alone patient hookup and verification capability. Pace maker detection. Standard patient hookup kit (pouch, belt etc). Extra patient cable 2/recorder. UPS. IKVA online UPS to support CPU and LED only. QA Certification. FDA and CE. References. At least 3 references in Pakistan. Bidders to provide at least 5 verifiable user satisfaction/ recommendation letters with their technical offers.

Page 151 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 5 12 LEAD DIGITAL HOLTER ECG RECORDER SEER 12 Digital Holter ECG Recorder by GE Technical Specifications Should d be FDA approved. Weight: 140 g without batteries installed Dimensions: 108 x 86 x 22 mm (4.3 x 3.4 x 0.86 in.) Connections: Secure patient cable connection Display: 128 x 64 pixel graphic display Battery type: 1 x 1.5V alkaline LR6, AA Alternative battery: 1 x 1.2V NiMH, HR6, AA Battery service life: 3 days with an alkaline battery ECG channels: 12 Data storage: CompactFlash Card type I Frequency response: 0.05 to 120 Hz Sample rate: up to 1,024 Hz with 12 bit Options: Four wire patient cable for six channel data acquisition (LI, LII, LIII, aVR, aVL, aVF Bag for transport

6 CARDIAC EVENT MONITORS ER 920 Series Cardiac Event Monitor by Braemar technologies Should d be FDA approved. diagnostic embedded algorithms that automatically trigger recordings of asymptomatic events including atrial fibrillation, brady arrhythmia, tachy arrhythmia and cardiac pause large single button operation for symptomatic event recording and transmission of event field upgradeable firmware superior ambulatory monitoring with atrial fibrillation and arrhythmia detection algorithms

7 PC Based Ambulatory (NIBP) Monitoring System . BP Recording time. 24 hours or better. Measurement technique. Oscillometric. Measurement Range. Systolic (60-260mmHg). Diasystolic (30-160mmHg). Pulse Rate (30-180). Measurement Intervals. Programmable intervals 5, 10, 15, 30, 45, 60, 75, 90 and 120min. Storage Capacity. 300 measurements or more. Battery. Commercially available AA/AAA size dry battery. Accessories. Each recorder should include Regular, Large, and Small size BP cuff (one each). Patient wearable recorder pouch (one each).

Page 152 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Ambulatory BP recorders with above specifications QTY ?? Data Analysis Capability. 24 hours or better. Data download technique. Via USB, Compact flash card or Wireless. Data management. Inbuilt patient centric database for convenient and professional management of electronic record. Data presentation. Presentation of recorded data (Sys BP, Dia BP and Pulse Rate) in trend graph, tabular, report and detailed statistics. Ability to identify automatically awake/ asleep cycles. Capability to compare current results Vs previously measured. Capability to program recording device according to individual clinical requirements. Test reports. Customized reports in Microsoft® Word, HTML or PDF formats. Data import/ export. Import/export of electronic data in non proprietary XML or CSV (Excel-compatible) format. PC Hardware (01 set). Branded (HP/Dell) mini tower CPU Core i5 processor 500 GB HDD and standard accessories Windows OS license. Full HD (1920 x 1080 pixels) color LCD. HP 1000 series laser printer. Certification: FDA and CE. Reference. The quoted model should have at least 3 references in Pakistan. Bidders to provide at least 03 verifiable user satisfaction/ recommendation letters with their technical offers.

Page 153 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS INFUSION PUMP 8 Should d be FDA approved. Infusions pump for fluid administration. Programmable, Automatic control of infusion rate independent of venous or arterial pressure, solution container height, and solution viscosity. Automatic function to keep vein open rate of 0.1ml/hr Digital display to indicates flow rate and volume infused. Rate of infusion 0.1 – 99ml/hr in 0.1 ml/hr increments. :1.0 – 999 ml/hr in 1.0 ml /hr increments. Accuracy: +/-5% Universal/ standard infusion set acceptance capability. Calibrate automatically with any type of infusion set. Visual and Audible alarms for empty Container, occlusion, low battery, Air-in- line and internal malfunction. Power of AC 220V/50Hzwith a battery backup of 2 hours operation. Should be fitted on heavy duty mobile stand

Page 154 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 9 THREE CHANNEL ECG MACHINE Should d be FDA approved. Three channel ECG Machine with Thermal Head and 12-channel display on 4.8 inches LCD, Resolution 320 x 240 dots, AC mains 220V/50Hz and Rechargeable Battery (Battery Charger Built-in) with 12-leads ECG acquisition and analysis for at least 200 or more findings. Recordable speed upto 50 mm/sec. and Sensitivity 10mm/mV ±2%, Paper size 63mm with Roll/Chart Magazine complete with standard accessories and with following : i) Analysis Sampling Rate: 500samples/sec. ii) EMG Suppression filter: 25/35Hz. iii) AC Interface Filter 50/60Hz. iv) Acquisition sampling rate: 8000samples/sec. v) Time constant > 3.2s. vi) Baseline drift filter: suppressed to preserve original waveform. vii) Waveform status detection: Electrode detachment (polarized detachment), Noise (high frequency). viii) High cut filter: 75, 100, 150 Hz. Complete with standard accessories, including patient cable with re-usable electrodes. Paper Roll 01. Mobile Cart(Local) ix) Skin pure: Skin preparation gel for stable electrode contact x) COUNTRY OF MANUFACTURER: USA/EUROPE/JAPAN

Page 155 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 10 ECG MACHINE SIX CHANNEL Should d be FDA approved. Description: Six channel interpretive resting electrocardiograph. Input channels: Simultaneous acquisition of 12 leads. ECG sampling rate: 8,000/sample/sec/channel or better for pace maker spike analysis.1,000 s/sec/channel for recording and analysis. Defib. Protection. Class I type CF. Patient’s data entry. Full alphanumeric keyboard. Display. Simultaneous display of three or more leads. Display size. Color LCD (320 x 240 pixels) or better. Storage. Internal storage of 40 or more ECG’s Interpretation: Inbuilt ECG measurement and interpretation software. Alarms. Lead of alarm, Lead swapping alarm. Filters: AC interference filter 50/60 Hz, Low pass filter 40 or 150 Hz base line drift control filter. Printing/Record: Thermal array recorder with 200 DPI or more resolution. Recording paper: ECG recording paper having width 100MM or more. Print formats: 3 + 1 (R), 3 + 3 (R) and six channels. Rhythm prints: 3 or 6 channel with configurable lead groups. Recording speed: 5, 10, 25 and 50mm/sec. Gain Setting: 5, 10 and 20mm/sec. Battery backup: Built in rechargeable battery for acquisition, storage and printing of at least 100 ECG’s. Connectivity: Ethernet LAN/ Wireless LAN for electronic date archive to PC or Network. Power supply: Universal AC power supply. Mobile cart: Locally fabricated mobile cart having 3” diameter imported wheals (two lockable) and patient cable hanger. Accessories: 12 lead resting ECG patient cable, Limb electrodes set (set of 04), Chest electrode set (set of 06), Power cable. User manual. Extra: 12 lead resting ECG patient cable. ECG recording paper for 1000 ECG’s. Bag for transport

Page 156 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 11 ECG 12 CHANNELS Description. 12 channel resting electrocardiograph.

Input channels. Simultaneous acquisition of standard 12 leads.

Standard Leads. I, II, III, aVR, aVL, aVF, V1, V2, V3, V4, V5, V6.

Defib. Protection. Class I type CF.

Display. Simultaneous display of 3/6/12 leads.

Display size. ¼ VGA (320 x 240 pixels) or better.

Interpretation. Inbuilt ECG measurement and interpretation software.

ECG Sampling rate. 8,000/sample/sec/channel or better.

Storage and analysis 1,000/sample/sec/channel or better. sampling rate.

Frequency response. 0.05-150Hz or better.

Filters. AC interference filter 50/60 Hz, Low pass filter 40 or 150 Hz base line drift control filter.

Printing/Recording. Thermal array recorder with 200 DPI or more resolution.

Recording paper. ECG recording paper A4 size.

Print formats. 3 + 1 (R), 3 + 3 (R), 6 and 12 channels in standard or Cabrera formats.

Recording speed. 5, 10, 25 and 50 mm/sec.

Gain Setting. 5, 10 and 20 mV/sec.

Storage. Internal storage of 40 or more ECG’s

Battery backup. Built in rechargeable battery for acquisition, storage and printing of at least 100 ECG’s.

Power supply. Universal (100-240 VAC) power supply.

Mobile cart. Locally fabricated mobile cart having 3” diameter imported wheels (two lockable) and patient cable hanger.

Accessories. 12 lead resting ECG patient cable, Limb electrodes set (set of 04), Chest electrode set (set of 06), Power cable, ECG recording paper roll/pack and User manual. Extra: 12 lead resting ECG patient cable. ECG recording paper for 1000 ECG’s.

Page 157 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 12 DEFIBRILLATOR WITH EXTERNAL PACE MAKER

Biphasic transthoracic (external) defibrillator with TFT/LCD color disply Synchronized output with ECG. Control of energy charging/ delivering on main panel & apex paddle. Charging Indicators. The energy range should be adjustable for paeds and adults up to 200Joules. Charging Time for full energy will be less than 10 sec. Screen Size of approx. 5 inch coloured. Display of HR, ECG through paddles and Lead I.II & III patient cable. Built in recorder for printing of full summery on standard 50mm paper. Alarms for High and low Heart rate, low battery warning. AC 220V / 50Hz operated. Built-in Rechargeable battery with charger for minimum 50 shocks at max. energy. Auto tester/self check. External paediatric and adults Paddles, ECG cable. Internal Pediatric and Adult Paddles AED facility. Pacing facility. Should d be FDA approved.

Page 158 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

POWER REQUIREMENTS Selection will be Subject to Sample & Manufacturers mark must be present on each Item

S.N SPECIFICATIONS O 13 ELECTRIC VOLTAGE STABILIZER 7000 WATTS Servo Control voltage stabilizer, Manufacturer’s mark must be indicated, Branded, Good Quality with warranty

14 UPSS HEAVY DUTY WITH BATTERY Capacity-1 Kva Technology-SPWM, IGBT / MOSFET (for more than 72 DC volt IGBT preferred) Input Voltage-230V AC, Single Phase, 3 wire Input Voltage Range-160V AC to 270V AC Input Frequency Range-45 to 55 Hz Input Over Voltage Protection-280V AC Input Under Voltage Protection-155V AC Over Voltage cut off-Should be offered externally Output Voltage-230V AC Single phase ±1% Frequency-50 Hz ± 1% Lead power factor-0.8 Lag to Unity Isolation-Output load be isolated through a transformer with same rating Output Over Voltage Protection-245V AC Single Phase Output Under Voltage Protection-210V AC Single Phase Over load capacity-125% of rated load for 60 sec Total Harmonic Distortion-Less than 3% Short circuit protection-Soft Shut down should occur without blowing any fuse Crest Factor-3 : 1 Isolation-Same rating as UPS Manual Bypass switch-Should be provided Indications- Over Temperature-Required Load on Battery-Required Battery on Charge-Required Battery low-Required Mains on-Required DC on-Required Inverter on-Required  Inverter Tripped  Output Over Voltage  Output Low Over Load System-Required

Page 159 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Static Switch-Automatic Bi-directional should take care of 100% uninterrupted transfer of load from UPS Transfer Time-<4 m sec Overall Efficiency->85% Inverter Efficiency->90% Metering-Separate/Single Digital Meter DC Voltage-Required DC Current Charge/discharge-Required Output Voltage-Required Output Current-Required Input Voltage-Required Digital three/three & half freq. Meter (for Both input & output)-Required Battery-Sealed Maintenance Free Lead Acid Battery ≥ 12V each of uniform AH rating Period of Backup-2 Hr. with 100% Load Batteries Make-Global Yuasa, Exide, Panasonic or equivalent DC Bus Ripple-<1% Battery recharge time from fully discharge condition to 10% charged conition-<1 Hrs Total DC BusVotage->72 Volt No. of Battery Banks-Single No. of Battery-Please specify  VAH Rating  Capacity X 1 X 2 Hr. Inverter eff X Utils %-Min 5926 VAH Battery Housing-Closed housing with suitable lockers Battery Life-Minimum 2 years replacement Guarantee Audible Alarm for Following Conditions- Battery Low-Required Mains Failure-Required Inverter Under-voltage-Required Inverter Over Voltage-Required Over Temperature-Required Inverter Overload-Required Voltage Stabilizer as standby source-As per UPS Capacity Environmental- Operating Temperature-<45 Deg C Humidity-10-90 % (non-condensing) Noise Level-<50 dB at full Load from 1 mtr distance Certification-Please specify -Cabling Input and Output cabling to be provided by the vendor and both the cable will be of 20 meters length of standard cable

Page 160 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS LOT: 1B ITEMS CLASSIC STETHOSCOPE 15 Should d be FDA approved. 3M-Littmann-Classic-II-S-E- Stethoscope Smoke-Finish-Chest piece Eartubes-Champagne-Tube-28- Inch. Double headed WEIGHT/HEIGHT MACHINE 16 Scale to have low level platform finished with non slip cover. Waist high scale type. Mechanical column scale with 8- 10” dial. Capacity: 200Kg. Accuracy of 50gm. Both kg and lb scales. Imperial and metric height measurement fitted to machine. Should d be FDA approved.

17&18 PORTABLE B.P APPRATUS Constructed from shatter resistant material fully protected plastic / Glass manometer tube for friction free mercury flow. Reading scale ranges from 0 to 300 mmHg. Integral mercury reservoir, spring coil tube, bulb, valve. Molded latex free inflation bladder of high quality. Latex free inflation bulb fitted with filter to reduce dust build up. Air release valve with filter for precise deflation control. High visibility graduations. Pediatric and adult cloth/nylon cuff with Velcro fastening Portable unit Cuff storage basket, Standing type mobile and table base Should d be FDA approved.

Page 161 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

LOT 2 ITEMS 19: ANESTHESIA SUPPLIES

Anesthesia S# Specifications supplies 1 Endo-tracheal Reusable, autoclavable, good quality all sizes, . Tubes adults and Pediatric (all sizes)

Page 162 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 2 Oral airways all Reusable, autoclavable, good quality all sizes, . sizes set

3 Oxygen Face Reusable, autoclavable, good quality all sizes, Imported . Masks

4 Ambu Bag Manual Resuscitation bag with child size face masks and E2 . small size valve. Resuscitation bag of 500mL capacity.1.5L reservoir bag capacity. Autoclave able. The resuscitator to meet with all the requirements laid down by international standards. To be able to connect to an oxygen source up to 100%.The resuscitator to be able to ventilate through a mask or an endotracheal tube. Complete with carrying case.

