Download as pdf or txt
Download as pdf or txt
You are on page 1of 50

STANDARD BIDDING

DOCUMENTS

Scheme Titled “Up gradation of Radiology


Department” Financial Year (2023-2024).

(Single Stage Two Envelop Procedure)

DIGITAL RADIOGRAPHY (DR) SYSTEM.


MOBILE X-RAY.
MOBILE DIGITAL RADIOGRAPHY(DR) SYSTEM.
COLOR DOPPLER LOW END.
DIGITAL MINI C-ARM.

SHAIKH ZAYED HOSPITAL LAHORE.


FINANCIAL YEAR, 2023-24

1|Page
Contents

SECTION II: Instruction to Bidders (ITB) ....................................................................................................... 4


A. Introduction ............................................................................................................................... 4
B. BIDDING DOCUMENTS ......................................................................................................... 6
C. PREPARATION OF BIDS ........................................................................................................ 7
D. SUBMISSION OF BIDS .......................................................................................................... 12
E. OPENING AND EVALUATION OF BIDS.......................................................................... 13
F. AWARD OF CONTRACT ...................................................................................................... 16
F. GRIEVANCE REDRESSAL & COMPLAINT REVIEW MECHANISM .......................... 19
SECTION III: BID DATA SHEET ................................................................................................................... 20
Bid Data Sheet (BDS) ......................................................................................................................................... 20
A. Introduction ............................................................................................................................. 20
B. Bidding Documents................................................................................................................. 20
C. Preparation of Bids ................................................................................................................. 20
D. Submission of Bids.................................................................................................................. 21
E. Opening and Evaluation of Bids ........................................................................................... 21
F. Award of Contract ................................................................................................................... 21
Section IV. Eligible Countries & Certifications............................................................................................ 23
RESPONSIBILITIES: ......................................................................................................................................... 24
Form of Contract .......................................................................................................................... 38
Performance Security (or guarantee) Form .............................................................................. 40
Integrity Pact................................................................................................................................. 41
SECTION V: SCHEDULE OF REQUIREMENTS, TECHNICAL SPECIFICATIONS ......................... 44
Digital Radiography System (DR System) .................................................................................................... 44
Mobile X-Ray ....................................................................................................................................................... 46
Mobile DR System with Battery Backup ....................................................................................................... 47
Color Doppler Low END ................................................................................................................................... 48
Digital Mini-C-ARM with 24-inch Touch screen. ........................................................................................ 50

3|Page
SECTION II: Instruction to Bidders (ITB)
A. Introduction
1.1 The Procuring Agency (PA), as indicated in the Bid Data Sheet (BDS) invites
Bids for the provision of Goods as specified in the BDS and Section V -
1. Scope of Bid Technical Specifications & Schedule of Requirements. The successful
Bidders will be expected to deliver the goods within the specified period and
timeline(s) as stated in the BDS.
2. Source of 2.1 Ministry of National Health Services, Regulations and Coordination. (M/O
Funds NHSR&C).
3.1 A Bidder may be natural person, company or firm or public or semi-public
agency of Pakistan or any foreign country, or any combination of them with
a formal existing agreement (on Judicial Papers) in the form of a joint
venture, consortium, or association. In the case of a joint venture,
consortium, or association, all members shall be jointly and severally liable
for the execution of the Contract in accordance with the terms and conditions
of the Contract. The joint venture, consortium, or association shall nominate
a Lead Member as nominated in the BDS, who shall have the authority to
conduct all business for and on behalf of any and all the members of the joint
venture, consortium, or association during the Bidding process, and in case
of award of contract, during the execution of contract.
3.2 The appointment of Lead Member in the joint venture, consortium, or
association shall be confirmed by submission of a valid Power of
Attorney to the Procuring Agency.
3.3 Verifiable copy of the agreement that forms a joint venture,
consortium or association shall be required to be submitted as part of
the Bid.
3. Eligible
Bidders
3.4 Any bid submitted by the joint venture, consortium or association
shall indicate the part of proposed contract to be performed by each
party and each party shall be evaluated (or post qualified if required)
with respect to its contribution only, and the responsibilities of each
party shall not be substantially altered without prior written approval
of the Procuring Agency and in line with any instructions issued by
the Authority.
In Case of Joint Venture, Each Document’s should be submitted
mandatory as mentioned in BDS. Otherwise bid shall be rejected
straight away.
3.5 The invitation for Bids is open for all Exclusive Distributor /Sole
Agent having documentary proof and in line with any instruction
issued by the Authority.
3.6 A Bidder may be ineligible if –
(a) he is declared bankrupt or, in the case of company or firm,
insolvent.

4|Page
(b) legal proceedings are instituted against such Bidder involving an
order suspending payments and which may result, in accordance
with the national laws, in a declaration of bankruptcy or in any
other situation entailing the total or partial loss of the right to
administer and dispose of the property.
(c) the Bidder is blacklisted and hence debarred due to involvement
in corrupt and fraudulent practices, or performance failure or due
to breach of bid securing declaration.
(d) The firm, supplier and contractor are blacklisted or debarred by a
foreign country, international organization, or other foreign
institutions for the period defined by them.
3.7 Bidders shall provide to the Procuring Agency evidence of their
eligibility, proof of compliance with the necessary legal requirements
to carry out the contract effectively.
3.8 The quoted brand should have a minimum of 5-years of installation
history, satisfactory performance reports, and purchase orders to
support their evidence.
4.1 All goods and related services to be supplied under the contract shall
have their origin in eligible source countries, and all expenditures
made under the contract will be limited to such goods and services.
For purpose of this Bid, ineligible countries are stated in the section-4
titled as “Eligible Countries”.
4.2 The nationality of the supplier that supplies, assembles, distributes, or
4. Eligible sells the goods and services shall not determine the origin of the
Goods. goods.
4.3 To establish the eligibility of the Goods, Bidders shall fill the country
of origin declarations included in the Form of Bid.
4.4 If so, required in the BDS, the Bidder shall demonstrate that it has
been duly authorized by the manufacturer of the goods to deliver in
Pakistan (or in respective country in case of procurement by the
Pakistani Missions abroad), the goods indicated in its Bid.
5.1 A bidder shall submit only one Bid, in the same bidding process,
either individually as a Bidder or as a member in a joint venture or
5. One Bid per
any similar arrangement.
Bidder 5.2 No bidder can be a sub-contractor while submitting a Bid individually
or as a member of a joint venture in the same Bidding process.
5.3 A person or a firm cannot be a sub-contractor with more than one
bidder in the same bidding process.
6.1 The Bidder shall bear all costs associated with the preparation and
6. Cost of
submission of its Bid, and the Procuring Agency shall in no case be
Bidding
responsible or liable for those costs, regardless of the conduct or

5|Page
outcome of the bidding process.
B. BIDDING DOCUMENTS
7. Contents of 7.1 The goods required, bidding procedures, and terms and
Bidding conditions of the contract are prescribed in the Bidding
Documents Documents. In addition to the Invitation to Bids, the Bidding
Documents which should be read in conjunction with any
addenda issued in accordance with ITB 9.2 include:
Section I -Invitation to Bids
Section II Instructions to Bidders (ITBs)
Section III Bid Data Sheet (BDS)
Section IV Eligible Countries
Section V Technical Specifications, Schedule of
Requirements
Section VI Forms – Bid
Section VII General Conditions of Contract (GCC)
Section VIII Special Conditions of Contract (SCC)
Section IX Contract Forms
The Bidder is expected to examine all instructions, forms,
terms, and specifications in the Bidding Documents. Failure
7.2 to furnish all the information required in the Bidding
Documents will be at the Bidder’s risk and may result in the
rejection of his Bid.
8. Clarification of 8.1 A prospective Bidder requiring any clarification of the
Bidding Bidding Documents may notify the Procuring Agency in
Documents writing or in electronic form that provides record of the
content of communication at the Procuring Agency's address
indicated in the BDS.
8.2 The Procuring Agency will within three (3) working days
after receiving the request for clarification, respond in
writing or in electronic form to any request for clarification
provided that such request is received not later than 10 days
prior to the deadline for the submission of Bids as prescribed
in ITB 23.1.
8.3 Copies of the Procuring Agency's response will be forwarded
to all identified Prospective Bidders through an identified
source of communication, including a description of the
inquiry, but without identifying its source.
9. Amendment of 9.1 Before the deadline for submission of Bids, the Procuring
Bidding Agency for any reason, whether at its own initiative or in
Documents response to a clarification requested by a prospective Bidder
or pre-Bid meeting may modify the Bidding Documents by

6|Page
issuing addenda through email/official Website.
9.2 Any addendum issued including the notice of any extension
of the deadline shall be part of the Bidding Documents
pursuant to ITB 7.1 and shall be communicated in writing or
in any identified electronic form that provide record of the
content of communication to all the bidders who have
obtained the Bidding Documents from the Procuring
Agency. The Procuring Agency shall promptly publish the
Addendum at the Procuring Agency’s web page identified in
the BDS/Invitation to Bid:
Provided that the bidder who had either already submitted
their bid or handed over the bid to the courier prior to the
issuance of any such addendum shall have the right to
withdraw his already filed bid and submit the revised bid
prior to the original or extended bid submission deadline.
C. PREPARATION OF BIDS
10. Language of 10.1 The Bid prepared by the Bidder, as well as all
Bid correspondence and documents relating to the Bid
exchanged by the Bidder and the Procuring Agency shall
be written in the English language unless specified in the
BDS. Supporting documents and printed literature
furnished by the Bidder may be in another language
provided they are accompanied by an accurate translation
of the relevant pages in the English language unless
specified in the BDS, in which case, for purposes of
interpretation of the Bidder, the translation shall govern.
11. Documents 11.1 The Bid prepared by the Bidder shall constitute the
and Sample(s) following components: -
Constituting the a) Form of Bid and Bid Prices completed in accordance
Bid
with ITB 14 and 15.
b) Details of the Sample(s) where applicable and
requested in the BDS.
c) Documentary evidence established in accordance
with ITB 13 that the Bidder is eligible and/or
qualified for the subject bidding process.
d) Documentary evidence established in accordance
with ITB 13.3(a) that the Bidder has been authorized
by the manufacturer to deliver the goods into
Pakistan, where required and where the supplier is
not the manufacturer of those goods.
e) Documentary evidence established in accordance

7|Page
with ITB 12 that the goods, to be supplied by the
Bidder are eligible goods and services and conform
to the Bidding Documents.
f) Bid security furnished in accordance with ITB 18.)
Annex-G. otherwise bid will be rejected
straightaway.
g) Duly Notarized Power of Attorney authorizing the
signatory of the Bidder to submit the bid; and
h) Any other document required in the BDS.
11.2 A Procuring Agency shall reject the Bid if the sample(s)-
(a) do(es) not conform to all characteristics prescribed
in the bidding documents and presented within
time.

