sindh employee's social security institution (head …sessi.gov.pk/tender lab 2017-18.pdfkash,...
Post on 27-Jun-2020
0 Views
Preview:
TRANSCRIPT
SINDH EMPLOYEE'S SOCIAL SECURITY INSTITUTION
(HEAD OFFICE) AIWAN-E- MEHNAT KASH ST-17, BLOCK-6, GULSHAN –E- IQBAL, KARACHI -75300
Ph-021-99243813-4, email: smopurchase@yahoo.com
TENDER NOTICE FOR SUPPLY OF LABORATORY EQUIPMENTS
FOR THE FINANCIAL YEAR 2017-18
1- Sealed tenders are invited from manufacturers/suppliers/ importesrs for supply
of Laboratory Equipments to the Institution for the year 2017-18.
2- The tender documents along with terms and conditions (in duplicate) for supply
of the laboratory equipments may be obtained from Cashier of this office on any working day from the date of publication in the newspapers from 09.00 am to
05.00 pm on cash payment of Rs.2,000.00 (Non-refundable) till 10-10-2017.
The original receipt of Rs.2, 000.00 along with a copy of the terms and conditions duly signed by the bidder under his official stamp, should be attached
with the tender.
3- The bidder should also attach a pay order of an amount equal to 2.5% of the
total cost of the equipments for which the bidder has quoted the rates in form
of Pay Order / Demand Draft in favor of “Sindh Employee's Social
Security Institution”, as Bid Security which shall be valid for a period of 28
days beyond the bid validity period.
4- The quotation should be given on the letter-head of the firm ensuring that the
rates are given both in words and figures. Quotations given on any other document, including the tender documents of the Institution, shall be rejected.
Tenders should be addressed to the Commissioner, SESSI, Aiwan-e-Mehnat
Kash, ST-17, Block 06 Rashid Minhas Road, Gulshan-e-Iqbal Karachi and
should be dropped in tender Box at the Head Office on 12-10-2017 up to 12:30 p.m. and shall be opened on the same day i.e. 12-10-2017 at 01:30 p.m. in the
presence of those tenderers/ bidders who may wish to be present.
5- All bids shall be evaluated in accordance with evaluation criteria and other
terms & conditions.
6. The Procuring Agency may reject all or any bids subject to the relevant
provisions of SPPRA Rules 2010, Amended 2017.
7. General Sale Tax Registration Certificate should be attached with tender.
8. Conditional tenders will be rejected.
DIRECTOR PROCUREMENT, SESSI
MEMBER/ SECRETARY PROCUREMENT COMMITTEE FOR COMMISSIONER
Page 1 of 5
SINDH EMPLOYEE'S SOCIAL SECURITY INSTITUTION
(HEAD OFFICE) AIWAN-E- MEHNAT KASH ST-17, BLOCK-6, GULSHAN –E- IQBAL, KARACHI -75300
Ph-021-99243813-4, email: smopurchase@yahoo.com
TENDER FOR PROCUREMENT OF LABORATORY EQUIPMENTS FOR THE FINANCIAL YEAR 2017-2018
COST OF TENDER DOCUMENTS: Rs.2,000.00 (Rupees Two Thousand Only) Non-Refundable.
TENDER SELLING PERIOD: From the date of publishing to 10-10-2017.
TENDER SUBMISSION DATE AND TIME: On 12-10-2017 from 9.00 a.m. to 12:30 p.m.
TENDER SUBMISSION PLACE: Office of the Director Procurement, Aiwan-e- Mehnatkash, SESSI Head Office, ST-17, Block- 6, Rashid Minhas Road, Gulshan-e-Iqbal, Karachi.
TENDER OPENING DATE AND TIME: On 12-10-201 at 01.30 p.m.
TENDER OPENING PLACE: Conference Hall 4th Floor SESSI Head Office Karachi.
NOTE: - Tender shall not be accepted after sealing of the Tender Box.
TERMS & CONDITIONS
Offers shall remain valid for 90 days from the date of opening. The bidders shall quote their prices inclusive of all applicable duties / Taxes and transportation etc. and all other expenses on free delivery to Consignee’s end. Price should be quoted in Figures & Words both, failing which the offer will be ignored.
Note: Soft copy of the quotation shall also be given in “Computer Disc” on following format of
Microsoft Excel. (In Technical Proposal without showing Rate and in Financial Proposal with
Rate).
Item’s
Sr. No.