5 Ambu Bag Manual Resuscitation bag with adult size face masks and E2 . large size valve. 2L reservoir bag capacity. Autoclave able. The resuscitator to meet with all the requirements laid down by international standards. To be able to connect to oxygen source up to 100%.The resuscitator to be able to ventilate through a mask or an endotracheal tube. Complete with carrying case.

6 Laryngoscope Macintosh type. Blade set of 4 or 5.Blade Sizes 1, 2, 3, 4 /5. . SS/ corrosion free Blades. Dry Battery handle. Blades of stainless steel with integral light carrier. Fiber optic light carrier. Xenon illumination of light source. Complete with batteries and carrying case. Should d be FDA approved.

LOT 3 ITEMS 20: DRUGS FOR RESUSCITATION TROLLEY S.NO DRUG NAME QUANTITY 1 Optison echo contrast 30 2 Inj nitroglycerine 30 3 Inj diltiazem(Isoptin) 10 4 Inj lanoxin 10

Page 163 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 5 Lignocaine spray 10 6 Syp avil 5 7 Inj aminophylline 30 8 Inj lignocane 20 9 Inj verapamil 20 10 Inj Morphine 10 11 Inj nalbuphin 10 12 Inj gravitate 20 13 Inj adenosine 10 14 Inj glucagon 10 15 Inj calcium gluconate 20 16 Inf Normal sine in glass bottles and soft plastic bags 30 17 Inj avil 20 18 Inj adrenaline 20 19 Inj noradrenaline, 20 20 Inj dopamine 50 21 Inj dupotamine 50 22 Inj zantac 50 23 Nitroglycerine spray 10 24 Tab angicid 10 25 Inf 5% dextrose 1L 50 26 Inf 10% dextrose 1L 25 27 Inf pladex 100ml 10 28 Inf plasaline100ml 10 29 Inf 25% dextrose 1L 10 30 Inf Ringolact D 1L 10 31 Inf dextrose saline 10 32 Inf hemacel 1L 10 33 Inj Lopressor 25 34 Inj solocortif 10 35 Inj Lasix 20 36 Pyodine 20 37 chlorhexidine 5 38 Inj naloxone 5 39 Inj flumazenil 5 40 Inj valium 25 41 Inj dormicom 10 42 Inj atropine 25 Lot 4 Items 21: OFFICE EQUIPMENTS S# SPECIFICATIONS 1 COMPUTER SYSTEM WITH ALL ACCESSORIES Genuine Core i 9 Processor 2.66 GHZ (F6750) (4 MB Cache 13333 MHZ Bus), Genuine Intel Mother Board DQ 35 JOE. Ram 16 GB DDR2 (667MHZ

Page 164 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Bus) Kingston. Hard Disk 1TB SATA 11 Western Digital. Combo Drive, ATX casing, Dual Fan, 24 pin power connector, 350 watts power, Fax Modem Card 56 Kbps, Conexant Front USB PS2 Optic Mouse Pad. A4 Tech/Focus Windows, Key Board Focus Fk 568. LCD 17 Inch Color Monitor, latest capacity of Flash Drive. Laser Jet Printer: HP Laser jet Printer latest model from reputed firms

2 UPS 1000 Watt on line, sine wave, back-up system not less than 45 min, dry battery 3 110VOLTS-2000WATTS POWER SUPPLY Must be from good manufacturing firms

4 PRINTER HP LASER JET(LATEST MODEL)  A4 paper 12 pages per minute  Warm up time:45 seconds or less at normal temperature  45 scalable True Type fonts built-in.  Envelopes  Coloured paper  Overhead projector transparencies  Printer to be able to accept paper of a variety of sizes 5 HP SCANNER A4 paper scanner HP Latest model with software 6 WI-FI BOASTER High power

Page 165 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

22: LINEN (Sample of all these Items will be checked before the selection)

S# NOMENCLATURE SPECIFICATIONS QUANTITY 1. Bed sheets Made of best quality cloth ,single 10 standard size:- 60” x 100” Color: White 2. Staff Suit Made of best quality , Color: dark 10 small,medium,large and blue extra-large sizes 3. Shoes small,medium,large Made of best quality, Slipper plastic 2 and extra-large sizes leather. 4. Pillow foam with cover Standard size of best quality 5 polythene Size: 24 X 15 Along with pillow cover: Size: 26 x 17, White Latha 5. Table Cloths large Made of best quality , Color: Dark 10 Blue, Size: 54x72 6. White Coat for Doctor / White, good quality according to size 10 technicians 7. White Coat for Nurses White, good quality according to size 10

8. Examination gloves boxes Good quality 5

Page 166 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

23: GENERAL ITEMS Selection will be Subject to Sample & Manufacturers mark must be Present on each Item S# NOMENCLATURE SPECIFICATIONS QUANTITY 1 AC 2.5 tones split Branded, Good Quality with 2 years 6 . warranty, 1800 BTU with installation. 1 Company: Mitsubishi slim and smart latest version 2 Ceiling fans Good quality/Pak fan 10 . 4

3 Exhaust fans Good quality 6 . 5

4 Baskets Good Quality 20 . 6

5 Blinds for all Vertical blinds 1” to be quoted in sqft 10 . windows 7

6 China Lock Tricircle various sizes 18 . 8

7 Curtain for all Various options to be quoted in sqft 10 . windows complete with railing and stitching with back 1 cloth

8 Door Mate Good Quality 8 . 2

9 Dust bins steel Steel -– Good Quality 10 .

Page 167 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 2

1 Electric Water Electric Water Cooler 12 gallon SS Tank to 2 0 Coolers be installed with 3 part filtration unit, . branded with 2 years warranty 2

1 Gas Cylinder Gas Cylinder – Branded, Good Quality with 2 1 warranty . 2

1 Gas Heaters Gas Heaters local with safety devise, 7 2 ceramic burner, 2 years warranty . 3

1 Insecticide Spray Insecticide Spray pumps 1 3 pumps . 3

1 Name Board Name Board 10 4 . 4

1 Name Plate Name Plate 10 5 . 4

1 Office Tray Office Tray 7 6 . 4

Page 168 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

1 Paper Tray Paper Tray 7 7 . 4

1 Vacuum cleaners Vacuum cleaners heavy duty imported, 1 8 heavy duty Branded, Good Quality with 2 years . warranty 6

1 Wall Clock Wall Clock, Branded, Good Quality 5 9 . 6

2 Chairs for waiting  three and four steel chairs joined with 14 0 are steel structure of section 40mm x 60mm .  With approved baked enamel finish 7 including joiner of chair with frame as shown in drawings,  Complete in every respect. 2 Cupboard Steel 5 1 Large  18 gauge steel powder coated with . shelves on one side and hanging unit on 7 one side. Size Size 4 ft x 6 ft x 2 ft WxHxD  Sample to be approved 2 File Cabinets Steel  18 gauge steel, filing cabinet with three 3 2 drawers each 450mm height with railing . handles, locks and 100mm high pedestal as shown in the drawing, 7  Including power coating with good surface finish  Size 400 x 750mm x 1400mm High 2 Shaving Machine 1 3 electric with . Duracell batteries

Good quality

Page 169 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 2 Wash room kits 3 4 .

Good quality 2 10 Registers for 5 reporting with gel . ink uni-ball ball point box Good quality 2 4 6 . Air hand drier

Good quality 2 2000 7 File cover for . report and discharge slip Good quality 2 10 8 . Hangers for suits

Good quality 2 5 9 Fire extinguishers . and bukets Good quality

Page 170 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

24: HOSPITAL FURNITURE

Page 171 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS RESUSCITATION TROLLY 1 Dished stainless steel top. Approx. 630 x 445mm. 25mm dished. Lift-up laminated work flap Approx. 300 x 450 Three drawers 2 shallow and 1 deep. 1 Shallow drawer fitted with drawer Tidy Unit. Lower cupboard with central locking/securing all drawers and cupboard. Operated by cupboard door and use of security seals. Double hook stainless steel I.V. Pole. Double push handle Low level plastic bumper bar Quality cushion castors (2 x braking) 2 x stainless steel cylinder holders for D or E size cylinders. Cardiac board 600 x 400 x 55mm with stainless steel housing brackets at rear of trolley. Universal rail system fitted to width of trolley. 6" aneroid sphygmomanometer with adult velcro cuff and rail clamp. Electronic timer and rail clamp. Venturi suction unit with O outlet and 2.0 2 liter jar. Yankauer suction tube and connecting tubing. O flow meter fitted to O venturi outlet 0-15 lpm. 2 2 Pin index regulator with outlet for connection to remote venturi hose and O outlet. Intubation set comprising: 2 - Macintosh laryngoscope with 4/5 blade set. - Magill introducing forceps - Adult resuscitator - Set disposable E.T. tubes (5) - Set Guedel 2 DRIP STAND S.S. sliding rod. Adjustable height with blocking system. Screw handles. 2 simple hooks. Mobile with five castors. High quality

Page 172 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS WHEEL CHAIR NON FOLDING 3 Made of heavy gauge steel seem less tubing. Manual self propelling. Single hand brake for both wheels Push handles with anti slip material. Swing away detachable footrests and detachable arm rest. Seat width of 50cm with washable and foldable material. Suitable for patients upto 125kg. 20cm Solid front swivel able wheels and 60cm rear wheels. Seat height of 50cm.

4 WHEEL CHAIR fixed Made of heavy gauge steel seem less tubing. Non folding type. Manual self-propelling. Single hand brake for both wheels Push handles with anti slip material. Swing away detachable footrests and detachable arm rest. Seat width 50cm cushioned with washable material. Suitable for patients upto 125kg. 20cm Solid front swivel able wheels and 60cm rear wheels. Seat height of 50cm. Folding type for transportation and storage Should d be FDA approved.

STRETECHER FOR PATIENTS 5 Patient’s trolley for use in patient’s recovery areas/ transportation. Upholstered top, with adjustable head 1900 x 600mm, at 890mm high, inc. 750mm head, 75mm thick, with full upholstery Side rails Bumper bar/push handle IV pole 200mm base plate castors Safe Working Load 180kg Head section adjustable. Should d be FDA approved.

Page 173 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

6 PATIENT TROLLY Patient’s trolley for use in patient’s recovery areas/ transportation. Upholstered top, with adjustable head 1900 x 600mm, at 890mm high, inc. 750mm head, 75mm thick, with full upholstery Side rails Bumper bar/push handle IV pole 200mm base plate castors Safe Working Load 180kg Head section adjustable. Should d be FDA approved.

7 STRETECHER FOR PATIENTS. Should d be FDA approved.

Patient’s trolley for use in patient’s recovery areas/ transportation. Upholstered top, with adjustable head 1900 x 600mm, at 890mm high, inc. 750mm head, 75mm thick, with full upholstery Side rails Bumper bar/push handle IV pole 200mm base plate castors Safe Working Load 180kg Head GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Cardiology Ward

TECHNICAL SPECIFICATIONS The equipment should be of latest model complying with the respective international standards of quality. The equipment /System should be complete in all respect for its operations as per mentioned specifications. LOT 1 ITEMS

S.S # EQUIPMENT NAME WITH SPECIFICATION 1 DEFIBRILLATOR WITH EXTERNAL PACE MAKER

Biphasic transthoracic (external) defibrillator with TFT/LCD color disply Synchronized output with ECG. Control of energy charging/ delivering on main panel & apex paddle. Charging Indicators. The energy range should be adjustable for paeds and adults up to 200Joules. Charging Time for full energy will be less than 10 sec. Screen Size of approx. 5 inch coloured. Display of HR, ECG through paddles and Lead I.II & III patient cable. Built in recorder for printing of full summery on standard 50mm paper. Alarms for High and low Heart rate, low battery warning. AC 220V / 50Hz operated. Built-in Rechargeable battery with charger for minimum 50 shocks at max. energy. Auto tester/self check. External paediatric and adults Paddles, ECG cable. Internal Pediatric and Adult Paddles AED facility. Pacing facility. It should be FDA approved. GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 2 INFUSION PUMP Infusion pumps for fluid administration. It should be FDA approved. Programmable, Automatic control of infusion rate independent of venous or arterial pressure, solution container height, and solution viscosity. Automatic function to keep vein open rate of 0.1ml/hr Digital display to indicates flow rate and volume infused. Rate of infusion 0.1 – 99ml/hr in 0.1 ml/hr increments. :1.0 – 999 ml/hr in 1.0 ml /hr increments. Accuracy: +/-5% Universal/ standard infusion set acceptance capability. Calibrate automatically with any type of infusion set. Visual and Audible alarms for empty Container, occlusion, low battery, Air-in-line and internal malfunction. Power of AC 220V/50Hzwith a battery backup of 2 hours operation.

3 SUCTION MACHINE Heavy duty Mobile Suction Unit with twin jars of capacity upto 4 or 5 litre each, autoclavable. Reciprocating type Aspiration rate up to 40-45 litres/minutes at 650-900mm.Hg. Vacuum continuously adjustable 10X bacterial filter Explosion proof footswitch Complete aspiration set with tubing Overflow safety Device 220V/50Hz. I Phase Trolley with lockable wheels It should be FDA approved. GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 4 B.P APPRATUS stand type Constructed from shatter resistant material fully protected plastic /Glass manometer tube for friction free mercury flow. Reading scale ranges from 0 to 300 mmHg. Integral mercury reservoir, spring coil tube, bulb, valve. Molded latex free inflation bladder of high quality. Latex free inflation bulb fitted with filter to reduce dust build up. Air release valve with filter for precise deflation control. High visibility graduations. Pediatric and adult cloth/nylon cuff with Velcro fastening Stand mounted mobile unit. Cuff storage basket,. It should be FDA approved.

LOT 2 ITEMS

5 PORTABLE B.P APPRATUS Constructed from shatter resistant material fully protected plastic / Glass manometer tube for friction free mercury flow. Reading scale ranges from 0 to 300 mmHg. Integral mercury reservoir, spring coil tube, bulb, valve. Molded latex free inflation bladder of high quality. Latex free inflation bulb fitted with filter to reduce dust build up. Air release valve with filter for precise deflation control. High visibility graduations. Pediatric and adult cloth/nylon cuff with Velcro fastening Portable table type unit Cuff storage basket. It should be FDA approved. GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

6 CLASSIC STETHOSCOPE

3M-Littmann-Classic-II-S-E- Stethoscope Smoke-Finish-Chest piece Eartubes-Champagne-Tube-28-Inch. Double headed. It should be FDA approved.USA made

7 OPHTHALMOSCP Keller company made, large size ophthalmoscope, with rechargeable batteries and casing. Latest model. It should be FDA approved.