11.3 Where it is not possible to avoid using a propriety article


as a sample, a Bidder shall make it clear that the propriety
article is displayed only as an example of the type or
quality of the goods being Bided for, and that competition
shall not thereby be limited to the extent of that article
only.
12. Documents 12.1 Pursuant to ITB 11, the Bidder shall furnish, as part of its
Establishing Bid, all those documents establishing the eligibility in
Eligibility of conformity to the terms and conditions specified in the
Goods and
Bidding Documents for all goods, which the Bidder
Related Services
and Conformity proposes to deliver.
to Bidding 12.2 The documentary evidence of the eligibility of the goods
Documents shall consist of a statement in the Price Schedule of the
country of origin of the goods and related services
offered which shall be confirmed by a certificate of origin
issued at the time of shipment.
12.3 The documentary evidence of conformity of the goods, to
the Bidding Documents may be in the form of literature,
drawings, and data, and shall consist of:
a) a detailed description of the essential technical
specifications and performance characteristics of the
Goods.
b) any other procurement specific documentation
requirement as stated in the BDS.
12.4 The Bidder shall also furnish a list giving full particulars,
including available sources and current prices of goods,
spare parts, special tools, etc., necessary for the proper

8|Page
and continuing functioning of the Goods during the
period specified in the BDS following commencement of
the use of the goods by the Procuring Agency.
12.5 For purposes of the commentary to be furnished pursuant
to ITB 12.3(c) above, the Bidder shall note that standards
for workmanship, material, and equipment, as well as
references to brand names or catalogue numbers
designated by the Procuring Agency in its Technical
Specifications, are intended to be descriptive only and not
restrictive.
13. Documents 13.1 Pursuant to ITB 11, the Bidder shall furnish, as part of its
Establishing Bid, all those documents establishing the Bidder’s
Eligibility and eligibility to participate in the bidding process and/or its
Qualification of
qualification to perform the contract if its Bid is accepted.
the Bidder
13.2 The documentary evidence of the Bidder’s eligibility to
Bid shall establish to the satisfaction of the Procuring
Agency that the Bidder, at the time of submission of its
bid, is from an eligible country as defined in Section-4
titled as “Eligible Countries”.
13.3 The documentary evidence of the Bidder’s qualifications
to perform the contract if its Bid is accepted shall establish
to the satisfaction of Procuring Agency that:
a) in the case of a Bidder offering to deliver goods under
the contract which the Bidder did not manufacture or
otherwise produce, the Bidder has been duly
authorized by the goods’ Manufacturer or producer to
deliver the goods in Pakistan.
b) the Bidder has the financial, technical, and
supply/production capability necessary to perform
the Contract, meets the qualification criteria specified
in BDS.
c) in the case of a Bidder not doing business within
Pakistan, the Bidder is or will be (if awarded the
contract) represented by an Agent in Pakistan
equipped, and able to carry out the Supplier’s
maintenance, repair, and spare parts-stocking
obligations prescribed in the Conditions of Contract
and/or Technical Specifications.
d) that the Bidder meets the qualification criteria listed in
the Bid Data Sheet.
14. Form of Bid 14.1 The Bidder shall fill the Form of Bid furnished in the

9|Page
Bidding Documents. The Bid Form must be completed
without any alterations to its format and no substitute
shall be accepted as Annex-C.
15. Bid Prices 15.1 The Bidder shall indicate on the appropriate Price
Schedule, the unit prices (where applicable) and total Bid
price of the goods it proposes to deliver under the
contract.
15.2 • The price of the goods shall be quoted CIF named port
of destination.
• The price for inland transportation, insurance, and
other local costs incidental to delivery of the goods
from the port of entry to their final destination are the
responsibility of successful bidder.
• All kind of applicable taxes like customs duties,
General sales tax(GST), Handling Charges, and other
taxes applicable on goods or on the components and
raw materials used in their manufacture or assembly,
if the contract is awarded to the Bidder will be the
responsibility of the successful bidder.
• GST, additional GST must be included in the offered
price.
15.4 Prices quoted by the Bidder shall be fixed during the
Bidder’s performance of the contract and not subject to
variation on any account. A Bid submitted with an
adjustable price will be treated as non-responsive and
shall be rejected, pursuant to ITB 28.
15.5 If so, indicated in the Invitation to Bids and Instructions
to Bidders, that Bids are being invited for individual
contracts (Lots) or for any combination of contracts,
Bidders wishing to offer any price reduction for the
award of more than one contract shall specify in their Bid
the price reductions applicable to each Item, or
alternatively, to individual contracts (Lots) within an item
/ package.
16. Bid Currencies 16.1 Prices shall be quoted in the following currencies:
a) For goods, that the Bidder will deliver from outside
Pakistan, or for imported parts or components of
goods, originating outside Pakistan, the Bid prices
shall be quoted in Foreign Currency which is easily
convertible into single currency USD ($).
b) In case of Currency being other than US Dollars, the

10 | P a g e
same Should be converted into US Dollars on the
parity rate of the State Bank of Pakistan on that
date.
c) The rate of exchange shall be the selling rate,
prevailing on the date of opening of (financial part
of) bids specified in the bidding documents, as
notified by the State Bank of Pakistan on that day.
d) Lowest bidder will be determined on the basis of
Cost of Part-1 + Cost of Part-2 is equal to Part-3 i.e.,
Cost of the equipment + Cost of the Comprehensive
Maintenance Contract with effect from 4th year to 5th
year.
17. Bid Validity 17.1 Bids shall remain valid for the period specified in the
Period BDS after the Bid submission deadline prescribed by the
Procuring Agency.
A Bid valid for a shorter period shall be rejected by the
Procuring Agency as non-responsive.
18. Bid Security 18.1 Pursuant to ITB 11, unless otherwise specified in the
or Bid Securing BDS, the Bidder shall furnish as part of its Bid, a Bid
Declaration Security in form of fixed amount, in form of earnest
money (CDR)/Bank Guarantee, of the total estimated
value of procurement determined by the procuring
agency and in the amount and currency specified in the
BDS or Bid Securing Declaration as specified in the BDS
in the format provided in Section VI (Standard Forms)
and as Annex-G.
18.2 Any Bid not accompanied by a Bid Security or Bid
Securing Declaration in accordance with ITB 18.1, shall be
rejected by the Procuring Agency as non-responsive,
pursuant to ITB 28.
18.3 Unsuccessful Bidders’ Bid Security will be discharged or
returned as promptly as possible, however in no case later
than thirty (30) days after the expiration of the period of
Bid Validity prescribed by the Procuring Agency
pursuant to ITB 17. The Procuring Agency shall make no
claim to the amount of the Bid Security, and shall
promptly return the Bid Security document, after
whichever of the following that occurs earliest:
(a) the expiry of the Bid Security.
(b) the entry into force of a procurement contract and
the provision of a performance security (or

11 | P a g e
guarantee), for the performance of the contract if
such a security (or guarantee), is required by the
Biding documents.
(c) the rejection by the Procuring Agency of all Bids.
(d) the withdrawal of the Bid prior to the deadline for
the submission of Bids, unless the Biding
documents stipulate that no such withdrawal is
permitted.
18.4 The successful Bidder’s Bid Security will be discharged
upon the Bidder signing the contract pursuant to ITB 39,
or furnishing the performance security (or guarantee),
pursuant to ITB 42.
19. Withdrawal, 19.1 Before bid submission deadline, any bidder may
Substitution, withdraw, substitute, or modify its Bid after it has been
and submitted by sending a written notice, duly signed by an
Modification of
authorized representative, and the corresponding
Bids
substitution or modification must accompany the
respective written notice.
19.2 Bids requested to be withdrawn in accordance with ITB
20.1 shall be returned unopened to the Bidders.
20. Format and 20.1 The Bidder shall prepare an original Bid as indicated in
Signing of Bid the BDS, clearly marking each “ORIGINAL”.
20.2 Any interlineations, erasures, or overwriting shall be
valid only if they are signed by the person or persons
signing the Bidder.
D. SUBMISSION OF BIDS
21. Sealing and 21.1 Single Stage Two Envelope Procedure will be adopted,
Marking of Bids The Bid shall comprise two envelopes submitted
simultaneously, one called the Technical Proposal and the
other Financial Proposal. Both envelopes to be enclosed
together in an outer single envelope called the Bid. Each
Bidder shall submit his bid as under:
a) Bidder shall submit his TECHNICAL PROPOSAL
as Annex-A and FINANCIAL PROPOSAL as
Annex-B in separate inner envelopes and enclosed
in a single outer envelope.
21.2 The inner and outer envelopes shall:
a) be addressed to the Procuring Agency at the
address provided in the Bidding Data /Invitation
to Bids.
b) bear the name and identification number of the