Name
Of Item Specification
Model/
Make
Quoted
Rate / Unit
(In Figure)
Quoted Rate
/ Unit (In
Words)
1.0 GENERAL CONDITIONS & INSTRUCTIONS: 1.1 In this tender, method of procurement as per SPPRA rules 2010 will be “SINGLE
STAGE TWO ENVELOPE” procedure. 1.2 The quoted rates must be valid up to 30-6-2018. 1 .3 Bid shall comprise a single package containing two separate envelopes. Each envelope
shall contain separately the financial proposal and the technical proposal. The envelopes should be marked Technical Proposal and Financial Proposal as in bold and legible letters to avoid confusion. The envelope must contain tender inquiry No. on the top, the name of the Bidder should be affixed on the face of the envelope on the left side. The envelope should be sealed and addressed to Commissioner SESSI Karachi and inserted in Tender box on the scheduled date and time.
1.4 Technical Proposal should have the following documents:
a. Original Tender receipt b. NTN Certificate. c. Authority letter from manufacture/importer
d. Last three years tax returns of F.B.R. showing bidder’s Annual Turnover more or equal than Rs.100 (Hundred) Million for three years.
Page 2 of 5
e. GST Certificate. f. Photocopy of Pay Order/Bank Draft of Earnest money/ Bid Security in which amount should
not be read able. g. Copy of the Bid offer without showing Rate. h. PNRA Certificate where applicable. i. Complete details of at least three engineers Bio-data for service backup. j. Detaild of supplied in Sindh other then SESSI. k. Bidder should be registered in Pakistan Engineering Council. l. Performa of evaluation criteria dully filled and stamp along with relevant documents.
1.5 Financial Proposal should have the following documents:
a. Original Pay Order Bank Draft of Bid Security b. Original copy of the Bid offer with Quoted price.
1.6 Only Manufacturer / Importer or their authorized distributor can participate in the
Tender. The Distributor should submit authorization letter in Original addressed to Commissioner SESSI Karachi with reference to this Tender.
1.7 The tender must be free from erasing, cutting and over writing. In case of erasing,
cutting and over writing, authorized person should initial it, duly stamped. 1.8 Rates of each item should be written in figures as well as in words. Arithmetical errors
will be rectified on this basis. If there is a discrepancy between the unit price and the total price that is obtained by multiplying the unit price and the quantity, the unit price shall prevail and the total price shall be corrected. In case of discrepancy the price in words shall be authenticated and final.
1.9 No Tender will be entertained without Bid Security. Conditional tender shall not be accepted. 1.10 Tender shall be accompanied by Bid Security @ 2.5% of the value of tender quoted by
them in form of Pay Order / Demand Draft in favor of “Sindh Employees’ Social Security Institution” which shall remain valid for 28 days beyond the Bid validity period.
1.11 The Bid Security shall be released to the unsuccessful bidders once the contract has
been signed with the successful bidders or the validity period has expired. 1.12 The Bid Security shall be released to successful bidders after submission of performance
security. 1 .13 The tendered rate should be inclusive of all applicable taxes to Federal & Provincial
Govt. or local bodies and will be deducted from the bill of the contractors / suppliers. 1.14 One “SAMPLE TENDER PROFORMA” is supplied with the lists of items to be
purchased. The items have to be quoted on the Performa; duly filled stamped & signed by the authorized bidder. Only those items shall be typed on the Performa / separate Letter head (as per serial of Performa) for which the rates are to be quoted. Any alteration/ correction must be initialed and each page is to be signed and stamped at the bottom.
2. SPECIAL CONDITIONS:
2.1 The quoted rates once offered by the firms shall not be changed during the contract period.
2.2 The bidder shall quote their price both in figures and in words on Free delivery basis to
SESSI Hospitals.
2.3 Distributor once nominated by the manufacturer / importer shall be for the whole contract period and manufacturer / importer cannot change its distributor during the
Page 3 of 5
contract period in any case. In exceptional cases the tendering authority may approve changes.
2.4 No manufacturer / importer shall authorize their distributor / agent / any firm or person to quote the same item, which the manufacturer is quoting itself in any tender. Failing those offers of both the manufacturer as well as other bidder shall be ignored.
2.5 If goods are declared sub-standard the Manufacturer and their Distributor are equally
responsible and are bound to replace the goods free of cost. 2.6 The Technical evaluation carried out by the Committee shall be final. 2.7 The Technical evaluation depends upon the specification and the quality of offered item
(s) provided by the bidder and documents mentioned in Terms and Conditions clause 1.4 of the tender.