8 NEBULIZER For nebulization of respiratory tracts. Hospital grade for continuous operation. Ultrasonically generated uniform and highly dense particles of 0.5-5 microns size. Approximately 65-70% of particles of less than 4 micron size. Filtration of at least 95% of 0.3 micron or larger dust particles to provide purified air for aerosol. Autoclave able delivery pipes. Nebulizing rate of 2 ml/ min with particle size of approx 0.5-5 microns. Air flow of 10 L/min. 0 Aerosol heating facility for 37 C. Quiet operation with noise level of less than 40dB. Nebulizing time setting from 0-30 min. Different air flow rate settings. Alarm for Low water level. Alarm for medication complete. Medication cup capacity: 150 ml. Power of 220 Volts / 50 Hz. One extra Flexible arm/ delivery pipe/masks (all sizes). Complete with bacteria filter. It should be FDA approved. GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

9 WEIGHT/HEIGHT MACHINE Scale to have low level platform finished with non-slip cover. Waist high scale type. Mechanical column scale with 8-10” dial. Capacity: 200Kg. Accuracy of 50gm. Both kg and lb scales. Imperial and metric height measurement fitted to machine. It should be FDA approved.

10 B L O O D

W A R M E R

M GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 11 : ANESTHESIA SUPPLIES FOR EMERGENCY TROLLY

ANESTHESIA S# SPECIFICATIONS SUPPLIES 1 Endo-tracheal Reusable, autoclavable, good quality all sizes, . Tubes (all sizes)

2 Oral airways all Reusable, autoclavable, good quality all sizes, . sizes set

3 Oxygen Face Reusable, autoclavable, good quality all sizes, . Masks Imported

4 Ambu bag Manual Resuscitation bag with child size face masks . small size and E2 valve. Resuscitation bag of 500mL capacity.1.5L reservoir bag capacity. Autoclave able. The resuscitator to meet with all the requirements laid down by international standards. To be able to connect to an oxygen source up to 100%.The resuscitator to be able to ventilate through a mask or an endotracheal tube. Complete with carrying case.

5 Ambu bag Manual Resuscitation bag with adult size face masks . large size and E2 valve. 2L reservoir bag capacity. Autoclave able. The resuscitator to meet with all the requirements laid down by international standards. To be able to connect to oxygen source up to 100%.The resuscitator to be able to ventilate through a mask or an endotracheal tube. Complete with carrying case.

6 Laryngoscope Macintosh type. Blade set of 4 or 5.Blade Sizes 1, 2, . 3, 4 /5. SS/ corrosion free Blades. Dry Battery handle. Blades of stainless steel with integral light carrier. Fiber optic light carrier. Xenon illumination of light source. Complete with batteries and carrying case. It should be FDA approved. GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS LOT3 ITEMS

12: DRUGS FOR RESUSCITATION TROLLEY

S.N Drug name Quantity o 1 Inj nitroglycerine 10 2 Inj diltiazem(Isoptin) 20 3 Inj lanoxin 10 4 Inj lignocane 20 5 Inj verapamil 20 6 Inj Morphine 20 7 Inj nalbuphin 20 8 Inj gravitate 50 9 Inj protamine sulphate 20 10 Inj adenosine 10 11 Inj glucagon 10 12 Inj calcium gluconate 20 13 Inf Normal sine 10 14 Inj avil 20 15 Inj adrenaline 20 16 Inj noradrenaline 20 17 Inj dopamine 20 18 Inj dupotamine 20 19 Inj zantac 10 20 Nitroglycerine spray 5 21 Tab angicid 50 22 Inf 5% dextrose 1L 10 23 Inf 10% dextrose 1L 10 24 Inf pladex 100ml 10 25 Inf plasaline100ml 10 26 Inf 25% dextrose 1L 10 27 Inf Ringolact D 1L 10 28 Inf dextrose saline 10 29 Inf hemacel 1L 10 30 Inj Lopressor 10 31 Inj solocortif 20 32 Inj Lasix 25 33 Pyodine 10 34 chlorhexidine 5 35 Inj naloxone 20 36 Inj flumazenil 20 37 Inj valium 25 38 Inj dormicom 25 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 39 Inj atropine 25 40 Nebulization solutions of salbutamol, 5 ipratropium and triamcinolone 13: MEDICAL GASES SUPPLY

S# Nomenclature Specifications 1. Oxygen Cylinder Flow meter 0-10L/min with regulator 2 240 Cft with humidifier & pressure gauge up 3500 PSI. gauge & trolley Connected directly to the Cylinder. Complete with regulator, gauge and standard accessories. Carrier for cylinder with two wheels, BOC certificate must be provided. It should be FDA approved. 2. Oxygen Cylinder Flow meter 0-10L/min with regulator 2 48 Cft with humidifier & pressure gauge up 3500 PSI. gauge & trolley Connected directly to the Cylinder. Complete with regulator, gauge and standard accessories. Carrier for cylinder with two wheels, BOC certificate must be provided. It should be FDA approved. 3. Oxygen Cylinder Good quality Oxygen Cylinder Key 4 Key 4. Oxygen Flow  Direct fitted to the Outlet (BOC 4 Meter British Standard), included with the Humidifier.  Nickel-plated brass base and body, Clear shroud, Expanded lower scale 0-5Lpm 5. Oxygen gauge Complete with regulator, gauge and 4 standard accessories. 6. Cylinder trolleys Heavy duty stainless steel 4 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

14: OFFICE EQUIPMENTS

S# SPECIFICATIONS Qty 1 COMPUTER SYSTEM 5 Genuine Core i 9 Processor 2.66 GHZ (F6750) (4 MB Cache 13333 MHZ Bus), Genuine Intel Mother Board DQ 35 JOE. Ram 16 GB DDR2 (667MHZ Bus) Kingston. Hard Disk 1TB SATA 11 Western Digital. Combo Drive, ATX casing, Dual Fan, 24 pin power connector, 350 watts power, Fax Modem Card 56 Kbps, Conexant Front USB PS2 Optic Mouse Pad. A4 Tech/Focus Windows, Key Board Focus Fk 568. LCD 17 Inch Color Monitor, latest capacity of Flash Drive.

2 HP SCANNER (BRANDED) 5 A4 paper scanner HP Latest model with software 3 PRINTER HP LASER JET (LATEST MODEL) 5  A4 paper 12 pages per minute  Warm up time:45 seconds or less at normal temperature  45 scalable True Type fonts built-in.  Envelopes  Coloured paper  Overhead projector transparencies Printer to be able to accept paper of a variety of sizes 4 WI-FI BOASTER strong signal 1 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 5 PHOTO STATE MACHINE (Branded) 1 PHOTOCOPIER ENLARGING/REDUCING 35-Copies per Minute Memory 256MB Zoom Range 25% -400% Multiple Copies 999 Sheets Copy Resolution 600 x 600 dpi Print Resolution 1200 x 1200 dpi Built In Duplex Built in Color Scanner Net Work & Printer B/W Net Work Copy Size A3 Print from USB, DADF, Trolly Company: HP Pro 300 LaserJet Colour MFP - Automatic Dual Side Printing

15: LINEN (Sample of all these Items will be checked before the selection)

S# NOMENCLATUR SPECIFICATIONS QUANT E -ITY 1 Bed sheets Made of best quality cotton ,single 48 . standard size:- 60” x 100” Color: Dark blue/White

2 Blankets Best quality, camel color,size:60x100 17 .

3 Cap Class-IV Made of best quality , Color: dark blue 5 .

4 Face mask, caps, Good quality, disposable 5 . shoe cover Disposable box

5 Foam with Rexin Size: 6 ½ x 3 x 4 with rexin cover, good 16 . Cover quality

6 Mackintosh (in Good quality . yards)

7 Pillow foam with Standard size of best quality polythene 20 . cover Size: 24 X 15 Along with pillow cover: Size: GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 26 x 17, White Latha

8 Rexin in meters Good quality, dark brown in color .

9 Sheeth Latha Good quality 32 .

1 Table Cover with Made of best quality , Color: Dark Blue, 5 0 glass Size: .

1 White Coat for White, good quality according to size 10 1 Doctor / . technicians

1 White Coat for White, good quality according to size 6 2 Nurses .

1 Examination good quality 10 3 gloves boxes .

16 : GENERAL ITEMS Selection will be Subject to Sample & Manufacturers mark must be present on each Item

S# Nomenclature Specifications Qty GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 1 AC 2.5 tones Branded, Good Quality with 2 years 10 split warranty, 1800 BTU with installation Company: Mitsubishi slim and smart DC inverter latest version 2 AC Split 1.5 Ton Branded, Good Quality with 2 years 2 warranty, 1200 BTU with installation 3 Ceiling and wall Good quality 21 fans 4 Exhaust fans Good quality 6 heavy duty 5 Baskets Good Quality 6

6 Blinds for all Vertical blinds 1” to be quoted in sqft 11 windows 7 China Lock Tricircle various sizes 10

8 Curtain for all Various options to be quoted in sqft 12 windows complete with railing and stitching with back cloth 9 Door Mate Good Quality 10

10 Dust bins steel Steel -– Good Quality 25

11 Electric Water Electric Water Cooler 12 gallon SS Tank 3 Coolers to be installed with 3 part filtration unit, branded with 2 years warranty 12 Gas Cylinder Gas Cylinder – Branded, Good Quality 2 with warranty 13 Gas Heaters Gas Heaters local with safety devise, 10 ceramic burner, 2 years warranty 14 Insecticide Good Quality 10 Spray 15 Name Board Name Board 10

16 Name Plate Name Plate 10

17 Office Tray Office Tray 5

18 Paper Tray Paper Tray 10

19 Refrigerator 14 Cft – Branded, Good Quality with 2 1 extra large years warranty from keen wood 20 Television set 100" Branded, Good Quality with 2 2 60" years warranty 21 Torch Branded, Good Quality 4

22 Crockery (set) Branded, Good Quality 1

23 Vacuum Vacuum cleaners heavy duty imported, 1 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS cleaners heavy Branded, Good Quality with 2 years duty warranty. 24 Wall Clock Wall Clock, Branded, Good Quality 10

25 Chairs for  three chairs joined with steel 6 waiting area structure of section 40mm x 60mm steel type disk  With approved baked enamel finish including joiner of chair with frame as shown in drawings,  Complete in every respect. 26 Cupboard Steel  18 gauge steel powder coated with 6 Large shelves on one side and hanging unit on one side. Size 4 ft x 6 ft x 2 ft WxHxD  Sample to be approved 27 Cupboards for 3 books steel with glass at door good quality 28 Lockers for staff 20 Steel good quality 29 File Cabinets  18 gauge steel, filing cabinet with 3 Steel three drawers each 450mm height with railing handles, locks and 100mm high pedestal as shown in the drawing,  Including power coating with good surface finish  Size 400 x 750mm x 1400mm High 30 Mattress Foam A class branded Size: 6 ½ x 3 x 4 with 17 rexin cover. 31 Pillow Foam Standard size of best quality hollow 20 fiber Size: 24 X 15 Along with pillow cover: Size: 26 x 17, White Latha 32 Steel File Rack  18 gauge steel, filing rack powder 10 coated with three shelves each 450mm height and 100mm high pedestal,  Complete in every respect, Size 400 x 750mm x 1400mm High approx 33 Steel Racks for  Large storage capacity on 12 2 Medicine adjustable shelves, each size 435 x 250mm.  The cupboard to have an internal height of 1720mm  Security achieved by 2 heavy-duty GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS locks, securing on the central partition. 34 Microwave oven 1 keen wood Good quality large size keen wood 35 Wash room kits 10 Good quality 36 Dressing 12 materials like gaze pieces 2X2, 4X4,mepore,,ne chiban,adhesive tape Good quality 37 Glucometer kit Accuchek Abbot vascular. It should 1 with strips be FDA approved. 38 4 Ward Screens Good quality 39 Registers for 6 record with gel ink uni-ball ball point box Good quality 40 3 Air hand drier Good quality 41 File cover for 1000 report and discharge slip Good quality 42 Hangers for 10 suits Good quality 43 Quide Azam 3 picture and pak flag small Good quality 44 Torch 3 45 3 Hammer Good quality 46 3 Measuring Tape Good quality 47 Urinal Stainless 16 steel male & female Good quality GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 48 2 • X-Ray Film Viewer with following features. • Housing made of epoxy-coated steel. • Viewing area for two 14”x17” X-Ray Viewing film. Box • Light intensity more than 9000 lux. • Suitable for wall mounted and table use. • Film clamps and hooks for holding wet films Power requirements 220V, 50Hz

17: HOSPITAL FURNITURE 1 WARD BED Adjustable head end, IV stand at head end, Safe Working Load 180kg. It should be FDA approved. Sample base GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 2 RESUSCITATION TROLLY

Dished stainless steel top. Approx. 630 x 445mm. 25mm dished. Lift-up laminated work flap Approx. 300 x 450 Three drawers 2 shallow and 1 deep. 1 Shallow drawer fitted with drawer Tidy Unit. Lower cupboard with central locking/securing all drawers and cupboard. Operated by cupboard door and use of security seals. Double hook stainless steel I.V. Pole. Double push handle Low level plastic bumper bar Quality cushion castors (2 x braking) 2 x stainless steel cylinder holders for D or E size cylinders. Cardiac board 600 x 400 x 55mm with stainless steel housing brackets at rear of trolley. Universal rail system fitted to width of trolley. 6" aneroid sphygmomanometer with adult velcro cuff and rail clamp. Electronic timer and rail clamp. Venturi suction unit with O outlet and 2 2.0 liter jar. Yankauer suction tube and connecting tubing. O flow meter fitted to O venturi outlet 0-15 lpm. 2 2 Pin index regulator with outlet for connection to remote venturi hose and O outlet. Intubation set comprising: 2 - Macintosh laryngoscope with 4/5 blade set. - Magill introducing forceps - Adult resuscitator - Set disposable E.T. tubes (5) - Set Guedel airways (3) - Pen torch - Artery forceps (2) - Dressing scissors (2) Set plastic tubes Examination light to rail clamp.It should be FDA approved. Company: Basic Resuscitation Trolley -M-95 by Medisco medical system or JA-107 by joson care GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

3 DRUG DISPENSING TROLLEY For the storage and dispensing of medication by ward nursing staff. Frame and carcass shall be constructed from mild steel powder coated/ Polymer. Mounted on approx 125mm castors. The approximate internal dimensions of the medicine container shall be 80 w x50 d x30 h cm. The hinged lid of the unit shall slope down to the front. Lockable with heavy-duty dead lock. Shall be fitted with the following accessories: o Document support on under lid surface. o 4 tier rack for holding medications. o Waste bins qty 2 off mounted under the medicine container. o Ampoule holding rack. o Dispensing tray to collect spillages when pouring liquid oral medication. o Side mounted fold-down writing flap. o Different compartments for medicines with labeling. o Lower shelf mounted under medicine container. Unit shall be supplied with a security clamp for wall fixing at the appropriate location, thus ensuring that the trolley is secure when not in use. GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 4 DRIP STAND S.S. sliding rod. Heavy duty type stainless steel Adjustable height with blocking system. Screw handles. 2 simple hooks. Mobile with five castors.