12 | P a g e
contract as defined in the Bidding Data; and
provide a warning not to open before the time and
date for bid opening, as specified in the Bidding
Data. pursuant to ITB 23.1.
In addition to the identification required in Sub- Clause
21.2 hereof, the inner envelope shall indicate the name
and address of the bidder to enable the bid to be returned
unopened in case it is declared “late” pursuant to Clause
IB.24
21.3 If all envelopes are not sealed and marked as required by
ITB 22.1, ITB 22.2 and ITB 22.3 or incorrectly marked, the
Procuring Agency will assume no responsibility for the
misplacement or premature opening of Bid.
22. Deadline for 22.1 Bids shall be received by the Procuring Agency no later
Submission of than the date and time specified in the BDS.
Bids
22.2The Procuring Agency may, in exceptional circumstances
and at its discretion, extend the deadline for the
submission of Bids by amending the Bidding Documents
in accordance with ITB 9, in which case all rights and
obligations of the Procuring Agency and Bidders
previously subject to the deadline will thereafter be
subject to the new deadline.
23. Late Bids 23.1 The Procuring Agency shall not consider for evaluation
any Bid that arrives after the deadline for submission of
Bids, in accordance with ITB 23.
23.2 Any Bid received by the Procuring Agency after the
deadline for submission of Bids shall be declared late,
recorded, rejected, and returned unopened to the Bidder.
E. OPENING AND EVALUATION OF BIDS
24. Opening & 24.1 In case of Single Stage Two Envelop Bidding Procedure,
Evaluation of after the evaluation and approval of technical proposal
Bids. 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 subject to
redress of the grievances from all tiers of grievances.
25.Confidentiality 25.1 Information relating to the examination, clarification,
evaluation and comparison of Bids and recommendation
of contract award shall not be disclosed to Bidders or any
other persons not officially concerned with such process

13 | P a g e
until the time of the announcement of the respective
evaluation report.
26. Clarification of 26.1 To assist in the examination, evaluation, and comparison
Bids of Bids (and post-qualification if applicable) of the
Bidders, the Procuring Agency may, ask any Bidder for a
clarification of its Bid including breakdown of prices.
Any clarification submitted by a Bidder that is not in
response to a request by the Procuring Agency shall not
be considered.
26.2 The alteration or modification in the bid which in any
affect the following parameters will be considered as a
change in the substance of a bid:
a) evaluation & qualification criteria.
b) required scope of work or specifications.
c) all securities requirements.
d) tax requirements.
e) terms and conditions of bidding documents.
f) change in the ranking of the bidder
27. Preliminary 27.1 Prior to the detailed evaluation of Bids, the Procuring
Examination of Agency will determine whether each Bid:
Bids a) meets the eligibility criteria defined in ITB 3
and ITB 4.
b) has been prepared as per the format and
contents defined by the Procuring Agency in
the Bidding Documents.
c) has been properly signed & stamped at the
bottom.
d) is accompanied by the required securities; and
e) is substantially responsive to the requirements
of the Bidding Documents.
The Procuring Agency's determination of a Bid's
responsiveness will be based on the contents of the Bid
itself.
27.2 A substantially responsive Bid is one which conforms to
all the terms, conditions, and specifications of the
Bidding Documents, without material deviation or
reservation. A material deviation or reservation is one
that: -
a) affects in any substantial way the scope, quality,
or performance of the Services.
b) limits in any substantial way, inconsistent with

14 | P a g e
the Bidding Documents, the Procuring Agency's
rights or the Bidders obligations under the
Contract; or
c) if rectified, would affect unfairly the
competitive position of other Bidders
presenting substantially responsive Bids.
27.3 The Procuring Agency will confirm that the documents
and information specified under ITB 11, 12 and 13 have
been provided in the Bid. If any of these documents or
information is missing or is not provided in accordance
with the Instructions to Bidders, the Bid shall be rejected.
27.4 Provided that a Technical Bid is substantially responsive,
the Procuring Agency may request the Bidder to submit
the necessary information or documentation, within a
reasonable period of time, to rectify nonmaterial
nonconformities or omissions in the Technical Bid
related to documentation requirements. Requesting
information or documentation on such nonconformities
shall not be related to any such aspect of the technical
Proposal linked with the ranking of the bidders. Failure
of the Bidder to comply with the request may result in
the rejection of its Bid.
28. Examination of 28.1 The Procuring Agency shall examine the Bid to confirm
Terms and that all terms and conditions specified in the GCC, and
Conditions; the SCC have been accepted by the Bidder without any
Technical
material deviation or reservation.
Evaluation
28.2 The Procuring Agency shall evaluate the technical
aspects of the Bid submitted in accordance with ITB 22,
to confirm that all requirements specified in Section V –
Schedule of Requirements, Technical Specifications of
the Bidding Documents have been met without material
deviation or reservation.
28.3 If after the examination of the terms and conditions and
the technical evaluation, the Procuring Agency
determines that the Bid is not substantially responsive in
accordance with ITB 29, it shall reject the Bid.
29. Evaluation of 29.1 The Procuring Agency shall evaluate and compare only
Bids the Bids determined to be substantially
responsive/responsive, pursuant to ITB 29.
29.2 In evaluating the Technical Proposal of each Bid, the
Procuring Agency shall use the criteria and

15 | P a g e
methodologies listed in (ITB - 13.35) the BDS and in
terms of Statement of Requirements and Technical
Specifications. No other evaluation criteria or
methodologies shall be permitted.
29.3 The Procuring Agency’s evaluation of a Bid will
consider: In the case of goods of foreign origin offered
from abroad, customs duties and other similar import
taxes which will be payable on the goods will be the
responsibility of the successful bidder.
29.4 If these Bidding Documents allow Bidders to quote
separate prices for different Lots, and the award to a
single Bidder of multiple Lots, the methodology of
evaluation to determine the lowest evaluated Lot
combinations, including any discounts offered in the
Form of Bid, is specified in the BDS.
30. Post- 30.1 After determining the Lowest Evaluated Bid, if neither
qualification of the pre-qualification was undertaken separately nor any
Bidder and/or qualification parameters were undertaken as part of
Abnormally Low
determining the Lowest Evaluated Bid, the Procuring
Financial
Proposal Agency shall carry out the post-qualification of the
Bidder using only the requirements specified in the BDS.

In case of International Tendering, the parameters for


incorporation or licensing within Pakistan may be
fulfilled as part of post qualification.

F. AWARD OF CONTRACT
31. Criteria of 31.1 Subject to ITB 35 and 38, the Procuring Agency will
Award award the Contract to the Bidder whose Bid has been
determined to be substantially responsive to the Bidding
Documents and who has been declared as Most
Advantageous Bidder, provided that such Bidder has
been determined to be:
a) Eligible in accordance with the provisions of ITB 3;
b) Is determined to be qualified to perform the
Contract satisfactorily; and
c) Successful negotiations have been concluded, if
any.
32. Procuring 32.1 Notwithstanding ITB 29 , the Procuring Agency reserves
Agency’s Right to the right to reject all the bids, and to annul the Bidding
to reject All Bids process at any time prior to award of contract, without
thereby incurring any liability to the affected Bidder or

16 | P a g e
Bidders. However, the Authority (i.e., PPRA) may call
from the Procuring Agency the justification of those
grounds.
32.2 Notice of the rejection of all Bids shall be given promptly
to all Bidders that have submitted Bids.
32.3 The Procuring Agency shall upon request communicate
to any Bidder the grounds for its rejection of its Bids but
is not required to justify those grounds.
33. Procuring 33.1 The Procuring Agency reserves the right at the time of
Agency’s Right to contract award to increase or decrease the quantity of
Vary Quantities goods, originally specified in these Bidding Documents
at the Time of
(schedule of requirements) provided this does not exceed
Award
by the percentage indicated in the BDS, without any
change in unit price or other terms and conditions of the
Bid and Bidding Documents.
34. Notification of 34.1 Prior to the award of contract, the Procuring Agency
Award shall issue a Final Evaluation Report giving justification
for acceptance or rejection of the bids.
34.2 Where no complaints have been lodged, the Bidder
whose Bid has been accepted will be notified of the
award by the Procuring Agency prior to expiration of the
Bid Validity period in writing or electronic forms that
provide record of the content of communication. The
Letter of Acceptance will state the sum that the Procuring
Agency will pay the successful Bidder in consideration
for the execution of the scope of works as prescribed by
the Contract (hereinafter and in the Contract called the
"Contract Price).
34.3 The notification of award will constitute the formation of
the Contract, subject to the Bidder furnishing the
Performance Security (or guarantee).
34.4 Upon the successful Bidder’s furnishing of the
performance security (or guarantee) pursuant to ITB 36 ,
the Procuring Agency will promptly notify each
unsuccessful Bidder, the name of the successful Bidder
and the Contract amount and will discharge the Bid
Security or Bid Securing Declaration of the Bidders
pursuant to ITB 18.7.
35. Signing of 35.1 Promptly after notification of award, Procuring Agency
Contract shall send the successful Bidder the draft agreement,