Specification and demonstration before end users. 50 Points
Service backup facility. 30 Points
Documents required as per clause 1.4. 20 Points 2.8 The supplier must provide goods within 60 days for local manufacturer and 120 days for
importer from the date of issue of purchase order from head office. 2.9 Late Delivery (LD) charges of 2% after every 15 days shall be deducted after the
completion of delivery period. 2.10 Payment shall be made to supplier within 30 days of execution of purchase order. 2.11 If any of the firm/supplier shall not supply the goods after getting award of contract,
the whole performance security shall be forfeited and the bidder may be black listed. 2.12 Alternate offer shall not be accepted in any case. 2.13 Warranty period shall be start after the installation of good(s). 2.14 Two years warranty for Repairing/ Services and Replacment shall be applied on
approved item(s). 3. PURCHASER’S RIGHT TO VARY QUANTITIES
The authority reserves right to increase / decrease or delete the quantities of goods at the time of award of contract and also reserves the right to enhance the quantity of goods originally specified in the schedule of requirement without any change in unit price or other terms and conditions of goods at any time during contract period.
4. PURCHASER’S RIGHT TO ACCEPT ANY BID AND REJECT ANY OR ALL BIDS:
The Competent authority reserves the right to purchase full or part of the store or ignore / scrap / cancel the tender as per relevant rules of SPPRA-2010, Amended 2013.
5. PERFORMANCE SECURITY:
The successful bidders will have to deposit the requisite security in the shape of a Pay Order / Demand Draft at 5% value of the order amount. The same shall be released after successful completion of stores. After the acceptance of the Tender by the Vendor, a purchase order may be issued during the validity period and if offer is not accepted by the Vendor, the BID SECURITY shall be forfeited to the Government Accounts.
6. UNDERTAKING on Rs.100/- Non Judicial Stamp Paper
6.1 I/we read / understand the conditions specified in the tender inquiry and undertake: 6.2 That I/we shall remain bound to supply any item as an additional quantity at the same
Page 4 of 5
rate on which said item I/we have supplied during the contract period. 6.3 That I/we agree whether our tender accepted for total, partial or enhanced quantity for
all or any single item. 6.4 I/we also agreed to supply and accept the said item at the rates for the supply of
contracted quantity within the stipulated period shown in the contract. 6.5 I/we undertake that, if any of the information submitted in accordance to this tender
inquiry found incorrect, our contract may be cancelled at any stage on our cost and risk. 6.6 I/we undertake that, I/we have never been black listed. 7. TERMS AND CONDITIONS ACCEPTANCE CERTIFICATE
I / we, M/s._______________________________________ is hereby confirmed that I/we
have carefully read all terms and conditions of the tender and also agreed to abide
SPPRA rules 2010 for procurement of goods during the validity of the tender.
Signature of Vendor ________________________________________
Name of Authorized Person __________________________________
Designation ______________________________________________
Seal and Address _________________________________________
Tel No.______________ Fax No. ______________ E-mail address ________________ Witnesses:
Name____________________________ Signature______________________
Name____________________________ Signature_______________________ NOTE: All the above columns must be filled carefully otherwise the tender shall not
be entertained.
8. Specimen for Authorization letter by Manufacturer/Importer for their Distributor:
I/we, M/s. _______________________________ hereby authorize
M/s.________________________address_______________________________________ as
our authorized Distributor for Sindh Employees Social Security Institution for the
financial year of 2017-2018.
I/We give undertaking that if there is any sub-standard, misbranded or contaminated
and short supply of item(s) by our Distributor, I/we will be responsible for the same.
I/We also undertake that we have read and understood the terms and conditions of the
tender enquiry.
Signature of Manufacturer / Importer _______________________
Page 5 of 5
Name & Designation.___________________________________ Address: _____________________________________________ Official Seal ______________________________________________ Note:
All the above said instructions must be read carefully for compliance.
Department reserves the right to ask and verify any document related with manufacturing of item, to assess the quality.