5 PATIENT TROLLY Patient’s trolley for use in patient’s recovery areas/ transportation. Upholstered top, with adjustable head 1900 x 600mm, at 890mm high, inc. 750mm head, 75mm thick, with full upholstery Side rails Bumper bar/push handle IV pole 200mm base plate castors Safe Working Load 180kg

6 WHEEL CHAIR NON FOLDING Made of heavy gauge steel seem less tubing. Manual self- propelling. It should be FDA approved. Single hand brake for both wheels Push handles with anti-slip material. Swing away detachable footrests and detachable arm rest. Seat width of 50cm with washable and foldable material. Suitable for patient’s upto 125kg. 20cm Solid front swivel able wheels and 60cm rear wheels. Seat height of 50cm. GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 7 WHEEL CHAIR FOLDABLE Made of heavy gauge steel seem less tubing. Non folding type. Manual self-propelling. Single hand brake for both wheels Push handles with anti-slip material. Swing away detachable footrests and detachable arm rest. Seat width 50cm cushioned with washable material. Suitable for patients upto 125kg. It should be FDA approved. 20cm Solid front swivel able wheels and 60cm rear wheels. Seat height of 50cm. Folding type for transportation and storage 8 STRETECHER FOR PATIENTS Patient’s trolley for use in patient’s recovery areas/ transportation. Upholstered top, with adjustable head 1900 x 600mm, at 890mm high, inc. 750mm head, 75mm thick, with full upholstery Side rails. It should be FDA approved. Bumper bar/push handle IV pole 200mm base plate castors

9 STORAGE CABINET FOR MEDICINE AND SURGICAL INST Instrument and medicine cabinet of mild steel with EPC finish. Floor standing with double locking. It should be FDA approved. Made of 20G steel sheet. Glazed doors and 6 glass shelves. Size of 10 LIN150 EXN 90 TROLLY X 40cm. Frame made of 1”x1” square S.S. pipe 16 SWG . Having three shelves. Base frame made of 1”x2” S S. Pipe 16 SWG rounded at corners with kick of disc and with four rubber ball bearing castors 125mm two of which with braking system, wear resistant, non-staining, electrically conductive. Dimensions: 75cm (W) x 45cm (D)x 120cm (H). GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

Cardiology OPD TECHNICAL SPECIFICATIONS The equipment should be of latest model complying with the respective international standards of quality. The equipment /System should be complete in all respect for its operations as per mentioned specifications. LOT 2 ITEMS

S.# EQUIPMENT NAME WITH SPECIFICATION 1 PORTABLE B.P APPRATUS It should be FDA approved. Constructed from shatter resistant material fully protected plastic / Glass manometer tube for friction free mercury flow. Reading scale ranges from 0 to 300 mmHg. Integral mercury reservoir, spring coil tube, bulb, valve. Molded latex free inflation bladder of high quality. Latex free inflation bulb fitted with filter to reduce dust build up. Air release valve with filter for precise deflation control. High visibility graduations. Pediatric and adult cloth/nylon cuff with Velcro fastening Portable unit Cuff storage basket, 1 Table type 2 stand Type

GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

2 CARDIOLOGY MASTER STHETOSCOPE It should be FDA approved.3M-Littmann-Cardiology-III-Stethoscope Rainbow-Finish-Chest piece Lavender-Tube-27-inch.USA made

3 PART 127 STANDARD OPHTHALMOSCOPE Company: Keeler Features: It should be FDA approved.lens powers from +40D and -25D Two diagnostic beams - wide angle for general examination and macula for more detailed views Swing over Red Free Filter Integral soft brow rest Handle Spare bulb Instructions CD Protective case

4 WEIGHT/HEIGHT MACHINE It should be FDA approved.Scale to have low level platform finished with non slip cover. Waist high scale type. Mechanical column scale with 8- 10” dial. Capacity: 200Kg. Accuracy of 50gm. Both kg and lb scales. Imperial and metric height measurement fitted to machine.

5 DIGITAL BP APPARATUS

Model: Omron 705IT Upper Arm Blood Pressure Monitor SKU PART NUMBER: OM705IT

 Fully automatic upper-arm blood pressure monitor.  Bio Information Link (BI) functionality  Includes USB cable and software CD-Rom  Optional Printer for hard copies  Intellisense technology  Can take optional small and large cuffs (34-43cm)  Memory capacity for 28 readings  Large 2-fold display GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS  Clinically validated algorithm  Soft case.  It should be FDA approved. GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS LOT 4 ITEMS

6 WHEEL CHAIR NON FOLDING It should be FDA approved.Made of heavy gauge steel seem less tubing. Manual self propelling. Single hand brake for both wheels Push handles with anti-slip material. Swing away detachable footrests and detachable arm rest. Seat width of 50cm with washable and foldable material. Suitable for patients upto 125kg. 20cm Solid front swivel able wheels and 60cm rear wheels. Seat height of 50cm.

7 STRETECHER FOR PATIENTS It should be FDA approved.Patient’s trolley for use in patient’s recovery areas/ transportation. Upholstered top, with adjustable head 1900 x 600mm, at 890mm high, inc. 750mm head, 75mm thick, with full upholstery Side rails Bumper bar/push handle IV pole 200mm base plate castors Safe Working Load 180kg Head section adjustable.

Page 197 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

9 : GENERAL ITEMS

Selection will be Subject to Sample & Manufacturers mark must be present on each Item

S# Nomenclature Specifications Quantity 1. AC 2.5 tones split Branded, Good Quality with 2 years 2 1 warranty, 1800 BTU with installation Company: Mitsubishi slim and smart DC inverter type latest version 2. Blinds for all Vertical blinds 1” to be quoted in sqft 3 7 windows

3. China Lock Tricircle various sizes 5 8

4. Curtain for all Various options to be quoted in sqft 2 1 windows complete with railing and stitching with back cloth

5. Door Mate Good Quality 2 2

6. Dust bins steel Steel -– Good Quality 6 2

7. Electric Water Electric Water Cooler 12 gallon SS Tank 1 2 Coolers to be installed with 3 part filtration unit, branded with 2 years warranty

8. Gas Heaters Gas Heaters local with safety devise, 2 3 ceramic burner, 2 years warranty

9. Air Freshener Good quality 6 3

10 Name Board Name Board 4 . 4

Page 198 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 11 Name Plate Name Plate 4 . 4

12 Office Tray Office Tray 3 . 4

13 Paper Tray Paper Tray 3 . 4

14 Examination Torch Branded, Good Quality 2 . 6

15 Wall Clock Wall Clock, Branded, Good Quality 2 . 6

16 Chairs for waiting  chairs joined with steel structure of 12 . area Steel bench section 40mm x 60mm 7 type  With approved baked enamel finish including joiner of chair with frame as shown in drawings,  Complete in every respect. 17 Cupboard Steel  18 gauge steel powder coated with 1 . Large shelves on one side and hanging unit 7 on one side. Size 4 ft x 6 ft x 2 ft WxHxD  Sample to be approved 1 Wash room kits 1 8.

Good quality 1 1 9. Air hand drier Good quality

Page 199 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 2 1 0. Quide Azam picture and pak flag small Good quality 2 2 1. Hammer Good quality 2 Literature about 10 2. DM,IHD,HTN, Obesity, hypercholesterolemi a 2 3 3. Stamp of consultants Good quality 2 1 4. Telephone set with connection Good quality 2 3 5. Measuring tape Good quality 2 3 6. Table Cover with glass Made of best quality , Color: green, according to size 2 2 7. • X-Ray Film Viewer with following features. • Housing made of epoxy-coated steel. X-Ray Viewing Box • Viewing area for two 14”x17” film. • Light intensity more than 9000 lux. • Suitable for wall mounted and table use. • Film clamps and hooks for holding wet films Power requirements 220V, 50Hz

Page 200 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PART 128 PART 129 PART 130

Page 201 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

Government of Khyber Pakhtunkhwa Health Department

DETAILED SPECIFICATIONS For

BIO-MEDICAL EQUIPMENTS, INSTRUMENTS, GLASS WARE AND OTHER GENERAL ITEMS FOR DEPARTMENT OF GENERAL SURGERY march 2017

Specifications for General Surgery Equipments S# Name of items QYT 1 FULL HIGH DEFINITION 1080P LAPAROSCOPE SET 1 a) Full High Definition Telescope 0 degree(1pc) Direction of view 0 degree, Outer diameter10mm, working length310mm With storage & sterilizing tray b) Trocar sleeve and spike 11 mm(2pcs) Metal sleeve, oblique distal tip, with insufflation tap Diameter11mm, working length110mm, Spike blunt tip Spare valve flaps(10pcs) Sealing caps(10pcs) c) Trocar sleeve and spike 5mm(2pcs) Metal sleeve, oblique distal tip, with insufflation tap Diameter5.5mm, Working length not less than 110mm Spike blunt tip Spare valve flaps(10pcs) Sealing caps(10pcs) d) Reduction tube 11mm to 5.5mm(1pc)

Page 202 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS e Veress Needles 150mm spring loaded (1pc) f) Grasping forceps toothed, Multipurpose fenestrated type (1pc) Length of jaws: 19 mm, Working length minimum 330 mm g) Grasping forceps non toothed, Atraumatic, Multipurpose type (1pc) Length of jaws: 16 mm, Working length minimum 330 mm h) Maryland Dissection forceps short (1pc) Length of jaws: 17 mm, multipurpose curved dissection forceps for all laparoscopic procedures, Working length minimum 330 mm i) Maryland Dissection forceps long (1pc) Length of jaws: 21 mm, strong tissues overview and handling Working length minimum 330 mm J) Grasping forceps Manhes type (1pc) Length of jaws: 18 mm, precise fixation & manipulation soft tissue Working length minimum 330 mm k) Grasping forceps Crocodile type (1pc) Length of jaws: 18 mm, strong & tight fixation tissue and gall bladder Working length minimum 330 mm l) Grasping forceps Johann type (1pc) Length of jaws: 40 mm, Atraumatic for large organ Working length minimum 330 mm m) Grasping forceps, 10mm, Claw Forceps(1pc) Jaw insert, sheath tube, handle, monopolar, deactivatable ratchet Length of jaws 28mm, Working length 330mm, 5mm n) Scissors forceps, 5mm, Metzenbaum Scissors(1pc Jaw insert, sheath tube, handle Length of jaws 19mm, Working length 330mm, Diameter5mm o) Hook Scissors forceps, 5mm, (1pc) Jaw insert, sheath tube, handle Length of jaws 12mm, Working length 330mm, Diameter5mm p) Hook electrode L- type (1pcs) diameter5mm, working length 330mm q) Hook electrode Spatula type (1pcs) Diameter5mm, working length 330mm r) Clip applicator (2pcs) Diameter10mm, working length330mm, Rotatable function Clips(18 × 6 pcs)(6 cartridges) s) Straight Needle Holders(1pc) Diameter5mm, working length 330mm t) Left-Curved Needle Holders(1pc) Diameter5mm, working length 330mm u) Right-Curved Needle Holders(1pc) Diameter5mm, working length 330mm v) Monopolar Knot Pusher(1pc) Diameter5mm, working length 330mm w) Standard Knot Pusher(1pc) Diameter5mm, working length 330mm x) Fascial Closure(1pc)

Page 203 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Needle for fascial closure, Length 250 mm y) HF Cables monopolar(2pcs), ENDOVISION SYSTEM FOR LAPAROSCOPY 1) Full HD Video System Center(1pc) Encoding system: NTSC and PAL Video Outputs: DVI and HD-SDI IRIS Mode: Auto / Peak / Average change over Image Pickup Device: Color chip 3CCD Image Recording Media: USB DVI & HD-SDIVideo Outputs Terminal 2) FULL HD 3CCD Camera head(1pc) Resolution: 1920 x 1080 enables 3CCD Full HD Optical zoom function, Zoom button on camera head Autoclave sterilization Remote switch3 or more 3CCDImage Pickup Device 3) XENON Light Source (1pc) Main Lamp: 300W short-arc Xenon Lamp or equivalent Emergency Lamp: 35W Halogen Lamp or brighter Light Control: Automatic light control or equivalent Normal and high intensity mode Automatic brightness adjustment Automatic exposure 17 steps Air feed pressure 4-levels Water feeding through detachable water container 4) Light -guide cable (2pc) Length approx. 3 meter 5) Full HD LCD/ LED MonitorMedical Grade(1pc) Color LCD/LED Monitor, Size26 inch Resolution: 1920 x 1200 (WUXGA) 6) Insufflation unit(1pc) Cavity mode: Normal / Small change over Flow rate: 0.1 ~ 40 liters or more Display mode: Full / Pressure only / upper half only change over 7) Suction-irrigation pump unit(1pc) Irrigation: 1600ml/min or more Suction: 1350ml/min or more With hand control and suction irrigation tube 8) Video Trolley (1pc) With inbuilt transformer 220-240V CO2 Cylinder Holder, Sliding Keyboard Tray, LCD Monitor Arm 2 HARMONIC SCALPEL 2

Page 204 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS GENERAL SPECIFICATIONS:

Touch Screen Display Standard Ethernet & Flash drive ports for upload & download data Frequency- 27KHz to 500 KHz Voltage - Upto 900 Volts Current - Upto 3 Amps Power - Upto 200 Watts