17 | P a g e
incorporating all terms and conditions as agreed by the
parties to the contract.
35.2 Immediately after the Redressal of grievance by the GRC,
and after fulfillment of all condition’s precedent of the
Contract Form, the successful Bidder and the Procuring
Agency shall sign the contract.
35.3 Where no formal signing of a contract is required,
purchase order issued to the bidder shall be construed to
be the contract.
36. Performance 36.1 After the receipt of the Letter of Acceptance, the
Security (or successful Bidder, within the specified time, shall deliver
Guarantee) to the Procuring Agency a Performance Security (or
Guarantee) in the amount and in the form stipulated in
the BDS and SCC, denominated in the type and
proportions of currencies in the Letter of Acceptance and
in accordance with the Conditions of Contract.
36.2 If the Performance Security (or Guarantee) is provided by
the successful Bidder and it shall be in the form specified
in the BDS which shall be in any of the following:
(a) certified cheque, cashier’s or manager’s cheque, or
bank draft.
(b) irrevocable letter of credit issued by a Scheduled
bank or in the case of an irrevocable letter of credit
issued by a foreign bank, the letter shall be confirmed
or authenticated by a Scheduled bank.
(c) bank guarantee confirmed by a reputable local bank
or, in the case of a successful foreign Bidder, bonded
by a foreign bank; or
(d) surety bond callable upon demand issued by any
reputable surety or insurance company.
Any Performance Security (or guarantee) submitted shall
be enforceable in Pakistan.
36.3 Failure of the successful Bidder to comply with the
requirement of ITB 36.1 shall constitute sufficient
grounds for the annulment of the award and forfeiture of
the Bid Security, in which event the Procuring Agency
may make the award to the next ranked Bidder.
37. Advance 37.1 The advance payment will not be provided in normal
Payment circumstances. However, in case where international
incoterms are involved, the same will be dealt with

18 | P a g e
standard international practices and in the manner as
prescribed in ITB 44.2.
37.2 The Procuring Agency will provide an Advance Payment
as stipulated in the Conditions of Contract, subject to a
maximum amount, as stated in the BDS. The Advance
Payment request shall be accompanied by an Advance
Payment Security (Guarantee) in the form provided in
Section IX. For the purpose of receiving the Advance
Payment, the Bidder shall make and estimate of, and
include in its Bid, the expenses that will be incurred in
order to commence Delivery of Goods. These expenses
will relate to the purchase of equipment, machinery,
materials, and on the engagement of labor during the first
month beginning with the date of the Procuring Agency’s
“Notice to Commence” as specified in the SCC.
38. Arbitrator 45.1 The Arbitrator shall be appointed by mutual consent of
both parties as per the provisions specified in the SCC.
39. Corrupt & 46.1 Procuring Agencies (including beneficiaries of
Fraudulent Government funded projects and procurement) as well
Practices as Bidders/Suppliers/Contractors under Government
financed contracts, observe the highest standard of ethics
during the procurement and execution of such contracts,
and will avoid engaging in any corrupt and fraudulent
practices.
F. GRIEVANCE REDRESSAL & COMPLAINT REVIEW MECHANISM
40. Constitution of 40.1 • Procuring agency shall constitute a Grievance
Grievance Redressal Committee (GRC) comprising of odd
Redressal number of persons. As per PPR-2004.
• Any Bidder feeling aggrieved by any act of the
procuring agency after the submission of his bid may
lodge a written complaint concerning his grievances
not later than seven days of the announcement of
technical evaluation report and five days after
issuance of final evaluation report.
• The GRC, in both the cases shall investigate and
decide upon the complaint within Ten days of its
receipt.
• In case, the complaint is filed after the issuance of the
final evaluation report, the complainant cannot raise
any objection on technical evaluation of the report:

19 | P a g e
SECTION III: BID DATA SHEET
Bid Data Sheet (BDS)

The following specific data for the goods to be procured shall complement,
supplement, or amend the provisions in the Instructions to Bidders (ITBs).
Whenever there is a conflict, the provisions herein shall prevail over those in ITBs.

BDS ITB Amendments of, and Supplements to, Clauses in the Instruction to
Clause Number Bidders
Number
A. Introduction
Name of Procuring Agency: Shaikh Zayed Hospital
The subject of procurement is Upgradation of the Radiology Department “at
1. 1.1 Shaikh Zayed Hospital, Lahore.
Period for delivery of goods: 120 Days after establishment of LC.
Commencement date for delivery of Goods: 120-Days
Financial year for the operations of the Procuring Agency: [2021-2022 to
2022-2023]
2 2.1 & 2.2
“Upgradation of the Radiology Department “at Shaikh Zayed Hospital, Lahore.
Name of financing institution: [M/O NHSR&C]
Maximum number of members in the joint venture, consortium or
3. 3.1
association shall be any.
4. 4.1 Ineligible country(s) is or are [Israel & India]
Demonstration of authorization by manufacturer: mandatory to have
5. 5.5
Exclusive Distribution from last two years.
B. Bidding Documents
6. 6.1 Only one Original Document. No Copy of Documents needed.
The address for clarification of Bidding Documents is The Executive
7.1 Director / Chairman, Shaikh Zayed Hospital Lahore, Phone.No.042-
7.
35865731-35, Ext,2535.
7.2 Pre-bid meeting will not be held.
C. Preparation of Bids
The Language of all correspondences and documents related to the Bid is:
8. 8.1
English
9. 9.1 Characteristics [ Nil]
In addition to the documents stated in ITB 11, the following documents
must be included with the Bid
- GST
10. 10.1 - NTN
- PEC/DRAP
- SECP
- Income TAX Last 3 years.
11. 11.1 Other procurement specific documentation requirements are FDA510K /
CE /MHLW for high-tech equipment i.e.(Cost Rs: 10 million or above), any 2

20 | P a g e
certificates are necessary for the quoted model against each item
mentioned.
12. 12.1 Spare parts availability certificate required for 10 years of operation from
the manufactures.
13. 13.1 The qualification criteria required from Bidders in ITB 13.3(b) is modified
as follows: [Knockout criteria attached as annexure].
The Bidder is required to include with its Bid, documentation from the
manufacturer of the goods, that it has been duly authorized to deliver, in
Pakistan, the goods indicated in its Bid.
14. 14.1 For goods offered from abroad the price quoted shall be: USD ($)

[Select, in accordance with the Schedule of Requirements and place of destination


as per Applicable INCOTERM i.e., CIF named port of destination.

15. 15.1 For the purposes of comparison of bids quoted in different currencies, the
price shall be converted into a single currency specified in the bidding
documents. The rate of exchange shall be the selling rate, prevailing on
the date of opening of bids specified in the bidding documents, as
notified by the State Bank of Pakistan on that day.
16. 16.1 The Bid Validity period shall be 180 days.
17. 17.1 The amount of Bid Security is mentioned in the invitation to bid form.
18. 18.1 The Bid Security shall be in the form of: CDR /Bank Draft/Pay order.
19. 19.1 Alternative Bids to the requirements of the Bidding Documents "will not,'
be permitted.
20 20.1 Only one Original Document and Two photo copies needed.
21. 21.1 Written confirmation of authorization is required from Manufacture and
mandatory requirements:
- Original Equipment Manufacture Certificate Required.
- Installation Certificate by the Manufacture jointly through their
locally authorized Distributor.
- Spare Parts Availability Certificate for 10 years availability
- Latest and Updated Product conformity certificate.
- Manufacture Experience Certificate in Similar Product.
The above said documents will be part of Knock Down Criteria, all are
mandatory if any of above is missed bid shall be rejecting straight away.
D. Submission of Bids
22. 22.1 Bid shall be submitted through E-PADS (PPRA) and hard copy in
person before CPC in the Ministry of NHSR&C Islamabad, within
specified date and time, otherwise bids will not be entertained.

E. Opening and Evaluation of Bids

25. 25.1 The Bid opening shall take place through E-PADS (PPRA) and hard
copy in person before CPC in the Ministry of NHSR&C Islamabad,
within specified date and time.
26. 26.1 Other specific criteria are Lowest Evaluated Bid
F. Award of Contract
27. 27.1 Percentage for quantity increase or decrease.
28. 28.1 The Performance Security (or guarantee) shall be amounting to 5 percent

21 | P a g e
(CDR) and 5 percent Bank Guarantee, of the Contract Price.
429 29.1 The Performance Security (or guarantee) shall be in the form of CDR /
Pay Order/Bank Guarantee.

22 | P a g e
Section IV. Eligible Countries & Certifications.

- Country of manufacturer should be of USA, Europe, and Japan, unless


otherwise any other country of manufacturer is mentioned in specifications.
However, country of origin of equipment could be from any geographical
region of the world as per laws of Pakistan.
- The medical equipment offered from foreign countries of USA, Europe and
Japan shall be eligible to participate and must bear FDA510k, CE(MDD) or
MHLW (Ministry of Health, Labor and Welfare) standard, respectively and
those products should be marketed world widely; in case the origin is not
mentioned in the specifications. (The product manufactured and marketed for
certain region shall be knocked down).
- In case of high-tech equipment (Cost Rs: 10-Millions or above), any of the
abovementioned two certificates are mandatory. The country of manufacturer
other than USA, Europe and Japan will be acceptable only if it is specifically
mentioned in the advertised tender/Specifications.
Section IV: Clause 1.1: The above said Eligibility of Countries & Conformity of
Certification for Product of Similar nature is required and mandatory part of Knock
Down Criteria, if bidder not complying with the above said terms & conditions, it
will be straight away rejected.