LAB 2017-18
Page 1 of 7
TENDER FOR LABORATORY EQUIPMENTS FOR 2017-18
S. No Equipment Hosp/ Circle Qty
1
Five Part Auto Hematology Analyzer
LH 1
KV 1
HH 1
Suk 1
Principles l Electrical impedance method with advanced SRV technology LASER Technology for 5 part differential Photometry – LED based technology for hemoglobin Parameters 24 parameters WBC, RBC, HGB, HCT, MCV, MCH, MCHC, PLT, LYM#, MON#, NEU#, EOS#, BAS#, LYM%, MON%, NEU%, EOS%, BAS%, RDW-SD, RDW-CV, PDW-SD, PDW-CV, MPV, PCT Plus 2 scatter-grams – WBC 5 part differential & WBC/Baso 2 histograms – RBC & PLT Throughput 60 tests / hour Sample volume 110μl of whole blood in open & closed mode Chambers Dual chamber advanced system for higher accuracy & precision Reagent System 3 Reagent System – Environment-friendly reagents Auto Clean Modes Chemical cleaning of the aperture Back-flush using high-pressure Data capacity 100 000 results with all scatter-grams & histograms Safety l Sampling using advanced sample holder Peripheral ports USB interface (4) & PS/2 Support for host computer Support for USB or PS/2 keyboard Support for external printers (hp DeskJet, LaserJet) Support for hand-held barcode reader Data back-up method USB mass storage device Software upgrade method Via USB port (using USB mass storage) User interface & Display l Full colour LCD touch-screen with high contrast ratio
2
ABG Machine LH 1
KV 1
Fully Automatic blood gas analyser in model only to measure pH, pO2, & pCO2, Na K, Cl & Ca & Hct, tHb. Additional Calculated parameters Total CO2, actual bicarbonate, standard Bicarb, alveolar Oxygen Content gradient (AaDO2) oxygen saturation. It should accept whole blood and QC material for blood gas measurement. Fully automatic calibration of all parameter in fixed or user friendly intervals. In built thermal printer In Built data management system to store patient results. QC results, calibration reports.
LAB 2017-18
Page 2 of 7
Sample volume (syringe) should be less than 100 ul. Sample through put of @ 30 samples per hour. Electrodes based technology ( No cartridge type system) Standby mode facility for economic operation/low reagents consumption should be possible. Consumables a) Reagents, Electrodes b) Thermal Paper Bi directional RS- 232 port should be there through which machine can be connected to computer for report viewing & printing. All necessary software required. Twenty four months comprehensive warranty inclusive of all Electrodes, consumables , Tubing’s and QC material along with technical support should be provided and required spares & consumables for 7 years after warranty period is over. 6 monthly calibration & maintenance should be done by company included in price.
3 Semi Automatic Chemistry Analyzer LH 1
• 7.0” TFT touch-screen & pop-up keypad • Two test mode: flowcell or cuvette • Supports bi-chromatic tests for end point, fixed-time, kinetics methods • External keyboard and mouse support via USB • User-friendly interface • Built-in thermal printer
4 Auto Chemistry Analyzer
LH 1
Suk 1
KV
HH 1
Clinical Chemistry and Immunology, expandable and re-configurable on site System components Control Unit: PC, monitor, keyboard, printer, etc. on an ergonomic stand Core Unit: Sample input/output, sample transport by Intelligent Process Management Sample throughput Up to 120 racks/hr or 600 samples/hr Test throughput (theoretical max) Number of channels (reagent slots) Up to 151 channels, in total 63 channels (including ISE, automatic setting) Programmable parameters 191 parameters with photometric 117 photometric tests, 3 ISE tests, 8 formulas, 3 serum indices with photometric 60 heterogeneous tests Sample material Serum, Plasma, Urine, CSF Core unit analytics Rack: 5 position rack, Rack types: Routine, Control, Calibrator, Rerun, Wash Tray: Tray with 15 racks/75 samples,
LAB 2017-18
Page 3 of 7
STAT port: STAT samples are processed with priority Sample container types Primary tubes: 5 to 10 mL; 16 x 100, 16 x 75, 13 x 100, 13 x 75 mm Sample cup: 2.5 mL Micro cup: 1.5 mL, Cups on tube: Cup on top of a 16 x 75/100 mm tube; Cup on top of one non standard tube False bottom tube (FBT): Sample volume 1 - 35 μL Sample dilution 3 - 121 times, diluent > 100 μL Sample clot detection Minimum sample volume Primary tubes: 700 μL Sample cup: 100 μL Micro cup (FBT): 50 μL
5 Auto Coagulation Analyzer KV 1