TECHNICAL SPECIFICATIONS:

Type CF applied part consisting Degree of Protect in Against of the Electric Shock Ultrasonic or Advance Bipolar instruments Class of Protect in Against Class 1 Electric Shock 100 - 240 V Main Input ~, 50/60 Hz, 500 VA Output Sealing Output: Thermal Spread less than 1mm Bipolar, no neutral electrode required 100 VAC RMS maximum 135 watts maximum 300 - 490 kHz (330 kHz unless otherwise marked in instrument IFU) Page 205 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

Specifications for OT Equipments S# Name of items Specification 1 OT Table Electro Hydraulic OT Table Characteristics: . Table top board divided in 5 sections. . Electro mechanical integrated system, assures a perfect functioning of the table. . Movement elevation and decrease by electro hydraulic system. . Motorized sliding table top system in 350mm (each side 175mm) movements by electrical motors made full x-ray transparent the table for C-arm’s. . Head rest, detachable and adjustable by gas piston. . Base with protected transport wheels, with motorized central brake, scratch free. . Electrically conductive with easy connection to the system of supply of the operating room. . Structure of the base, and column in stainless steel, easy to clean and sterilize. . Side rails to carry accessories in stainless steel. . Ergonomic design makes the table safe. . Mattress of the foam 80mm of the thickness lined in conductive, water proof rubber and radio transparent for every section, of an alone piece without seams. Easy detachable for cleaning. . Surface of the table board in radio transparent material allow work’s with C-arm’s. . Container for x-ray cassettes or longitudinal movable table top allows doing radiological examinations in the whole length of the board, without need to move the patient. All the accessories can be fixed and are detachable by quick release clamps. . Lumbar adjustable kidney bridge, manual height regulation until 120mm by crank, facilitates the renal operations or bladder. . Motorized lateral tilt up to 20° each side. . Legs rest section movable in height and divisible, free movements, detachable. . Rechargeable internal battery back-up for movements without table connection or using power. . Water proof remote controller keyboard. . Reset function to start position. . Controlled movements up/down, lateral tilt, flexion and back rest, trend and reverse trend, sliding table top and central break. Specifications : Table top dimension length x width 1960x500mm Height adjustment 690/1100mm Lateral tilt on each side -20°/20° Trend and reverse trendelemburg -30°/30° adjustment.

Page 206 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Head rest detachable and adjustable -90°/+60° Back section adjustment -45°/+90° Detachable legs section supports 0°/180° With open angle adjustment. Legs support can be elevated +15°/-90° And lowered. Motorized slighting table top 350mm System in 350mm each side 175mm. Adjustable height on kidney breach. 0/120mm Maximum patient weight 250kg Power supply alternative 220v/60Hz, 100v/50Hz Included accessories: Anesthesia screen, in stainless steel 1 unit Head rest padded regulable in height 1 unit And detachable. Body size supports padded, radial clamps. 1 set Shoulder supports padded, with radial clamps. 1 set Legs and knees Goepeln crutches, T type, contoured 1 set And padded. Mounted on ball joints for flexible Positioning with radial clamps. Body belt 1 unit Set mattress. 1 set Iv Stand, in stainless steel. 1 Operated by battery. Country of origin : USA/EU/JAPAN

2 Ceiling OT CELING LIGHT DOUBLE DOME Light (Double  The domes positioning system was conceived in order to ensure Dome LED) great mobility through effortless and accurate moves.  Each Spring arm allows the following five movements.  Free rotation of the main arm on the ceiling plane 360O;  Rotation of the dome supporting arm at the central joint, 360O; which also enables elevation of the same by 60O;  Rotation of the dome around its supporting arm, 360O; and flexion / extension of the dome against its own supporting 330O  Self-balanced system;  No counterweight. TECHICAL INFORMATION Satellite -1 Intensity regulation (measured at 1 meter) 60000-1,60,000 LUX Color temperature 3500+/-5000 K Field diameter 120-350mm Satellite diameter 700 mm Field deep >1400mm Illumination ratio <3,6mW/m2*LUX CRI Control 95 ( Ra )

Page 207 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Shadow free rate in % 98 Satellite adjustments ( each side ) +/-180° Increasing of temp in the surgery field <2° Increasing of temp in Patient head. <1° Voltage at satellite 30 V Power consumption 160 W Power supply alternative 220-110V 50-60 Hz Satellite -2 Intensity regulation (measured at 1 meter) 60000-90,000 LUX Color temperature 4500+/-5000 K Field diameter 150-300mm Satellite diameter 620 mm Field deep >700mm Illumination ratio <3,6mW/m2*LUX CRI Control 96 ( Ra ) Shadow free rate in % 94 Satellite adjustments ( each side ) +/-180° Increasing of temp in the surgery field <8° Increasing of temp in Patient head. <2° Voltage at satellite 24 V Power consumption 400 W Power supply alternative 220-110V 50-60 Hz Country of origin : USA/EU/JAPAN 3 SUCTION Mobile Suction Machine PUMP Mobile Suction Machine for professional use, with powerful double MACHINE piston motor. ABS anti-shock case. Four castors, two of which with brakes. High vacuum 700 mm/Hg. Vacuum gauge for the control of vacuum. Vacuum regulation. Two jars of each 4 Lt. capacity made of Makrolon autoclavable. Each jar with double security valve. Independent double receiver jar with Filter disposable. TECHNICAL SPECIFICATIONS Suction power : 60 Lt/min Maximum vacuum: 700 mm/hg Power consumption: 160W Two safety fuse Voltage: 230V – 50/60 Hz Country of origin : USA/Germany/JAPAN/Italy 4 Anesthesia Anesthesia Machine with Ventilator Machine with  More convenient operating and display systems for clinical Ventilators operations.  Suitable for a wide range of anesthesia: neonates, pediatric and adult (Tidal volume Optional 20-1500ml)  Electronic PEEP, Imported proportional valve, traditional 6 tubes _flow meter, Page 208 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS  Highly integrated circuits, the overall heat auto circuit technology to avoid condensation circuit;  by-pass function, the canister can be replaced in the course of anesthesia, no harmful gas leakage.  Sufficient monitoring parameter: Ppeak, Pmean, Pmin, Pplat, PEEP, Compliance, Resistance, O2%  Complete alarm function to make sure the operation accuracy and stability.  with Two Vaporizer : Isoflorane. Savoflorane System Specifications Technical parameters Specification Machine Display Type Color TFT (touch screen) Size 10.4’ inches Resolution 600 x 800 pixels Work surface light LED Respiratory System Air bellow 1500mL Absorption chamber 1500mL Suction / ACGO ports: standard OD 22mm, ID 15mm, tapered connector; Exhalation ports: standard OD 22mm, ID 15mm, tapered connector. Manual breathing port: System leaks 40ml/min lnspiratory diameter ∅ 22cm System compliance Type _ 4 mL cmH2O Vaporizer Parameter Description Technical specifications Flow rate range: 0.2-15 L/min Connector type: Selectatec compatible, plug in, Working environment Working temperature: +15°C ~+35°C Relative humidity: ±93% Atmospheric pressure: 70kPa ~ 106kPa Storage temperature: -40°C ~ +65°C Ventilator Parameter Description Basic function Dlsply:10.4"TFT,Touch screen, Ventilation Model: VCV, SIMV, PCV, Manual Standby Tidal Volume: Page 209 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS (20~1500ml) Electronic PEEP, Top light Wave form Paw-T, Flow-T, V-T, CO2-T Loop P-V, V-F Pressure monitoring Central: O2, N2O, Air Cylinder: O2, N2O Monitoring parameter Tidal Volume, MV, Frequency, l:E, Airway Pressure, Pmin, Compliance, Resistance Application Adult and Pediatric Vaporizer Selectic bar for two position Gas supply O2, N2O, Air 6 tubes flow meter O2: 0~10 LPM; N2O: 0~12 LPM; Air: 0~15 LPM; O2% O2 sensor Auxiliary O2, Auxiliary O2 Flow meter (O2: 0~15 LPM) (Optional) ACGO should be in standard Battery Ni-MH battery build in. >90mins Yoke 2 ( O2, N2O) Gas cylinder O2, N2O (Optional) Cycle absorber intergraded, bypass Design, heating system Country of origin : USA/Germany/JAPAN

Specifications for OT ICU Equipments S.no Item Specifications 1 Cardiac Monitor Cardiac Monitor HL7 communication Powerful and flexible for ICU, CCU, PACU, OR support via XML files Suitable for Adult, Pediatric and Neonatal FEATURES: • 12.1” color TFT display with maximum 11 waveforms. • Full touch-screen, intuitive operation by clicking on the specific parameters or the waveform in real time. • Pacemaker detection, electrosurgical interference proofs. • Defibrillation protection and defibrillation synchronization. • SD card slot enables memory extension for large data storage. • USB and serial ports enables. • VGA output and Analog output. • OxyCRG available to judge the respiration and circulation function for neonates.

Page 210 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS • No fan design • Arrhythmia and S-T segment analysis. • Built-in rechargeable Li-on (2.5 hours maximum with 2100mAh battery). • Nurse Call function and bi-directional communication . • • Barcode Scanner support • Multi language: English / Spanish / Czech / Italian/ Polish / French / German / Portuguese / Russian / Magyar / Turkish. Standard parameters: 3/5-lead ECG, NIBP, SpO2, RESP, 2- Temp, Touch Screen. TECHNICAL SPECIFICATIONS PHYSICAL SPECIFICATION DISPLAY DISPLAY 12.1’’Color TFT LCD Touch- screen RESOLUTION 800X 600 dpi TRACES DISPLAYED up to 8 WAVEFORMS DISPLAYED up to 11 VARIOUS WORKING Standard Monitoring Display INTERFACE SELECTABLE Large Font Intensive Care Display Trend Graph/Monitoring Co-Display Bed to Bed view display (Optional) OxyCRG Dynamic View display Drug Dose Calculation Interface SWEEP SPEED 6.25mm/s, 12.5mm/s, 25mm/s, 50mm/s ENVIRONMENT REQUIREMENT Ambient Temperature -20 ºC + 55ºC (-4 - 131ºF) Humidity 25%-93% non-condensing POWER SUPPLY External Power Supply 100-240V AC, 50/60HZ Internal Battery Power Supply Rechargeable Li-on 2100 mAh14.8 V DC Battery Working Period 3hours maximum (with 4200mAh batteries) Under certain circumstance 2100mAh: 150mins 4200mAh : 300mins Recharging Time <200 minutes(2100 mAh) <360 minutes(4200 mAh) RESP Method Trans-thoracic impedance Operation Mode Auto/Manual Page 211 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS RR Measuring Range Adult: 0-120rPM Neonate/Pediatric: 0-150rPM Resolution 1rPM Apnea Alarm Threshold 10s, 15s, 20s (default), 25s, 30s, 35s, 40s ALARM 3 levels of audible and visual alarm BANDWIDTH 0.2-2.5Hz (-3dB) SWEEP SPEED 6.25mm/s, 12.5mm/s, 25mm/s, 50mm/s ECG Lead Type 5-lead and 3-lead selectable, 12-lead optional 3 Leadwire Cable RA; LA; LL or R; L; F 5 Leadwire Cable RA; LA; RL; LL; V or R; L; N; F; C Lead Selection 3-lead: I; II; III 5-lead: I; II; III; aVR; aVL; aVF; V Gain Selection x0.125: x0.25: x0.5; x1; x2; auto Sweep Speed 6.25mm/s, 12.5mm/s, 25mm/s, 50mm/s Ecg Hr Range Adult: 15-300bpm Pediatric/Neonate: 15- 350bpm Resolution & Accuracy +1bpm or +1%, whichever is greater Filter Diagnosis mode: 0.05 to 150Hz Monitoring mode: 0.05 to 40Hz Surgical mode:1-20Hz St-Segment Detection Measurement range: -2.0mV ~ +2.0mV St-segment arrhythmia Analysis and categorization Yes Alarm 3 levels of audible and visual alarm, alarm events recallable Pace Maker Detection Yes, and 5 types abnormal status detectable. NIBP Method Oscillometric

Page 212 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Operations Modes Manual / Automatic / Continuous Auto Measurement Time Interval Adjustable 1/2/3/4/5/10/15/30/ 60/90/120/240/480minutes Measurement Types SYS, DIA, MAP, PR Pressure Range For Adults Systolic: 40 - 270 mmHg Diastolic: 10 - 215 mmHg Mean: 20 - 235 mmHg Pressure Range For Pediatrics Systolic: 40-200mmHg Diastolic: 10 - 150 mmHg Mean: 20 - 165 mmHg Pressure Range For Neonates Systolic: 40-135mmHg Diastolic: 10-100mmHg Mean: 20-110 mmHg Leak Test And Pressure Auto Calibration: Yes Resolution 1mmHg Max Standard Deviation ±8mmHg ALARM Systolic, Diastolic, Mean PR FROM NIBP Measurement 40~240 bpm Resolution 1 bpm ACCURACY 3bpm or 3.5% whichever is greater

SPO2 MEASUREMENT & ALARM RANGE 0 - 100% RESOLUTION 1% ACCURACY +2% (70-100% Adult/Pediatric); +3% (70- 100% Neonate) PR Measurement And Alarm Range 25 ~ 300 bpm RESOLUTION 1bpm ACCURACY ±2bpm REFRESH 1s TEMPERATURE (2 CHANNELS, 1 PROBE BY DEFAULT) MEASUREMENT RANGE 0-50ºC (32- 122ºF) RESOLUTION 0.1ºC ACCURACY ±0.1ºC (without sensor) CHANNEL Dual-channel. Provide T1; T2; ∆T QUICK TEMPERATURE Measuring