23 | P a g e
RESPONSIBILITIES:
Sr.# Description.
The successful bidder will be required to submit Bank Guarantee / Pay order in favour of Executive
1 Director / Chairman, Shaikh Zayed Hospital Lahore @ 10% of the total value of order amount, with SZH
for warranty period.
3 The vendor will give the warranty of 3-years with parts as mentioned in Tender/ specifications.
The vendor will have to provide the undertaking on Judicial paper duly attested by Notary Public within
4 07-days after the issuance of this Award letter that they will supply/install the equipment in accordance
laid down / stipulated period.
The equipment to be supplied should be accompanied with one original and two printed copies of the
5 operation, service / maintenance and schematic diagram and spare part list manual in the English
language.
The tenderer has to quote only one rate for each item as per tender specifications. No alternate model or
separate accessories will be accepted and only first offer will be considered. Over writing, cutting, erasing
6
in the tender document will result in to cancellation of the bid. Any thing quoted over and above the
tender specifications shall not be considered and offer/quotation shall be rejected.
The bids will be valid for 180-days from the date of the opening of the tenders. “The procuring agency
shall ordinarily 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 any
7
extension is considered necessary, all those who have submitted their bids shall be asked to extend their
respective bid validity period. Such extension shall be for not more than the period equal to the period of
the original bid validity”.
Bidders who, -
(a) Agree to the procuring agency’s request for extension of bid validity period shall not be permitted to
8 change the substance of their bids; and
(b) Do not agree to an extension of the bid validity period shall be allowed to Withdraw their bids
without forfeiture of their bid securities (earnest money).
The bidder shall submit with the bid an undertaking on judicial paper, stating that the equipment to be
supplied is brand new and of latest generation free from defects in design material and workmanship
and will bind himself for availability of spares for a period of 10 years from the date of supply . In case
9 of winding up of his business the supplier shall be bound to make on alternate arrangements of spares
and maintenance of equipment. In case of default depreciated cost of equipment will be recoverable from
him. “If the vendor/ supplier pack up/ close his business original manufacturer will be bound to make
alternate arrangement”.
10 Contractor/Supplier will be responsible for pre-requisition installation, free of cost.
The firm will be bound to deliver and install the Equipment complete in all respects within 120-days after
11
the Establishment of L.C.
a) Technical training to 02-End users will be provided from the firm internationally.
12 b) Clinical application training will be provided to the 3-4 Technologists and 4-5 End users nationally
(at SZH) by factory trained clinical specialist for period of 15-days.
Up-gradation of software should be provided from the manufacturer if required and vendor will be
13
responsible, to provide during the warranty period.
The system will have the minimum uptime 95% in case of down time beyond this period the following
penalty will be applied: -
- 95% to 100% No penalty.
- Less than 95% the warranty period will be extended 01 time the number of days system is down.
- Less than 90% warranty period will be extended 02 times the down time period.
14 - Less than 85% warranty period will be extended 03 times the down time period and supplier is
supposed to give justification of delay.
- If uptime is less than 80%, The performance guarantee will be forfeited and the firm will be liable to be
blacklisted until and unless the firm provides reasonable justifications to the competent authority, and
hospital reserve the right to launch a complaint to the Principal/ Manufacturer to act against the supplier
and warranty will be extended three (3) time for the down time period.

24 | P a g e
- However, PPM will not consider in the down time and PPM of the system will be done on quarterly
basis similarly the down time will be calculated on quarterly basis.
15 Site Preparation and Renovation of Radiology Department: (Area of quoted item).

• Complete site renovation of offered bid / tender including reporting room (Like:-PC’s, Workstations,
Interior Designing), along with HOD Area and consultant offices and conference room audio video
setup, wireless internet facility, console and UPS room, foolproof lead shielding of refence room and
doors, if necessary, air-conditioning, temperature, false ceiling, painting, antistatic flooring / ceramic
flooring, electric DB, earthing, and power cable from main transformer / hospital LT panel will be
the responsibility of the successful vendor. The installation will be a Trunkey project and any
modification in the existing site will be the responsibility of successful vendor until user satisfaction,
where necessary.
• The firm will be responsible for complete interface free installation keeping in view of the
requirement and recommendation of the manufacturer and its surrounding to ensure artifacts,
examination / procedures. The system must be software upgradable.
• Washrooms of the designated area renovation also part of the successful vendor.
16 Additional Scope added:

• Male / female changing room, renovation, and complete furniture.


• Waiting area, renovation, and its complete furniture.

25 | P a g e
Annex A
Letter of Bid – Technical Proposal
INSTRUCTIONS TO BIDDERS: DELETE THIS BOX ONCE YOU HAVE
COMPLETED THE DOCUMENT
Place this Letter of Bid in the first envelope “TECHNICAL PROPOSAL”.

The Bidder must prepare the Letter of Bid on stationery with its letterhead clearly showing
the Bidder’s complete name and business address.

Note: All italicized text in black font is to help Bidders in preparing this form and Bidders
shall delete it from the final document.

Date of this Bid submission: [insert date (as day, month, and year) of Bid submission]
RFB No.: [insert number of Bidding process]
Request for Bid No.: [insert identification]

To:

[insert complete name of Procuring Agency]

We, the undersigned Bidder, hereby submit our Bid, in two parts, namely:
(a) the Technical Proposal, and
(b) the Financial Proposal.
In submitting our Bid, we make the following declarations:
(a) No reservations: We have examined and have no reservations to the bidding
document, including addenda issued in accordance with Instructions to Bidders
(ITB 9).
(b) Eligibility: We meet the eligibility requirements and have no conflict of interest
in accordance with ITB 3.
(c) Bid/Proposal-Securing Declaration: We have not been suspended nor declared
ineligible by the Procuring Agency based on execution of a Bid Securing
Declaration or Proposal Securing Declaration in the Procuring Agency’s country
in accordance with ITB 4;
(d) Conformity: We offer to supply in conformity with the bidding document and
in accordance with the Delivery Schedules specified in the Schedule of
Requirements the following Goods:
(e) Bid Validity Period: Our Bid shall be valid for the period specified in BDS 17.1
(as amended, if applicable) from the date fixed for the Bid submission deadline

26
specified in BDS 23.1 (as amended, if applicable), and it shall remain binding
upon us, and may be accepted at any time before the expiration of that period.
(f) Performance Security: If our Bid is accepted, we commit to obtain a
performance security in accordance with the bidding document;
(g) One Bid per Bidder: We are not submitting any other Bid(s) as an individual
Bidder, and we are not participating in any other bid(s) as a Joint Venture
member or as a subcontractor, and meet the requirements.
(h) Suspension and Debarment: We, along with any of our subcontractors,
suppliers, consultants, manufacturers, or service providers for any part of the
contract, are not subject to, and not controlled by any entity or individual that is
subject to, a temporary suspension or a debarment imposed by the Procuring
Agency. Further, we are not ineligible under Pakistan laws;
(i) Binding Contract: We understand that this Bid, together with your written
acceptance thereof included in your Letter of Acceptance, shall constitute a
binding contract between us, until a formal contract is prepared and executed;
Name of the Bidder: *[insert complete name of Bidder]
Name of the person duly authorized to sign the Bid on behalf of the Bidder: **
[insert complete name of person duly authorized to sign the Bid]
Title of the person signing the Bid: [insert complete title of the person signing the Bid]
Signature of the person named above: [insert signature of person whose name and
capacity are shown above]
Date signed [insert date of signing] day of [insert month], [insert year]

*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder.
**: Person signing the Bid shall have the power of attorney given by the Bidder. The power of
attorney shall be attached with the Bid Schedules.

27
Annex -B
Letter of Bid - Financial Proposal
INSTRUCTIONS TO BIDDERS: DELETE THIS BOX ONCE YOU HAVE
COMPLETED THE DOCUMENT
Place this Letter of Bid - Financial Proposal in the second envelope marked “FINANCIAL
PROPOSAL”.

The Bidder must prepare the Letter of Bid - Financial Proposal on stationery with its
letterhead clearly showing the Bidder’s complete name and business address.

Note: All italicized text is to help Bidders in preparing this form.

Date of this Bid submission: [insert date (as day, month and year) of Bid submission]
No.: [insert number of bidding process]
Name of Project.: [insert identification]

To:
[insert complete name of Procuring Agency]

We, the undersigned Bidder, hereby submit the second part of our Bid, the Financial
Proposal

In submitting our Financial Proposal we make the following additional declarations:

(a) Bid Validity Period:


(b) Total Price:
(c) Binding Contract: We understand that this Bid, together with your written
acceptance thereof included in your Letter of Acceptance, shall constitute a
binding contract between us, until a formal contract is prepared and executed.

Name of the Bidder:*[insert complete name of the Bidder]

Name of the person duly authorized to sign the Bid on behalf of the Bidder: **
[insert complete name of person duly authorized to sign the Bid]

Title of the person signing the Bid: [insert complete title of the person signing the Bid]

Signature of the person named above: [insert signature of person whose name and
capacity are shown above]

28
Date signed [insert date of signing] day of [insert month], [insert year]

*: In the case of the Bid submitted by a Joint Venture specify the name of the Joint Venture as Bidder.

**: Person signing the Bid shall have the power of attorney given by the Bidder. The power of
attorney shall be attached with the Bid Schedules.