Transmitted light at multiple wavelengths: 340, 405, 575, 660, and 800 nm for clotting, chromogenic, immunoassay and aggregation. Detectors 20 channels for clotting, chromogenic and immunoassays, 8 channels for platelet aggregation. Transmitted light readings taken every 0.1s per wavelength. Throughput PT 400 Tests/hr PT/APTT 357 Tests/hr PT/APTT/Fbg 360 Tests/hr PT/APTT/Fbg/D-Dimer 268 Test/hr Quality Control Levy Jennings control Multi-rule (Westgard Rule) monitoring 1200 data points x 750 parameters in memory Data Storage 10,000 sample results with reaction curves Power Requirement 200-240V (50/60Hz) Max Power Consumption Main Unit: 1700 VA max Pneumatic Unit: 250 VA max
6 Blood Bank Refrigerator
KH 1
Suk 2
LH 1
Capacity 364 Interior Dimensions (w x h x d) 24.75" x 58.25" x 24.25" 629mm x 1480mm x 616mm Exterior Dimensions (w x h x d)
LAB 2017-18
Page 4 of 7
29.5" x 79.5" x 29.5" 750mm x 2020mm x 750mm Interior Volume 20.2 cu ft / 572 liters Drawers (w x d) 7 Solid Stainless Steel 22" x 21" (559mm x 534mm) Electrical 115V 60Hz 7.5 FLA 230V 50Hz 4.2 FLA 230V 60Hz 4.2 FLA Net Weight 531 lb / 241 kg
7 Centrifuge Machine (12 Holes)
KH 1
LH 2
HH 1
Suk 2
Max. rotor capacity: 48x1.5/2.0mL, 6x50mL, 2xMTP Max. speed: 30,130xg (17,500 rpm) Remarkable versatility with 12 different rotors Soft-touch one-finger lid closure for ergonomic operation 5 program keys for easy access to routine programs Saves up to 50user-defined programs Automatic imbalance detection Temperature range: -11 °C to +40 °C Continuous cooling to maintain constant temperature after The run has been completed function for programmable pre-cooling according to day and time ECO shut-off engages after 8 hours of non use to reduce Built-in condensation drain to eliminate water accumulation
8 Distill water plant LH 1
Units of test 3 test Heater Mantle type Flask capacities 300 ml / 500 ml Max. temperature 350°C Rating 200 watts Construction MS powder coated Accessories: - Glass ware - Clamps
LAB 2017-18
Page 5 of 7
- Lead fume duct - Condenser rack Power supply 220 Volts 50Hz
9 Electrolyte Analyzer LH 1
The Electrolytes analyzer should measures Na+, K+, Cl–, and Li+ in whole blood, serum, urine (not applicable for Li+), and plasma. Results for a 55 µL serum sample should be displayed and printed in 35 seconds. Larger display plus simple yes/no prompted operation, all liquid calibrants. easily accessible by the user. Advanced software and hardware, including an optional bar code reader, track all analyzer results. Analyzer monitors calibration, electrode response, calibrant usage, and other functions. Snap-in electrode design, combined with precise control of calibrator volumes.
10 Hot Air Oven
Suk 2
KH 1
LH 1
Inner Chamber (W x D x H) 455 x 455 x 605 mm Volume (Liters) 125 Load (KW) 2.2 Shelves (No’s) 3 Temperature Range 5°C above ambient to 250°C maximum Temperature Accuracy + / - 2°C Temperature Uniformity + / - 1°C Controls PID Controller Temp Display LED Display Sensor PT-100 Heating Element Nichrome wire / Kanthal A1 Safety device Over temperature protection Electric leakage breaker Temperature safety as per DIN 12880 Class 3.1 Exterior Chamber MS powder coated Interior Chamber 304 stainless steel
LAB 2017-18
Page 6 of 7
Insulation Mineral Wool Doors Solid doors w/ silicone rubber gasket & lock Shelves 2 – 3 Stainless steel shelves (Removable) Air Circulation Forced air circulation Power Supply 220 Volts - Dot Matrix Printer interface - Temperature chart recorder - PLC Controller - Stainless steel outer cabinet - Audio / visual alarm - Extra shelves - Heating Thermostat
11 Juster KH 2
for Blood sampling 100-1000ml Micro Ltr UL
12 Juster HH 1
10-100 u/L
13 juster HH 1
500-1000 u/L
14 Microscope KV 1
10x wide-field eyepieces • 360° rotating head with one 30° inclined eyepiece and one vertical eyepeice with diopter • 4x (0.10 NA), 10x (0.25 NA), 40xR (0.65NA) and 100xR (1.25 NA) deluxe objectives are DIN achromatic, parcentered, parfocaled, and color coded • Large 140 x 135mm stage with stage stop and integrated mechanical stage with low-position coaxial x-y controls and 70mm (x) by 50mm (y) movement with graduations of 0.1mm • Adjustable 1.25 NA Abbe condenser with rack-and-pinion focusing and an iris diaphragm for contrast control • Swing-out filter holder with clear blue, green, and yellow contrast filters • 20-watt, 12-volt extra-bright halogen illumination with a variable rheostat for precise lighting control • Special wiring for 220 volt use is available • Field of view is 4.5mm at 40x and 0.18mm at 1000x • Working distance ranges from 18.5mm at 4x to 0.06mm at 1000x
LAB 2017-18
Page 7 of 7
top related