Page 213 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Range: 25ºC ~ 45ºC (monitoring mode) 35.5ºC ~ 42ºC (prediction mode) RESOLUTION 0.1ºC ACCURACY (WITHOUT SENSOR) ±0.1ºC (25ºC ~ 45ºC) (monitoring mode) SENSOR TYPE Oral/Axillary sensor, Rectal sensor PREDICTION TIME Less than 30 seconds IBP (2 CHANNELS, OPTIONAL) MEASUREMED PRESSURE ART, PA, CVP, RAP, LAP, ICP, P1, P2 MEASUREMENT RANGE ART: 0 to 300 mmHg PA: -6 to +120mmHg CVP/RAP/LAP/ICP: -10 to +40 mmHg P1/P2: -50 to +300 mmHg RESOLUTION 1 mmHg ACCURACY ±2% or ±1 mmHg. Whichever is greater (without probe) SENSITIVITY 5μ V/V/mmHg; IMPEDANCE RANG E300 - 3000  I/O INTERFACE USB Port • SD card Socket • RS-232 Serial Port • VGA output • Analog and nurse Call output • Defibrillation Synchronization Output Country of origin : USA/Germany/JAPAN 2 Central station Central station for Cardiac Monitors The Central Monitoring System should be used for collecting, displaying, monitoring, storing, reviewing and alerting clinicians by generating alarms for physiological data of different patients collected remotely from a number of bedside monitors during treatment in the hospital environment. Applications The Central Monitoring System is suitable for use in Adult, Pediatric and Neonatal patients who require close monitoring in hospitals and other medical institutions typically in ICU  Complete solution for LAN, wireless or combined

Page 214 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS networks  Extended Full-disclosure trend information  Large storage capacity for numeric information and waveforms  Comprehensive system help function  Calculation of drug doses and titration tables  Large storage capacity for historical  patient monitoring information  Capable of monitoring a large number of patients simultaneously  Multiple display modes  Display multiple-lead ECG  Display size : 22"  ST segment calculation and arrhythmia analysis function  Comprehensive alarm management system  Large storage capacity for alarm events  Audible and visual alarms  Alarm priority system  Multiple printing options/Reports  Laser printer compatible Country of origin : USA/Germany/JAPAN 3 ICU Ventilator ICU Ventilator use for Neonates, peads and Adults • Ventilator, electronically operated, microprocessor controlled, time cycled, volume, pressure limited,. Suitable for adults Peads and neonates use. Keys for quick access: Standby mode (standby); Silence alarms (Mute); Timer for direct oxygen delivery (50% to 100%) for 2 minutes; Nebulization syncronized with inspiratory phase (also adjusting this volume with tidal volume automatically); Tracheal gas insufflation (TGI) synchronized with expiratory phase; Inspiratory cycle manual trigger; Inspiratory and expiratory pauses with adjustable time; Freeze graphs with cursor for browsing; Manual trigger for extra breath  Adjustable sigh in volume modes  Flow pattern adjustable in volume modes  Leakage compensation automatically  Circuit compliance compensation  Automatic compensation for ET tube resistance (ATC) • Ventilation Modes: CMV),S1MV, SPONT, ASV,P-CMV, P- SIMV+, N1V, N1V-ST,nCPAP-PS, Dual PAP and APRV Patient Type Should include peads, Adult, neonates • Frequency 4 to 10 b/min • Inspiratory relief pressure with audible alarm — 20 to 80cm H20. • Patient circuit Page 215 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS • To be supplied with rail & pole clamp. • Patient circuit hose • Expiration pressure indicator • Probe gas inlet (to project spec) • 02 and Air input hoses. • Capnograpy and SP02 • Lops and waveform display • Should be operated on central 02 • Alarms for Gas Failure, RR, Pressure, Apnea Volume, Low battery • Humidifier •Built in integrated compressor Ventilation Parameter Settings  Tidal Volume: 5 to 2500 mL or more  Respiratory rate: 0 to 180 bpm  Rise time: 0 to 2.0s  Pause: 0 to 70% or 0 to 2.0s

 Inspiratory pressure: 0 to 120 cmH2O

 Support pressure 0 to 120 cmH2O  PEEP: 0 to 50 cmH2O or better

 Pressure Trigger: 0.0 to -20 cmH2O  Flow Trigger: 0.0 to 30 L/min  Flow cycling in pressure support: 5 to 80%

 O2 concentration: 21 to 100%  Inspiratory time: 0.05 to 30s  Waveform of Inspiratory flow: Square, Descending or Decelerated, Ascending or Accelerated, Sinusoidal or Senoid

 CPAP: 1 to 50 cmH2O

 High pressure: 1 to 60 cmH2O

 Low pressure: 0 to 40 cmH2O  High time: 0.20 to 59.8s  Low time: 0.20 to 59.8s  l:E ratio: 1:599 to 10:1 Origin: USA, Japan, Switzerland, Brazil , UK, Germany

Page 216 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 4 FULL HIGH DEFINITION VIDEO ENDOSCOPY SYSTEM. HD ENDOVISION SYSTEM 1. General. Flexible Envision System is used in Upper and Lower GI Endoscopic Diagnostic and Therapeutic Procedures. 2. Physical and Technical Characteristics. The Flexible HD Endo vision Systems consists of following main equipment:- a. Video Processor with 300 wtt Xenon LIGHT/ System Centre. Should have following features:- (a.1) High Definition (1080p) = 1920x1080p capability to provide best possible image quality for high definition endoscopes. (a.2) Compatible with High Definition video endoscopes. (a.3) Real Time optical/digital based imaging technology for inflammatory bowel disease feature to enhance the visibility (a.4) Electronic magnification, controlled either from scope or from keyboard (a.5) White balance adjustment (a.6) Automatic Gain Control by which the image can be electrically amplified when light is inadequate. (a.7) An Image Enhancement setting, by which fine edges or patterns in the Endoscopic image can be enhanced electrically to increase image sharpness (a.8) Fully compatible with EUS and General Scope.. (a.9) Inputs / Output DVI,RGB, BNC, S-Video (a.10) Picture in Picture feature. b. Light Source. Should have following features:- (b.1) light source. (b.2) Xenon 300 wtts (b.3) Real Time optical based imaging technology for inflammatory bowel disease feature to enhance the visibility. (b.4) Automatic shutter to provide quick response time to light travel changes. (b.5) LED/Halogen backup > 600 hrs (b.6) An internal self diagnostic c. HD Medical Grade Monitor. Should have following features:- (c.1) 26” Medical Grade, flat screen, (LCD/LED) high definition monitor. (c.2) Inputs / Output DVI,RGB, BNC, S-Video (c.3) Power requirement 220 VAC + 10%, 50 / 60 Hz (c.4) Accessories / cables included. (c.5) Protection against electric shock. ENDOSCOP 1. Endoscopic procedure is a diagnostic/ therapeutic medical procedure used to

Page 217 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS examine internal organ surface like stomach, colon, duodena etc. 2. General Characteristics. Must be used in conjunction with video processing system. 3. Main Component Description. a.Gastro Video Scope (Adult). Should have following features:- (a.1.a) High Definition Gastro Video Scope (1080p)=1920 *1080p (a.1.b) Wide angle imaging capability which enables thorough observation of upper gastrointestinal tract and forward water jet. (a.1.c) Field of View 140 o (a.1.d) Depth of Field max 2 mm(or equitant) (a.1.e) Direction of view forward viewing (a.2) Real Time digital/optical based imaging technology to enhance the visibility. Fice /NBI/I-scan (a.3) Slim distal end and insertion tube diameter 9.2- 9.9 mm to insertion capability Auxiliary water jet to facilitate mucosal cleaning. (a.4) Water proof video connector design (a.5) Instrument Channel width 2.8-3.2 mm to accommodate a wide range of therapy accessories. (a.6) Insertion tube length 1030-1050mm (a.7) Wide ranging 4-way angulations. (a.7.a) Up 210o≥ (a.7.b) Down 90o≥ (a.7.c) Right 100o (a.7.d) Left 100o (a.8) Ergonomically designed grip which enhances scope manoeuvrability. b. Colono Video Scope (Adult). Should have following features:- b.1.a.i.i.1. Distal end and insertion tube diameter 11.6mm/13.2 b.1.a.i.i.2. Wide angle imaging capability which enables thorough observation of colon.NBI/I-scan/FICE Water proof video contactor design b.1.a.i.i.3. Forward viewing Maximum Wide angle and maximum Light capability which enables to best observation of colon Lumen and behind the folds b.1.a.i.i.4. Depth of Field 2 to 100 mm b.1.a.i.i.5. High Force Transmission / Passive Bending / and variable stiffness./ Graduated decreasing flexibility. b.1.a.i.i.6. Instrument Channel width3.2or 3.8 mm to accommodate a wide range of endo therapy accessories. b.1.a.i.i.7. Wide ranging 4-way angulations.

Page 218 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Up / Down 180o equivalent Right / Left 160o(or equivalent) b.1.a.i.i.8. Auxiliary water jet to facilitate mucosal cleaning b.1.a.i.i.9. Ergonomically designed grip which enhances scope manoeuvrability. c.Colono Video Scope (Peads). Should have following features:- c.1.a.i.i.1. Distal end and insertion tube diameter 11.5mm/11.7 c.1.a.i.i.2. Wide angle imaging capability which enables thorough observation of colon.NBI/I-scan/FICE Water proof video contactor design c.1.a.i.i.3. Forward viewing Maximum Wide angle and maximum Light capability which enables to best observation of colon Lumen and behind the folds c.1.a.i.i.4. Depth of Field 2 to 100 mm c.1.a.i.i.5. High Force Transmission / Passive Bending / and variable stiffness./ Graduated decreasing flexibility. c.1.a.i.i.6. Instrument Channel width3.2or mm to accommodate a wide range of endo therapy accessories. c.1.a.i.i.7. Wide ranging 4-way angulations. Up / Down 180o equivalent Right / Left 160o (or equivalent) c.1.a.i.i.8. Auxiliary water jet to facilitate mucosal cleaning c.1.a.i.i.9. Ergonomically designed grip which enhances scope manoeuvrability. HIGH DEFINITION VIDEO GASTRO SCOPE PEADS MAIN FEATURES: · Ultraslim Design · Suction Capability · Wide Viewing Angle · Water Proof one touch connector SPECIFICATION: · Field of View Should be 140 Degree · Depth of field should be 3-100mm · Distal end diameter should be 5.4mm · Insertion tube diameter should be 5.8mm · Instrument channel should be 2.2mm · Should have angulation range (degree) U:210 D:90 L:100 R:100 · Working length should be 1100mm

DUODENO VIDEOSCOPE with standard set of accessories. NBI (Narrow Band Imaging) Field of view 100°

Page 219 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Direction of view Backward Side viewing 5 Depth of field 5-60mm Distal End Outer diameter 13.7mm Insertion Tube Outer diameter 11.3mm Angulation Range Up 120° Down 90° Right 110°, Left 90° Working length 1240mm Total length 1550mm Instrument channel 4.2mm Minimum visible distance 10 mm from distal end

Power Requirement a. Power supply 220V + 10%, 50 Hz b. The equipment should have built in self-protection against surge / high voltage. UPS. UPS having following features:- a. Backup time 60 minutes or more at full load b. Switching time > 4 ms c. Wave shape Pure sine wave d. Voltage stabilization Output 220 VAC +5% when input varies from 160V to 260V

Specifications for CSSD System

S# Specifications Qty

1 MICRO PROCESSOR CONTROL WASHING/DISINFECTION UNIT & 2 DRAYING UNIT . Washer disinfector combines hygienic and ergonomic solutions with the latest technology for maximum user safety. Has a capacity of 12 DIN-trays. . Drying Air should be filtered with H14 grade HEPA Filter. . Specially developed to match the needs of dental clinics, surgical departments, laboratories, glassware and all the way up to larger central sterile supply departments. . The units clean and disinfect all kinds of items on Four and Six wash levels. . Each level consists of a removable shelf and spray arm, and can be adapted to individual needs. . Glass door makes it easy to overview the process . Chamber Temperature should be monitored by 2 PT 1000 sensors. . Up to 10 Standard Programs and 10 extra slots for customize Programs. . Wide color graphic, Touch Screen with animated features to facilitate the operator for program selection and determine the errors from long distance. . Convenient to service few screws need to be loosened. . Built-in storage for different types of detergents. . Drying Air Temperature should be 120 to 130oC. . System interface via USB and RS 232 for record maintaining.

Page 220 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS . 2nd Boiler Option for expediting the Pre Heating of Water to save the time. . Wash levels: 6 Levels . DIN 1/1 trays/load: 12 pcs . SPRI I trays/load: 12 pcs . Compliance with Medical Devices: Directive 93/42/EEC, ISO 9001:2008, ISO13485:2012, ISO 14001:2004 Accessories Includes: . A.N Wash Cart. . OP Wash Cart 4-Levels. . OP Wash Cart 6-Levels. . Container Washing Trolley. . Shoe Washing Cart. . Warranty: comprehensive 2 year with service & parts . Compliance with EN ISO 15883-1-2-5-6 and EU directives. CE Marked Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 2 MICRO PROCESSOR CONTROL HEAVY DUTY STEAM STERILIZER 6 STU:- 2  High pressure steam sterilizer each with built-in Electrical Stem Generator in standard configuration and option for external steam supply.  Fully automatic Double Door sliding mechanism and gasket channel should be formed from a single piece AISI 304 stainless steel plate machinery treated which is at least 45 mm  Chamber Capacity: 450 to 500 Liter and 6 STU Baskets.  7 inch Color TFT LCD touch Screen on both loading and unloading sides.  Temperature and pressure recorder.  Chamber pressure indicator.  Designed as low water consumption.  Preset programs for the most common sterilization processes for general-purpose hospital use.  Data storage capacity should be minimum 600 to 800 cycles and error logs to facilitate data management.  Standby, Auto sleep and Auto warm up functions to save electricity and time.  Mechanical air removal with a series of vacuum/pressure pulses to effectively remove air for assuring sterilization.  The chamber dimensions are adapted to sterilization, using wire baskets according to SPRI & ISO, or containers according to DIN.  Human friendly mobility during Transport with heavy duty casters and firm fixing mechanism after installation. CONSTRUCTION - Chamber : AISI 316 L/Ti stainless steel. Glass blasted and electro polished. - Frame should be from AISI 304 stainless steel - Jacket : AISI 316 L/Ti stainless steel. - Generator : AISI 316 L stainless steel. - Device should operate with Stainless Steel AISI 304 Grade pneumatic valves only - Door(s) : AISI 304/316 L stainless steel. Operated by the pneumatic piston system. - All hot pipes should be made of AISI 304 Stainless Steel and heat insulated.