29
ANNEX - C
Bidder Information Form
[The Bidder shall fill in this Form in accordance with the instructions indicated below. No
alterations to its format shall be permitted and no substitutions shall be accepted.]

Date: [insert date (as day, month and year) of Bid submission]
No.: [insert number of Bidding process]

Page ________ of_ ______ pages

1. Bidder’s Name [insert Bidder’s legal name]


2. In case of JV, legal name of each member: [insert legal name of each member in JV]
3. Principal Name and Address: [insert Complete Detail]
4. Exclusive Authorization: [insert Authorization Dates and Last Expiry Date]
5. Bidder’s actual or intended country of registration: [insert actual or intended country
of registration]
6. Bidder’s year of registration: [insert Bidder’s year of registration]
7. Bidder’s Address in country of registration: [insert Bidder’s legal address in country of
registration]
8. Bidder’s Authorized Representative Information
Name: [insert Authorized Representative’s name]
Address: [insert Authorized Representative’s Address]
Telephone/Fax numbers: [insert Authorized Representative’s telephone/fax numbers]
Email Address: [insert Authorized Representative’s email address]
9. Attached are copies of original documents of [check the box(es) of the attached
original documents]
 Articles of Incorporation (or equivalent documents of constitution or
association), and/or documents of registration of the legal entity named above.
 In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB
3.4.
 Establishing that the Bidder is not under the supervision of the Procuring
Agency
10. Included are the organizational chart, a list of Board of Directors, and the
beneficial ownership.

30
ANNEX - D
Bidder’s JV Members Information Form
[The Bidder shall fill in this Form in accordance with the instructions indicated below. The
following table shall be filled in for the Bidder and for each member of a Joint Venture]].
Date: [insert date (as day, month, and year) of Bid submission]
RFB No.: [insert number of RFB process]
Alternative No.: [insert identification No if this is a Bid for an alternative]

Page ________ of_ ______ pages

1. Bidder’s Name: [insert Bidder’s legal name]

2. Bidder’s JV Member’s name: [insert JV’s Member legal name]

3. Bidder’s JV Member’s country of registration: [insert JV’s Member country of


registration]

4. Bidder’s JV Member’s year of registration: [insert JV’s Member year of


registration]

5. Bidder’s JV Member’s legal address in country of registration: [insert JV’s


Member legal address in country of registration]

6. Bidder’s JV Member’s authorized representative information


Name: [insert name of JV’s Member authorized representative]
Address: [insert address of JV’s Member authorized representative]
Telephone/Fax numbers: [insert telephone/fax numbers of JV’s Member authorized
representative]
Email Address: [insert email address of JV’s Member authorized representative]

7. Attached are copies of original documents of [check the box(es) of the attached
original documents]
 Articles of Incorporation (or equivalent documents of constitution or association),
and/or registration documents of the legal entity named above, in accordance with ITB
4.4.
8. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.

31
ANNEX - E
Price Schedule Forms
[The Bidder shall fill in these Price Schedule Forms in accordance with the instructions
indicated. The list of line items in column 1 of the Price Schedules shall coincide with the
List of Goods and Related Services specified by the Purchaser in the Schedule of
Requirements.]

32
Price Schedule: Goods Manufactured Outside Pakistan, to be Imported
Date: _________________________
(Bids, goods to be imported) No: _____________________

Currencies in accordance with ITB 16 Page N ______ of ______

1 2 3 4 5 6 7 8 9
Line Item Description of Country of Delivery Quantity and Unit price Price per line item Price per line item for Total Price per Line item
No Goods Origin Date as physical unit APPLICABLE including inland transportation (Col. 7+8)
defined by INCOTERM [insert place APPLICABLE and other services
Incoterms of destination] INCOTERM required in the Pakistan
in accordance with (Col. 5x6) to convey the Goods to
ITB 15.8 their final destination
specified in BDS

[insert [insert name of good] [insert [insert [insert number [insert unit price CIP [insert total CIP [insert the corresponding [insert total price of the line item]
number of country of quoted of units to be per unit] price per line item] price per line item]
the item] origin of the Delivery supplied and
Good] Date] name of the
physical unit]
Standard
Warranty

Total Price

33
Part ll (Extended Warranty)
Sr. Number Extended Warranty for 4th Year Extended Warranty for 5th year Total Amount of 4th to 5th Year Warranty

Part lll (Total of Part One and Part ll) : Determine the lowest evaluated bidder
Sr. Number Cost of Part l Cost of Part ll Total Cost

Part lV (Comprehensive Maintenance Contract)


Sr. Number Extended Warranty for 6th Year Extended Warranty for 7th year Total Amount of 6th to 7th Year Warranty

Name of Bidder [insert complete name of Bidder] Signature of Bidder [signature of person signing the Bid] Date [Insert Date]

34
Form of Bid Security
(Bank Guarantee)

[The bank shall fill in this Bank Guarantee Form in accordance with the instructions indicated.]
[Guarantor letterhead or SWIFT identifier code]
Beneficiary: [Purchaser to insert its name and address]
No.: [Purchaser to insert reference number for the Request for Bids]
Date: [Insert date of issue]
BID GUARANTEE No.: [Insert guarantee reference number]
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that ______ [insert name of the Bidder, which in the case of a joint
venture shall be the name of the joint venture (whether legally constituted or prospective) or the
names of all members thereof] (hereinafter called "the Applicant") has submitted or will
submit to the Beneficiary its Bid (hereinafter called "the Bid") for the execution of
________________ under Request for Bids No. __________ _ (“the RFB”).
Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must
be supported by a Bid guarantee.
At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay
the Beneficiary any sum or sums not exceeding in total an amount of ___________
(____________) upon receipt by us of the Beneficiary’s complying demand, supported
by the Beneficiary’s statement, whether in the demand itself or a separate signed
document accompanying or identifying the demand, stating that either the Applicant:
(a) has withdrawn its Bid during the period of Bid validity set forth in the Applicant’s
Letter of Bid (“the Bid Validity Period”), or any extension thereto provided by the
Applicant; or
(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid
Validity Period or any extension thereto provided by the Applicant, (i) has failed
to sign the contract agreement, or (ii) has failed to furnish the performance
security, in accordance with the Instructions to Bidders (“ITB”) of the Beneficiary’s
bidding document.
This guarantee will expire: (a) if the Applicant is the successful Bidder, upon our receipt
of copies of the Contract agreement signed by the Applicant and the performance
security issued to the Beneficiary in relation to such Contract agreement; or (b) if the
Applicant is not the successful Bidder, upon the earlier of (i) our receipt of a copy of the
Beneficiary’s notification to the Applicant of the results of the Bidding process; or (ii)
twenty-eight days after the end of the Bid Validity Period.
Consequently, any demand for payment under this guarantee must be received by us at
the office indicated above on or before that date.

35 | P a g e
_____________________________
[Signature(s)]

Note: All italicized text is for use in preparing this form and shall be deleted from the
final product.

36 | P a g e
Manufacturer’s Authorization

[The Bidder shall require the Manufacturer to fill in this Form in accordance with the
instructions indicated. This letter of authorization should be on the letterhead of the
Manufacturer and should be signed by a person with the proper authority to sign documents
that are binding on the Manufacturer. The Bidder shall include it in its Bid, if so indicated in the
BDS.]

Date: [insert date (as day, month, and year) of Bid submission]
No.: [insert number of Bidding process]

To: [insert complete name of Procuring Agency]

WHEREAS

We [insert complete name of Manufacturer], who are official manufacturers of [insert type of
goods manufactured], having factories at [insert full address of Manufacturer’s factories],
do hereby authorize [insert complete name of Bidder] to submit a Bid the purpose of which
is to provide the following Goods, manufactured by us [insert name and or brief
description of the Goods], and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty of the supplied equipment as
defined in the technical specifications / Bidding Documents.

We also declare that [insert complete name of Bidder] is our Exclusive Distributor Since
[insert Years, Attached Copies of Authorization Letter]

Signed: [insert signature(s) of authorized representative(s) of the Manufacturer]

Name: [insert complete name(s) of authorized representative(s) of the Manufacturer]

Title: [insert title]

Dated on ____________ day of __________________, _______ [insert date of signing]

37 | P a g e
Form of Contract

THIS AGREEMENT made the _____ day of __________ 20_____ between [name and
address of Procuring Agency] of Pakistan (hereinafter called “the Procuring Agency”)
of the one part and [name of Supplier] of [city and country of Supplier] (hereinafter
called “the Supplier”) of the other part:

WHEREAS the Procuring Agency invited Bids for certain goods and related services,
viz., [brief description of goods and services] and has accepted a Bid by the Supplier for
the supply of those goods and related services in the sum of [contract price in words
and figures] (hereinafter called “the Contract Price”).

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1. In this Contract words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as
part of this Contract, In the event of any ambiguity or conflict between the
Contract Documents listed below, the order of precedence shall be the order in
which the Contract Documents are listed below:-

(a) This form of Contract;


(b) the Form of Bid and the Price Schedule submitted by the Bidder;
(c) the Schedule of Requirements;
(d) the Technical Specifications;
(e) the Special Conditions of Contract;
(f) the General Conditions of the Contract;
(g) the Procuring Agency’s Letter of Acceptance; and
(h) [add here: any other documents]

3. In consideration of the payments to be made by the Procuring Agency to the


Supplier as hereinafter mentioned, the Supplier hereby covenants with the
Procuring Agency to provide the goods and related services and to remedy
defects therein in conformity in all respects with the provisions of the Contract.

4. The Procuring Agency hereby covenants to pay the Supplier in consideration of


the provision of the goods and related services and the remedying of defects
therein, the Contract Price or such other sum as may become payable under the
provisions of the contract at the times and in the manner prescribed by the
contract.

IN WITNESS whereof the parties hereto have caused this Contract to be executed in
accordance with their respective laws the day and year first above written.

38 | P a g e
Signed, sealed, delivered by __________________the ________________ (for the
Procuring Agency)

Witness to the signatures of the Procuring Agency:


………………………………………………
Signed, sealed, delivered by __________________the ________________ (for the
Procuring Agency)

Witness to the signatures of the Supplier: …………………………………………………

39 | P a g e
Performance Security (or guarantee) Form

To: [name of Procuring Agency]

WHEREAS [name of Supplier] (hereinafter called “the Supplier”) has undertaken, in


pursuance of Contract No. [reference number of the contract] dated [insert date] to
delivery [description of goods and services] (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 reputable bank for the sum specified
therein as 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: [insert date]

Signature and seal of the Guarantors

_____________________________________________________________________
[name of bank or financial institution]

_____________________________________________________________________
[address]

_____________________________________________________________________
[date]

40 | P a g e
Integrity Pact

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. PAYABLE BY


THE SUPPLIERS OF GOODS, SERVICES & WORKS IN CONTRACTS WORTH
RS.10.00 MILLION OR MORE

Contract Number: __________________ Dated: _______________


Contract Value: ____________________
Contract Title: _____________________

[Name of Supplier] hereby declares that it has not obtained or induced the
procurement of any contract, right, interest, privilege or other obligation or benefit from
Government of Pakistan or any administrative subdivision or agency thereof or any
other entity owned or controlled by it (GoP) through any corrupt business practice.

Without limiting the generality of the foregoing [Name of Supplier] represents


and warrants that it has fully declared the brokerage, commission, fee etc. paid or
payable to anyone and not given or agreed to give and shall not give or agree to give to
anyone within or outside Pakistan either directly or indirectly through any natural or
juridical person, including its affiliate, agent, associate, broker, consultant, director,
promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe,
finder's fee or kickback, whether described as consultations fee or otherwise, with the
object of obtaining or inducing the procurement of a contract, right, interest, privilege or
other obligation or benefit in whatsoever form from GoP, except that which has been
expressly declared pursuant hereto.

[Name of Supplier] certifies that it has made and will make full disclosure of all
agreements and arrangements with all persons in respect of or related to the transaction
with GoP and has not taken any action or will not take any action to circumvent the
above declaration, representative or warranty.

[Name of Supplier] accepts full responsibility and strict liability for making and
false declaration, not making full disclosure, misrepresenting fact or taking any action
likely to defeat the purpose of this declaration, representation and warranty. It agrees
that any contract, right interest, privilege or other obligation or benefit obtained or
procured as aforesaid shall, without prejudice to any other right and remedies available
to GoP under any law, contract or other instrument, be voidable at the option of GoP.

41 | P a g e
Notwithstanding any rights and remedies exercised by GoP in this regard,
[Name of Supplier] agrees to indemnify GoP for any loss or damage incurred by it on
account of its corrupt business practices and further pay compensation to GoP in an
amount equivalent to ten time the sum of any commission, gratification, bribe, finder's
fee or kickback given by [Name of Supplier] as aforesaid for the purpose of obtaining or
inducing the procurement of any contract, right, interest, privilege or other obligation
or benefit in whatsoever form from GoP.

__________________ __________________
[Buyer] [Seller/Supplier]

42 | P a g e
PART- I
KNOCK DOWN CRITERIA - (COMMERCIAL EVALUATION)
(To be evaluated by Purchase Department)
(All evaluation parameters defined below are mandatory for compliance)
Sr.No Description XYZ
1 Complete Package/Each item in Tender
2 Original Receipt of Tender
3 Affidavit from Bidder
4 NTN & GST (Copies)
5 Boucher with Compliance
6 Bid Security
7 Bid Validity
8 Delivery Period
Eligible/Not
Remarks
Eligible
PART- II
KNOCK DOWN CRITERIA - (VENDOR EVALUATION)
(To be evaluated by Technical Evaluation Committee)
(All evaluation parameters defined below are mandatory for compliance.)
Sr.No Description XYZ
Exclusive Authorization / Sole Agent Certificate by the Manufacturer (last 2
1
years minimum).
Technical & Engineering capability (As defined for the specific tender in
2 specifications) At least 2 factory trained engineers for quoted brand’s specific
model.
Certificate from the Manufacturer about the after sales services through agent
3
or itself (In case specifically demanded in the specifications)
4 Vendor Past performance of quoted Product
5 Availability of relevant Tools and Testing / Calibration Equipment
6 Compliance of Warranty as per tender
Eligible/Not
Remarks
Eligible
PART – III
KNOCK DOWN CRITERIA - PRODUCT EVALUATION
(All evaluation parameters defined below are mandatory for compliance.)
Sr.No Description
Brand
1 Name of Equipment
Model
2 Country of Manufacturer
3 Country of Origin of Product/Model Number
4 Compliance with defined quality standards
5 Specification Compliance features wise:
6 Specifications:
7 Technical Eligibility of Product: Eligible/Not Eligible
8 Technical Eligibility of Firm: Eligible/Not Eligible
Responsive / Non-Responsive
BID STATUS
/Financial Opening

43 | P a g e
SECTION V: SCHEDULE OF REQUIREMENTS, TECHNICAL
SPECIFICATIONS

Clinical Specialty Radiology Department


Generic Name Digital Radiography System (DR System)
Clinical Purpose Digital radiography (DR) is the direct conversion of transmitted X-ray photons into a
digital image using an array of solid-state detectors, with computer processing and
display of the image.
Technical Specifications
Digital radiographic X-ray system radiography
• Standing or seated patient position
• Ceiling - mounted x-ray tube assembly and digital imaging system.
• Motorized multi leaf collimator.
• Fix Dual flat panel detector for table and chest stands separately.
• Automatic image positioning through vertical motorization of wall stands
X-Ray Generator:
• 80 KW or better high-frequency X-ray generator
• 800 mA at 100 KV.
• 1ms – 10 ms shortest exposure time.
• Integrated automatic exposure control (three chamber).
• Organ programs to be available.
Motorized Multi-leaf Collimator:
• Ceiling-mounted tube assembly support, with tube assembly multi-leaf collimator for
vertical, oblique, horizontal, and lateral acquisitions Rotation up to +/-40 Degree or more.
• Automatic collimation and cassette and detector sensing. Manual collimation should also
be available.
Patient Table:
• Height adjustable patient positioning table with six-way floating tabletop,
• Access the patient from all sides.
• Head to toe cassette and detector cover range.
• Foot paddle for height adjustment of the patient positioning table of the floating tabletop.
Flat Panel Detector wired. (OEM required, FDA should be issued for the same manufacturer. )
• Flat panel detector with active image size of 17"x17" or better
• Cesium (CsI) scintillator /Amorphous Silicon or better.
• Pixel size 200 μm or better.
• Spatial Resolution 2.5 lp/mm or better or DQE 60% or more
• Matrix size approximately 2800 x 2800 or better.
• 14 bits or better detector depth.
• Time for data acquisition, transmission and viewing for full image to be 10 sec. or less.
X-Ray Tube:
• Exposure voltage 140 kV or more.
• Focal spot 0.6 mm and 1/1.2 mm or better.
• Anode heat storage 300 KHU or more
• Motorized tube movement for precise imaging along with monitor for viewing Exam.

44 | P a g e
Chest Stand:
• Motorized Chest stands with height-adjustable and tiltable Bucky cabinet to house FD and
Xray.
• cassettes /Detector holder for image acquisition.
• Chest stand should have moving for scattered radiation reduction for acquisitions.
• Complete with overhead handle for optimum positioning of patient for lateral exposures
and lateral patient handles for optimum patient positioning, e.g., during PA thorax
exposures.
Imaging System
• High resolution digital imaging reconstruction.
• Image display with DICOM network connection, complete with 19-inch color TFT
(Medical Grade) display.
• Digital Radiography System
• Dual core or better microprocessor with at least 2 GB Ram or better.
• Storage of 5,000 or more images.
• Imaging System should be capable of patient and study Administration
• Exposure and post processing
• Image documentation, archiving, display of image markers.
• Organ program selection and configuration.
• Image processing functions such as rotate, mirror, zoom, window, filter, insert comment
line and stich etc.
• The system to have SW/HW to attain higher detail contrast (soft tissue and bone)
• Reduced noise with the multi-scale procedures for images post- processing.
• DICOM Functions include Send, print, and CD Write.
• UPS for the digital system 5 KVA for 20 minutes backup.
Accessories: (Procuring agency to select as per its actual requirement)
• Lead glass size 1.5 mm or better: size 80 cm x 100 cm.
• Compression belt.
• Lead Aprons 0.5 mm (Qty 04, 2 for Male and 2 for Female)
• Thyroid shield: 0.5 mm pb (Qty-04)
• Lead goggle and gonadal shields (Qty-04)
• DICOM 3.0 compliant Grayscale Dry LASER Printer with 3 online sizes.
• Should have minimum productivity of 150 films/ hour in mixed sizes.
• Printer should be capable of printing 08x10, 10x12, 11x14, 14x14 & 14x17 size films.
• Minimum resolution should be10 pixels/mm with 12-bit gradation.
• 1000 x14x17” Dry LASER films
Optional (if Any) UPS 100KVA for 10 minutes backup of the whole system.
(mandatary to quote) Non-Motorized unit shall be quoted separately.
optional will not be included in financial Non -Motorized Chest Stand shall be quoted separately.
evaluation.