Page 221 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS - Chamber, Jacket and Steam Generator should be insulated and covered with Stainless Steel Plates. - Side panels should be free of screws and attached with firm fasteners for instantaneous axes into the service area. Application: A sterilizer for general-purpose steam sterilization of surgical instruments, textiles, liquids, fluids and hospital utensils in central sterilization departments, operation departments, laboratories and laundries. The temperature range is from 105°C–135°C. Standard Sterilization Cycles:  134oC High Cycle for Surgical Instruments  134oC High Special for Linen/Gowns  121oC Low Cycle for Silicone Implants  121oC for Rubber Goods  134oC High Cycle for Prion  134oC High Flash Cycle  121oC Low Cycle for Liquids Test/Diagnostic programs:  Bowie & Dick Test.  Vacuum Leak Test. Accessories: -  Complete with all standard accessories and removable shelves, capable of taking both, packets and containers of all standard sizes.  One loading and unloading trolleys and loading Shelve compatible with the system. . Warranty: comprehensive 2 year with service & parts . The unit must be compliance with MDD 93/42/EEC, ISO 9001:2008, ISO 13485:2012, ISO 14001:2004. Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 3 INSTRUMENT CONTAINER  Instruments Containers with Non Prfurated bottom. W/Barrier SIZE 16 (460X270X145 mm)  Barrier filters can be reusable up to 5000+ cycles after installing into the lid. Lid operates via mechanical actuator which allows steam inside the container and automatically locks after steiilization.  Warranty: comprehensive 2 year with service & parts Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 4 IMPORTED REVERSE OSMOSIS SYSTEM 1  An imported reverse osmosis technique that removes the amount of Total Desolved Solvents, organic, inorganic and pyrogenic elements, including automatic Water Softner including one backup softener.  The compact, space-saving unit has everything in one stainless steel cabinet/shelve.

 Delivered completely pre-assembled and tested at the factory for fast, easy

Page 222 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS installation.  Depending on the quality of the raw water, additional pre-treatment may be necessary.  Capacity: from 500 L/h  Salt reduction: > 98 %  Tank: 2x1000 L  Electrical Voltage: 230 V/50 Hz  Electrical Power: 1000 W  Warranty: comprehensive 2 year with service & parts  Equipment process should be compliance with EN ISO 9001 & EN ISO 13485. Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 5 OIL FREE AIR COMPRESSOR 1  Fully automatic oil-free compressor, Noice level must be lower than 70 dB, designed for intermittent operation.  Single stage type, two-cylinder, piston compressor powered by an electric motor on air receiver with a 24-liter volume in horizontal performance.  Capacity/ pressure: >160(L/min) upto 8 bar  Electrical power: <1. kW  Working voltage: 220-230 V / 50 Hz  Warranty: comprehensive 2 year with service & parts  Equipment process should be compliance with EN ISO 9001 & EN ISO 13485. Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 6 ULTRASONIC CLEANER 1  An Ultrasonic cleaning unit with 26 to 30liter bath capacity, suitable for cleaning flexible endoscope accessories.  Equipped with an Auto degaussing system with overheat protection.  The Digital display shows the set and the remaining cleaning time swith programmable cleaning and heating values via touch key controls.  The ultrasonic cleaning process is microprocessor-controlled, with sweep technology for optimum distribution of sound in the cleaning bath.  The cleaning tank is made of cavitation resistant AISI 316 Grade Stainless Steel and the operator panel should be liquid proof.  Simple and effective draining procedure of liquid from the tank. A stainless steel lid is included for protection as well as noise reduction.  Tank capacity: 26 to 30 L internal dimensions: 500/300/200 mm  Weight: 8 to 9 kg  Main Voltage, 220 – 240 V/1000 W to 1200 W  Ultrasonic Frequency:upto 30 kHz  Warranty: comprehensive 2 year with service & parts Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN

7 PAPER SEALING MACHINE 1  Microprocessor controlled automatic heat control and automatic contact pressure

Page 223 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS controlled sealer more than 1 separate sealing lines for Sterilization bags and pouches.  5” touch, graphic display with remote access option through internet.  Adjustable temperature 50 -210 ± 2 oC, speed App 10m/min.  Equipped with integrated printer included Sterilization date, Expiry date, Batch number, items counter and customized information/data from operator.  Printer fontscan adjust as per operator’s requirement.  Packing Speed should be more than 10 meters/MIN  Sealing area should be 12 to 14 mm  Main Voltage: 220 – 240 V/500VA  Weight: 24 kg  Dimensions: 740x280x220 mm  Warranty: comprehensive 2 year with service & parts  Equipment should be compliance with EN 868-4, EN 868-5 and EN ISO 11607-1, DIN 58953-7 Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 8 CUTTING DEVICE 1 For storage and preparation of paper/plastic bags in rolls. The Cutting knife is made of tempered stainless steel, Device made of AISI 304 Stainless Steel. size 850mm, acceptable up to the tolerance of <>5 % in size. Warranty: comprehensive 2 year with service & parts Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 9 TAPE DISPENSER 8  This dispenser for Packing Tape and sterilizer Indicator tape holds two and 3 reels of tape.  Cutting blade must be constructed with heavy duty Stainless Steel and protected with safety cap to prevent any accident.  The heavy-duty bottom plate, fitted with anti-slip material, prevents the dispenser from slipping when the tape is torn off.  Warranty: comprehensive 2 year with service & parts Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 10 CLEANING & WASHING UNIT 2 Cleaning & Washing unit, approx. 1800mm to 2000mm long consisting of Stainless. Constructed of AISI 304 grade Stainless Steel. 2 nos. of sinks made of stainless steel. Dimensions approx. 500x 400x240 mm. 2 nos. of integrated spray guns for water/air with 08 cleaning nozzles, hose. Warranty: comprehensive 2 year with service & parts

Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN

11 TROLLEY WASHING INSTRUMENT 1 Wall mounted Instrument with rinser spray with >14 meter long flexible hose and hose hanger. Capable to bear up to 70oC Temp. User friendly operation. Multi selections such as only water, only chemical or both water and chemical mixed with different levels of

Page 224 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS dilution rates approx. more than 12 levels. Working pressure from 2 bar to 7 bar with flow rate approx. 10 liter/min. Warranty: comprehensive 2 year with service & parts Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 12 STORAGE AND DISTRIBUTION TROLLEY 2 Distribution trolley made of AISI 304 grade stainless steel, Four Number of Heavy Duty castors. Front casters should be equipped with Brakes. Protected with Bumpers. Door Locking Mechanism should be based on a magnetic fastening system with mechanical key lock. Dimensions: 990x 650x1050 mm Warranty: comprehensive 2 year with service & parts Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 13 INSTRUMENT TRANSPORT TROLLEY Instrument transport trolley made of AISI 304 grade stainless steel, Four Number of Heavy Duty castors. Front casters should be equipped with Brakes. Protected with Bumpers. Dimensions: 750x 440x850 mm Warranty: comprehensive 2 year with service & parts

Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 14 PAPER DISPENSING TROLLEY 4 Movable paper dispenser trolley made of stainless steel for storing of sterilization paper sheets at packing table. Warranty: comprehensive 2 year with service & parts Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 15 WIRE MASH STORAGE SHELVES 18 Wire Mash Storage Shelve constructed in 4 levels Stainless Steel Wire mesh Dimensions (600X600X1600mm). Warranty: comprehensive 2 year with service & parts Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 16 GENERAL WORKING TABLE Working Table for General perpus made of ASI 304 grade Stainless Steel included one bottom shelf. Dimensions: 1850x650x900 mm Warranty: comprehensive 2 year with service & parts Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 17 PACKING TABLE 2 Packing Table should be made of AISI 304 grade Stainless Steel intended for packing and wrapping goods which are prepared for sterilization. The substantial size of the table allows operators for comfortable work with large packs and bulk packing.

Page 225 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Work can be carried out comfortably either standing or sitting. 2 + 2 Electrical Sockets on Front of the Table to plug any electrical device. 1 + 1 Shelves for product storage. 1 Inspection lamp with Magnifying Glass to inspect small instruments. 2 Side racks. 2 Stools with adjustable Height and ergonomic design which will be comfortable for the operator. Size (H x D x W): 900x850x1100 mm Warranty: comprehensive 2 year with service & parts

Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 18 LINEN TABLE 2 Table for inspection and folding of linen. The tabletop and frame is made of AISI 304 grade Stainless Steel. Inspection Panle made by a High grade PVC Sheet in a soft white color and is equipped with a bright light illuminated inspection surface. A light operating switch located beside the table and easy access. The generous size of the table allows comfortable work with large dressing sheets. Work can be carried out comfortably either standing or sitting. 4 Stools with adjustable Height and ergonomic design which will be comfortable for operator. Size (H x D x W): 900x700x1350 mm Warranty: comprehensive 2 year with service & parts Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 19 PASS THROUGH DOOR 1 Pass through door should be installed in between 2 different areas as a buffer zone. The door should be made of AISI 304 grade Stainless Steel including double glazed window. Load caring podium with window on both sides. Warranty: comprehensive 2 year with service & parts Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN 20 PLASMA (H2O2) STERILIZER 1  Fully automatic double automatic sliding door  Chamber capacity : Nominal Approx 480x680x480mm (WxHxD)  Functional Capacity 115 liter or higher Microprocessor controlled.  The chamber should be made of non-corrosive aluminum with polymer Coating for surface protection. Frame and side covers should be built by metal alloy with fine surface.  The system should have integrated printer andPC interface compatibility,  Inbuilt lifetime History data storage availability.  RFID compatibility.  Complete with all standard accessories, the unit should include all safety interlock, complete with built-in safety feature according to internationally accepted standards.  The device must be complied with Medical Devices Directive93/42/EEC and

Page 226 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS Certified according to EN – ISO9001:2008,EN ISO 13485:2003  Warranty: comprehensive 2 year with service & parts Country Of Origin Should be NORTHEN EUROPE or compliance with EUROPIAN CUSTOMS UNION ZONE, USA, JAPAN

4. VASCULAR SET ( Surgery) S# ITEMS Qty 1 Instrument Tray 12"x14" 5 2 Towel clips 5 3 BP handle No. 4 5 4 Artery forceps 6" curved 5 5 Artery forceps 6" straight 5 6 Sponge holding forceps 5 7 Metzebaum scissors 7" curved 5 8 Metzebaum scissors 5" curved 5 9 Sim's straight scissors 7" 5 10 Czerney retractors 5 11 Langenbaeck retractors 5 12 Needle holder 7" 5 13 Toothed dissecting forceps 7" 5 14 Non-Toothed dissecting forceps 7" 5 15 Allis's forceps 8" 5 16 Stansky Clamps Large 5 17 Stansky Clamps Medium 5 18 Debakey clamps Large 5 19 Debakey clamps Medium 5 20 Debakey clamps Str Medium 5 21 Bulldog clamps four sizes 5 22 Yankauer suction cannula 5 23 Poot’s Scissors 5 24 Debakey Forceps 6” 5 25 Debakey Forceps 8”. 5 26. Bowl SS 4” 5

Page 227 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

PAR PART 132 5. MICRO SURGERY SET ( Surgery ) PAR T T 131 133 QYT S# PAR PART 135 Micro Jeweller Forceps Str PAR T T 134 136 5 1. PAR PART 138 Micro Jeweller Forceps Cvd PAR T T 137 139 5 2. PAR PART 141 Micro Round Handle Forceps 6” Str PAR T T 140 142 5 3. PAR PART 144 Micro Round Handle Forceps 6” Cvd PAR T T 143 145 5 4. PAR PART 147 Micro Round Handle Forceps 7” Str PAR T T 146 148 5 5. PAR PART 150 Micro Round Handle Forceps 7” Cvd PAR T T 149 151 5 6. PAR PART 153 Micro Needle Holder 7” fine Str PAR T T 152 154 5 7.

Page 228 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS PAR PART 156 Micro Needle Holder 6” Cvd PAR T T 155 157 5 8. PAR PART 159 Micro Scissors Str 6” PAR T T 158 160 5 9. PAR PART 162 Micro Scissors Cvd 6” PAR T T 161 163 5 10. PAR PART 165 Instruments Box PAR T T 164 166 5 11.

6. THORACOTOMY SET (Surgery) PAR PART 168 ITEMS PAR T T 167 169 QTY S.No 1. Rib Spreader Finochitto Large 5 2. Rib Spreader Finochitto Medium 5 3. Rib Spreader Finochitto Small 5 4. Doyen Rib Respertoires Rt/ Lt 5 5. Lung Retractor Large 5 6. Lung Retractor Small 5 7. Rib Appoximate (Beally) 5 8. Rib Cutter (Burn) 5 9. Periosteal Elevator Bristo 5 10. Nelson Lobectomy Scissors 10” Str 5 11. Nelson Lobectomy Scissors 11” Cvd 5 12. Nelson Thoracic Thumb 9” Plain 5 13. Debackey Thumb 6” 5 14. Debackey Thumb 8” 5 15. Duval Lung Forceps 8”. 5 16. Mixture Artery Forceps 8”. 5

Page 229 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 17. Lehay Forceps 9”. 5 18. Roberts Lung Forceps 9” Cvd 5 19. Satinsky Cardiovascular Clamps 10” 5 20. Debackey Cardiovascular Clamps 8” 5 21. Price-Thomas Bronchus Clamps 8” 5 22. Potts Clamps 8” 5 23. Debackey Needle Holder 7”. T/c tip 5 24. Debackey Needle Holder 9” T/c tip 5 25. Potts Scissors 5 26. Vascular Bulldog Clamps Str and Cvd 5 27. Instruments Tray 5

7. Peads Set ( Surgery)

# ITEMS QTY 1. Cvd Artery forceps Mosquito 5 2 Str Artery Forceps Mosquito 5 3 Allis Forceps 5 4 Needle holder 5” 5 5 Needle Holder 6” 5 6 Plain forceps Adson 5 7 Toothed forceps Adson 5 8 Toothed forceps Dressing 5 9 Sponge Holding forceps 5 10 Towel Clips 5 11 Catspaw 5 12 Skin Hook 5 13 Scissors Fine Cvd 5 14 Scissors Fine 6” 5 15 Instruments Hanger 5 16. Instruments Tray 5 17. Bowl SS 4” 5

8. Basic Surgical SET ( Surgery) S# Items QTY 1 Instrument Tray 5 2 Towel clips (Bakhaurs) 5 3 BP handle No.4,3 5 4 Artery forceps 5.5" curve d 5 5 Artery forceps 5.5" straight 5 6 Sponge Holding forceps 5 7 Merzebaum scissors 7.5” curved 5 8 Merzebaum straight scissors 7.5” 5 9 Czerney retractors 5 10 Langenbaeck Retractors 5

Page 230 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 11 Needle holder 7” (Mayo) 5 12 Toothed dissecting forceps:7” 5 13 Non-toothed dissecting forceps 7” 5 14 Deaver Retractor 2” 5 15. Deaver Retractor 3” 5 16 Balfore Abdominal Self-Retaining Retractor 5 17 Non-Crushing Intestinal Clamps Cvd 9” 5 18 Non-Crushing Intestinal Clamps Str 9” 5 19. Artery Forceps Cvd 8” (Pean’s) 5 20. Lehay Forceps Right Angled 8.5” 5 21. Needle Holder 9” (Mayo) 5 22. Toothed Forceps 9” 5 23. Non-Toothed Forceps 9” 5 24. Allis Tissue Forceps 8” 5 25. Yankhure Suction Tube 5 26. Kidney Tray 1 Litter 5 27. Mayo Scissors Curved 5 28. Kocher Artery Forceps Str 5 29. Bowl SS 4” 5

PART 170 9. ESOPHAGOSCOPES INSTRUMENTS SET ( Surgery )

S Items QTY # 1 Esophagoscopes Set. (Set of 3 pes) 1 With adopter. 2 Patterson Biopsy Forceps. 1 3 Patterson Foreign Body Forceps. 1 4 Suction Tubes Difft: Sizes. 3 5 Pouch for in 1 6 Fiber Optic Light Source with cable 1

10. LINEN ( Surgery) (Sample of all these Items will be checked before the selection)

S# NOMENCLATURE SPECIFICATIONS Qty 1 Apron (Doctors) For OT, good Quality, blue/green 20 2 Apron (Nurses) For OT, good Quality, blue/green 20 1 Bed sheets Made of best quality cotton ,single standard 100 4 size:- 60” x 100” Color: Dark blue/White .

Page 231 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 1 Blankets Best quality, camel color,size:60x100 80 5 .

1 Cap Class-IV Made of best quality , Color: dark blue 10 6 .

1 Face mask, caps, Good quality, disposable 30 7 shoe cover . Disposable box

1 Foam with Rexin Size: 6 ½ x 3 x 4 with rexin cover, good quality 30 8 Cover .

1 Mackintosh (in Good quality 20 9 yards) .

2 Pillow foam with Standard size of best quality polythene 30 0 cover Size: 24 X 15 Along with pillow cover: Size: 26 x . 17, White Latha

2 Sheeth Latha Good quality 20 1 .

2 Table Cover with Made of best quality , Color: Dark Blue, Size: 5 2 glass .

2 White Coat for White, good quality according to size 20 3 Doctor / . technicians

2 White Coat for White, good quality according to size 20 4 Nurses .

Page 232 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

2 Examination good quality 4 5 gloves boxes .

11. GENERAL ITEMS ( Surgery)

Selection will be Subject to Sample & Manufacturers mark must be present on each Item

S# Nomenclature Specifications Qty 1 AC 2.5 tones split Branded, Good Quality with 2 years warranty, 5 1800 BTU with installation Company: Mitsubishi slim and smart DC inverter latest version 2 AC Split 1.5 Ton Branded, Good Quality with 2 years warranty, 10 1200 BTU with installation 3 Ceiling and wall Good quality 10 fans 4 Exhaust fans Good quality 5 heavy duty 5 Baskets Good Quality 20 6 Blinds for all Vertical blinds 1” to be quoted in sqft 10 windows 7 Curtain for all Various options to be quoted in sqft complete 20 windows with railing and stitching with back cloth 8 Dust bins steel Steel -– Good Quality 20 9 Electric Water Electric Water Cooler 12 gallon SS Tank to be 10 Coolers installed with 3 part filtration unit, branded with 2 years warranty 10 Gas Cylinder Gas Cylinder – Branded, Good Quality with 2 warranty 11 Gas Heaters Gas Heaters local with safety devise, ceramic 10 burner, 2 years warranty 12 Name Board Name Board 5 13 Name Plate Name Plate 5 14 Office Tray Office Tray 3 15 Refrigerator extra 14 Cft – Branded, Good Quality with 2 years 2 large warranty from keen wood 16 Television set 100" Branded, Good Quality with 2 years 2 60" warranty 17 Torch Branded, Good Quality 4 18 Crockery (set) Branded, Good Quality 2

Page 233 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 19 Vacuum cleaners Vacuum cleaners heavy duty imported, 2 heavy duty Branded, Good Quality with 2 years warranty. 20 Wall Clock Wall Clock, Branded, Good Quality 2 21 Chairs for waiting  three chairs joined with steel structure of 5 area steel type section 40mm x 60mm disk  With approved baked enamel finish including joiner of chair with frame as shown in drawings,  Complete in every respect. 22 Cupboard Steel  18 gauge steel powder coated with 5 Large shelves on one side and hanging unit on one side. Size 4 ft x 6 ft x 2 ft WxHxD  Sample to be approved 23 Cupboards for 3 books steel with glass at door good quality 24 Lockers for staff 5 Steel good quality 25 File Cabinets Steel  18 gauge steel, filing cabinet with three 2 drawers each 450mm height with railing handles, locks and 100mm high pedestal as shown in the drawing,  Including power coating with good surface finish  Size 400 x 750mm x 1400mm High 26 Mattress Foam A class branded Size: 6 ½ x 3 x 4 with rexin 20 cover. 27 Pillow Foam Standard size of best quality hollow fiber 20 Size: 24 X 15 Along with pillow cover: Size: 26 x 17, White Latha 28 Steel File Rack  18 gauge steel, filing rack powder coated 2 with three shelves each 450mm height and 100mm high pedestal,  Complete in every respect, Size 400 x 750mm x 1400mm High approx. 29 Steel Racks for  Large storage capacity on 12 adjustable 2 Medicine shelves, each size 435 x 250mm.  The cupboard to have an internal height of 1720mm  Security achieved by 2 heavy-duty locks, securing on the central partition. 30 Microwave oven 2 keen wood Good quality large size keen wood 31 Wash room kits 5 Good quality

Page 234 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 32 Dressing 5 materials like gaze pieces 2X2, 4X4,mepore,,nech iban,adhesive tape Good quality 33 5 Air hand drier Good quality 34 File cover for 5 report and discharge slip Good quality 35 5 Hangers for suits Good quality 36 Quide Azam 2 picture and pak flag small Good quality 37 Urinal Stainless 10 steel male & female Good quality 38 2 • X-Ray Film Viewer with following features. • Housing made of epoxy-coated steel. • Viewing area for two 14”x17” film. X-Ray Viewing • Light intensity more than 9000 lux. Box • Suitable for wall mounted and table use. • Film clamps and hooks for holding wet films Power requirements 220V, 50Hz

12. HOSPITAL FURNITURE ( Surgery) 1 INTRUMENT TROLLY Mobile, 4 leg frame made of Stainless steel, Pipe 16 SWG all made of stainless steel 1” Dia. Tubular frame forms a safety rail, no sharp edges. Two shelves surface ground to reduce glare, resistant to disinfectants Instrument trolley, 800mm high, fitted above and below with frames and shelf 20 SWG made of CrNi steel size 24” x 18” to accept two sterilization tray. Four 75mm swivel castors, electrically conductive It should be FDA approved. 2 RESUSCITATION TROLLY Dished stainless steel top. Approx. 630 x 445mm. 25mm dished. Lift-up laminated work flap Approx. 300 x 450 Three drawers 2 shallow and 1 deep.

Page 235 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 1 Shallow drawer fitted with drawer Tidy Unit. Lower cupboard with central locking/securing all drawers and cupboard. Operated by cupboard door and use of security seals. Double hook stainless steel I.V. Pole. Double push handle Low level plastic bumper bar Quality cushion castors (2 x braking) 2 x stainless steel cylinder holders for D or E size cylinders. Cardiac board 600 x 400 x 55mm with stainless steel housing brackets at rear of trolley. Universal rail system fitted to width of trolley. 6" aneroid sphygmomanometer with adult velcro cuff and rail clamp. Electronic timer and rail clamp. Venturi suction unit with O outlet and 2.0 2 liter jar. Yankauer suction tube and connecting tubing. O flow meter fitted to O venturi outlet 0-15 lpm. 2 2 Pin index regulator with outlet for connection to remote venturi hose and O outlet. Intubation set comprising: 2 - Macintosh laryngoscope with 4/5 blade set. - Magill introducing forceps - Adult resuscitator - Set disposable E.T. tubes (5) - Set Guedel airways (3) - Pen torch - Artery forceps (2) - Dressing scissors (2) Set plastic tubes Examination light to rail clamp.It should be FDA approved. Company: Basic Resuscitation Trolley -M-95 by Medisco medical system or JA-107 by joson care 3 DRUG DISPENSING TROLLEY For the storage and dispensing of medication by ward nursing staff. Frame and carcass shall be constructed from mild steel powder coated/ Polymer. Mounted on approx 125mm castors. The approximate internal dimensions of the medicine container shall be 80 w x50 d x30 h cm. The hinged lid of the unit shall slope down to the front. Lockable with heavy-duty dead lock. Shall be fitted with the following accessories: o Document support on under lid

Page 236 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS surface. o 4 tier rack for holding medications. o Waste bins qty 2 off mounted under the medicine container. o Ampoule holding rack. o Dispensing tray to collect spillages when pouring liquid oral medication. o Side mounted fold-down writing flap. o Different compartments for medicines with labeling. o Lower shelf mounted under medicine container. Unit shall be supplied with a security clamp for wall fixing at the appropriate location, thus ensuring that the trolley is secure when not in use. 4 DRIP STAND S.S. sliding rod. Heavy duty type stainless steel Adjustable height with blocking system. Screw handles. 2 simple hooks. Mobile with five castors. 5 PATIENT TROLLY Patient’s trolley for use in patient’s recovery areas/ transportation. Upholstered top, with adjustable head 1900 x 600mm, at 890mm high, inc. 750mm head, 75mm thick, with full upholstery Side rails Bumper bar/push handle IV pole 200mm base plate castors Safe Working Load 180kg Head section adjustable. It should be FDA approved. 6 WHEEL CHAIR NON FOLDING Made of heavy gauge steel seem less tubing. Manual self-propelling. It should be FDA approved. Single hand brake for both wheels Push handles with anti-slip material. Swing away detachable footrests and detachable arm rest. Seat width of 50cm with washable and foldable material. Suitable for patient’s upto 125kg. 20cm Solid front swivel able wheels and 60cm rear wheels. Seat height of 50cm.

Page 237 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 7 WHEEL CHAIR FOLDABLE Made of heavy gauge steel seem less tubing. Non folding type. Manual self-propelling. Single hand brake for both wheels Push handles with anti-slip material. Swing away detachable footrests and detachable arm rest. Seat width 50cm cushioned with washable material. Suitable for patients upto 125kg. It should be FDA approved. 20cm Solid front swivel able wheels and 60cm rear wheels. Seat height of 50cm. Folding type for transportation and storage 8 STRETECHER FOR PATIENTS Patient’s trolley for use in patient’s recovery areas/ transportation. Upholstered top, with adjustable head 1900 x 600mm, at 890mm high, inc. 750mm head, 75mm thick, with full upholstery Side rails. It should be FDA approved. Bumper bar/push handle IV pole 200mm base plate castors Safe Working Load 180kg Head section adjustable. 9 STORAGE CABINET FOR MEDICINE AND SURGICAL INST Instrument and medicine cabinet of mild steel with EPC finish. Floor standing with double locking. It should be FDA approved. Made of 20G steel sheet. Glazed doors and 6 glass shelves. Size of 150 X 90 X 40cm. 10 LINEN TROLLY Frame made of 1”x1” square S.S. pipe 16 SWG. Having three shelves. Base frame made of 1”x2” S S. Pipe 16 SWG rounded at corners with kick of disc and with four rubber ball bearing castors 125mm two of which with braking system, wear resistant, non-staining, electrically conductive. Dimensions: 75cm (W) x 45cm (D) x 120cm (H).

Page 238 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

Page 239 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS PART 171 PART 172 PART 173

Government of Khyber Pakhtunkhwa Health Department

DETAILED SPECIFICATIONS For

BIO-MEDICAL EQUIPMENTS, INSTRUMENTS, GLASS WARE AND OTHER GENERAL ITEMS FOR DEPARTMENT OF Radiology

March 2017

GENERAL ITEMs (Radiology) Selection will be Subject to Sample & Manufacturers mark must be present on each Item S# Nomenclature Specifications Quantity

Page 240 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS 9 AC 2.5 tones split Branded, Good Quality with 2 years warranty, 1800 2 BTU with installation Company: Mitsubishi slim and smart DC inverter type latest version 10 Ceiling fan Good quality 4 11 Exhaust fans heavy duty Good quality 2 12 Blinds for all windows Vertical blinds 1” to be quoted in sqft 7 13 China Lock Tricircle various sizes 5 14 Door Mate Good Quality 4 15 Dust bins steel Steel -– Good Quality 6 16 Electric Water Coolers Electric Water Cooler 12 gallon SS Tank to be 2 installed with 3 part filtration unit, branded with 2 years warranty 17 Gas Heaters Gas Heaters local with safety devise, ceramic 2 burner, 2 years warranty 18 Name Board Name Board 2 19 Name Plate Name Plate 2 20 Office Tray Office Tray 3 21 Paper Tray Paper Tray 3 22 Crockery (set) Branded, Good Quality 1 23 Wall Clock Wall Clock, Branded, Good Quality 3 24 Chairs for waiting area chairs joined with steel structure of section 40mm x 20 Steel bench type 60mm With approved baked enamel finish including joiner of chair with frame as shown in drawings, Complete in every respect. 25 Cupboard Steel Large 18 gauge steel powder coated with shelves on one 1 side and hanging unit on one side. Size 4 ft x 6 ft x 2 ft WxHxD Sample to be approved 26 Wash room kits Good quality 1 27 Stamp of consultants Good quality 3 28 Telephone set with 2 connection Good quality 29 Made of best quality , Color: green, according to 3 Table Cover with glass size 30 • X-Ray Film Viewer with following features. 2 • Housing made of epoxy-coated steel. • Viewing area for two 14”x17” film. X-Ray Viewing Box • Light intensity more than 9000 lux. • Suitable for wall mounted and table use. • Film clamps and hooks for holding wet films Power requirements 220V, 50Hz 31 Weight Machine Good quality 2

Page 241 of 242 GAJJU KHAN MEDICAL COLLEGE SWABI PROCUREMENT OF BIO-MEDICAL EQUIPMENTS, INSTRUMENTS & GENERAL ITEMS

Page 242 of 242

Recommended publications