Certification required: FDA510K / CE /MHLW for high-tech equipment. (Any two)

45 | P a g e
Clinical Specialty Radiology Department
Generic Name Mobile X-Ray
Clinical Purpose used to perform chest radiography to patients who cannot be moved to the
Radiology department
Technical Specifications
• Mobile Microprocessor based X-Ray Unit.
• High frequency, 30KW X-Ray Generator.
• 300 mA at 100 kv.
• Digital display of all set parameters.
• Rotating anode x-ray tube, with dual focus / Single Focus
• Anode heat storage capacity of at least 107 KHU or more
• Electronic timer with exposure time of 1-3 msec.
• Automatic over-load protection device and automatic line compensation.
• The unit should be battery supported for exposure and movement (Motorized).
• 220 V, 50 Hz.
Accessories Standard Accessories.
Optional (if Any)

Certification required: FDA510K / CE /MHLW for high-tech equipment. (Any two)

46 | P a g e
Clinical Specialty Radiology Department
Generic Name Mobile DR System with Battery Backup
Clinical Purpose Film less Technique for imaging in ICU and Wards and availability of images at
multiple sites.
Technical Specifications
Mobile X-Ray with DR
• Film less Technique for imaging in ICU and Wards and availability of images at multiple
sites.
Generator:
• Out Power 30KW or Better
• KV Range 40-125 or Better
• Exposure time 1 msec to 2 msec
• mAs range 0.1 to 320 mAs or Better
X-Ray Tube:
• Nominal Voltage 125 kV
• Focal Spot (Dual) 0.4 or 0.7 /1.3 or better mm
• Anode Heat Content 200 KHU
Collimator & Detector:
• Manual Collimator
• Detector 14”x17” (Wireless)
Mobile Unit:
• Console Screen 17” Touch Screen or Better.
• Battery supported for driving and imaging. (Manual Movement should be possible in case
of battery failure)
• Pixel Size 100 µm or less
• Cycle Time 7 sec
• Battery Performance 175 images
• Battery Timing upto 7-8 hours.
• Scintillator Csl
• Communication Dedicated wired Ethernet Connection/Wireless LAN
• Fully Collapsible Column with + 270-degree rotation.
• System should be operatable on both AC and Batteries.
Accessories:
• Lead Apron 0.5mm. Qty:2
• Thyroid Shield 0.5mm pb. Qty:2
• Lead Goggles and Gonadal Shield. Qty 2
Optional: (Optional Items are mandatory to quote)
• Dicom 3.0 compliant grayscale dry laser printer.
• Printer should be capable of printing sizes 8x10, 10x12, 11x14, 14x14, 14x17.
• 1000 14x17 dry laser films.
• Dosimeter

Certification required: FDA510K / CE /MHLW for high-tech equipment. (Any two)

47 | P a g e
Clinical Specialty Radiology Department
Generic Name Color Doppler Low END
Clinical Purpose Color Doppler with Fully Digital Beam former having 2D / M-Mode and Doppler
Facilities, (PW, HPRF, & Color Flow Imaging) with High Resolution Imaging
Doppler Signal Quality; having DICOM Compatibility and Upgradeable to CW.
Technical Specifications
• Tissue Harmonic imaging without contrast with 4 harmonic frequencies.
• Pure Wave / Pulse Inversion / HD-THI / CPI Differential Tissue Harmonic Imaging or similar.
• Auto Image Optimization / Quick Scan Imaging for Automatic STC / GAIN and Doppler Spectrum
Adjustment with Optimal Image Quality by using One Touch Operation.
• B-Flow / Dynamic Flow Imaging / E-Flow clarify for low flow vessels imaging. ATT / TAI / QUS /
UGAP / Attenuation Imaging for Fat Liver Assessment.
• Trapezoid Imaging / Virtual Convex Imaging with Linear Probe.
• Compound / Aplipure Imaging for THI/both Frequency Compounding and Spatial
• Compounding in B/W and Color Mode.
• Panoramic / SIESCAPE / Logic view Imaging with Measurements.
• Voltage: 220V – 240V, 50 – 60 HZ
1) B-MODE Specification:
• Viewing Depth: 30 cm Minimum (Both in B & W and Color).
• Frame Rate: 500 f/sec or more
• Built-in cine loop with ability to vary reverse and slow motion of display; Internal
• Memory 2000 / 200MB or more Color Images.
• Real time and Freeze Image Magnification at least 10X or more with panning for Real,
• Freeze and Memorized Images.
2) M-MODE SPECIFICATION:
• Magnification: X2 or more.
• Sweep Speed: Slow, Medium and Fast.
• Color Display of M-Mode.
3) D-MODE SPECIFICATION:
• Pulse-Wave Doppler Measurable Velocity Range.
• HPRF Doppler.
• CONTINUOUS-WAVE DOPPLER:
- Measurable Velocity Range: Steerable.
- Must have Doppler Beam Steering and Bi-Directional Stereo-Audio.
• Colorized Spectrum Display.
• Automatic Baseline and Velocity Range Control.
• Live Measurements for Doppler Spectrum
4) COLOR DOPPLER MODE SPECIFICATIONS:
• Both CW and PW Doppler must be Continuous Steerable in the Color Blood Flow Image
• Mode in Real Time.
• 2D Image with Color, CW and PW Doppler.
• Windows based System for easy usage with Programmable Control Panel Keys.
• Tissue Harmonic Imaging with 4THI or more Frequency.
• Power Doppler.
• Triplex Mode for Simultaneous Display of Color B/M and D-Mode Displays.
• 200 db system dynamic range or more.
5) MEASUREMENT PACKAGE:

48 | P a g e
• To provide Comprehensive Software Package for Measurement of Distance, Circumference, Area,
Time Depth, ANGLE, Velocity, Frequency, Heart Rate, Volumes, Nuchal Thickness/ Measurement
Software to be Provided as a Standard.
Accessories
System Complete with Following Facilities and Accessories:
• 21-Inches Minimum LCD / LED Color Monitor, with Resolution 1280 x 1024 Pixels minimum.
• Foot-Switch.
• 3 Active Transducer Connector for Tran thoracic Probes DVD / CD Drive for Image
• Storage to be Built-in to the System.
• 1TB Hard Disk Drive or SSD to be Built-in to the System.
• Built-in DICOM Compatibility. (3.0 with all components)
• Touch Command Screen Control at least 10-inches LCD / TFT.
• - Full DICOM (Upgradable)
Standard Probes:
• 2 – 6 MHz Multi-Frequency Convex Probe for B/M/CDI/PW.
• 5-9 MHz Multi-Frequency Linear Probe for Vascular Studies.
• TVS/EndoCavitory Color PROBE
Note: All Probes must be supplied by same Manufacturer.
• Standard Recording Devices:
• Thermal Paper Printer with “fifty” Rolls of Paper (Black & White).
• Built-in Battery / CINEWAVE UPS Online with 30 minutes back up time for the System. (Imported
(Europe/USA/Japan)
• Thermal Printer 256-Gray scale (Sony, Mitsubishi or equivalent)
• Gel: 20 liters
Optional (if Any)
Mandatory to Quote.
• Upgradeability: System Software must be Upgradable.
• 7-14 MHz Multi-Frequency Linear Probe for B/M/CDI/PW
• Complete with Hardware / needle navigation with tracking system & Software Upgradable.

Certification required: FDA510K / CE /MHLW for high-tech equipment. (Any two)

49 | P a g e
Clinical Specialty Radiology Department
Generic Name Digital Mini-C-ARM with 24-inch Touch screen.
Clinical Purpose Mini C-arm is a mobile fluoroscope with less radiation exposure to the
surgeon, patient, and theatre personnel. It is used for intra-operative
imaging of a host of procedures and its simplicity of use, low cost and
compact nature make it popular for routine use.
Technical Specifications
DIGITAL MINI C-ARM WITH 24” COLOR TOUCH SCREEN
• Easy to operate and user friendly system for multiple application of use.
• System should be capable of low dose with distortion free imaging.
• Tube should be tungsten anode type
• High frequency 7.5W generator or better
• Focal Spot 0.020 to 0.100mA
• Power range 45 to 70 kVp or better
Detector
• Flat plate detector made of CSI high sensitivity CMOS technology or equivalent
• Detector should be 180° rotatable, each side +/-90° with auto-tracking collimation
• Pixel size 75 micron or better
• High resolution of 2k x 1.5k or better
• Field of view 5.7” x 4.5” or better
• Control modes Auto & Manual
• Imaging modes Technics
• Auto terminated single shot
• Continuous fluoro & snap shot facility with digital video recording
• Automatic Dose Rate with auto calibration and Image Processing
• Image Acquisition
• Standard imaging 30 fps or better
• Video recording 25 fps or better
• System should be capable of auto dose control, auto real time noise reduction, auto edge enhancement
function, automated imaging processing, Zoom – Pan, brightness / contrast control
• Foot switch wired/wireless
• USB and CD/DVD for image import/export, multiple formats
• Display
• Multi-color 24” touchscreen HD 1920 x 1200 monitor or better
• Power requirement Input line voltage 100 to 220 VAC selectable, Frequency 50/60 Hz
Accessories Standard Accessories.
Optional (if Any)

Certification required: FDA510K / CE /MHLW for high-tech equipment. (Any two)

50 | P a g e

You might also like